Press Alt + R to read the document text or Alt + P to download or print.
HomeMy WebLinkAboutContractAward Date: 9/19/2005 CAG 05-120
Awarded to: Gary Merlino Construction Co., Inc.
E N T O N 9125 10th Avenue South
Seattle, WA 98108-4612
$2,426,530.72
*C�'*uya'P4)'-s Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications
SW 27TH STREET / STRANDER BOULEVARD CONNECTION
PHASE 1, SEGMENT 1
City of Renton
1055 South Grady Way
Renton, WA 98055
General Bid Information:
City Contact: Robert Lochmiller
Consultant Contact: Dan Hansen
(Perteet Inc.)
(425) 430-7200
(425) 430-7303
(425) 252-7700
I
X902 a
' ofSSIaNAI E*�',a�
EXPIRE 10/22/051
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
SW 27TH STREET/ STRANDER BOULEVARD CONNECTION
PHASE 1, SEGMENT 1
Project No. CAG -05-120
July 2005
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
CITY OF RENTON
1055 South Grady Way
Renton, WA 98055
® Printed on Recycled Paper
CITY OF RENTON
Table of Contents
I. CALL FOR BIDS
II. INTRODUCTION
1. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
3. SUMMARY OF AMERICANS WITH DISABILITIES'ACT POLICY, CITY OF
RENTON
4. SCOPE OF WORK
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
1. BOND TO THE CITY OF RENTON
2. CONTRACT AGREEMENT
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
jI. CALL FORBIDS CITY OF RENTON
i
� I
� I
I
CALL FOR BIDS
SW 27" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
CAG -05-120
CITY OF RENTON
CALL FOR BIDS
SW 27TH STREET/STRANDER BOULEVARD CONNECTION PROJECT
PHASE 1, SEGMENT 1
Sealed bids will be received until 2:30 p.m., Wednesday, September 7, 2005, at the City Clerk's office, 7"'
floor and will be opened and publicly read in conference room #521 on the 5`h floor, Renton City Hall,
1055 South Grady Way, Renton WA 98055, for the SW 27`h St/Strander Blvd. Connection Project, Phase
1, Segment 1.
The work to be performed within 100 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 construct 0.27 mile extension of SW 27`h Street, from Oakesdale Avenue SW to
approximately the City Limits. This project consists of constructing approximately 1,425 feet of new
roadway to include, but not be limited to: clearing and grubbing, removal of structures and
obstructions, roadway excavation, removal of unsuitable materials, pond excavation, gravel borrow,
grading, paving, sidewalk, curb and gutter, storm sewer, water quality/detention pond, street lighting,
channelization, landscaping, water main, sewer main and other work necessary to complete the Work
as specified and as shown in the Contract Documents.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans 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, Robert Lochmiller, at 1055 South Grady Way,
Renton, WA 98055 or (425) 430-7303.
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
Daily Journal of Commerce
Daily Journal of Commerce
Daily Journal of Commerce
I
August 3, 2005
August 10, 2005
August 17, 2005
August 24, 2005
� I
II. INTRODUCTION CITY OF RENTON
II
INTRODUCTION
SW 270' ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
t
IINSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
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.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
R 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.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT I
CITY OF RENTON
JULY 2005
� I
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
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.
a 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
i■ 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
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT I
CITY OF RENTON
JULY 2005
� i
' conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
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
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
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?
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT I
CITY OF RENTON
JULY 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 7ttday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCII.,:
Ntayor Council President
Attest:
City Cler
SW 27 ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT I
CITY OF RENTON
JULY 2005
[1
t
CITY OF RENTON
SUMWARYOFAWNCANSWITHDISABTI1TI ACTPOLICY
ADOPTED BYAMOLU170NNO 3007
The Policy of the City of: Rewm is to promote and afford equal treatment and service to all citizens and to assum
employment: opportunity to .persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the :Americans With
Disabilities Act and other applicable guidelines as set forth in federal,state and local lams. All :depart m n s of the City
of:Rcn.= shall a&=.to.the following guidelines:
(1.) EMPLO IM .PRACTICES - All activities :relating to employment such as
recruitment, selection, Promotion, :termination and training shall be conducted ina, non-
discriminatory manner. Personnel decisions mn be based on individual performance,
staging requireme rts, ;and in ac c tdaace with the Americans. With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN REAM ORGANIZATIONS. := The City of
Renton will cooperate fully with. all organizations and conmtissions :organized :to
Pr omote: fair practices and equal opportunity for persons
with disabilities in
employment and rec cipt of City services, activities and programs.
(3) AWMCANS WITH DISABMTTIES ACT POLICY -The City of Retina Americans
With Disabilities Act Policy will be maintained to facilitatp :equitable representation
within the. City work force and to asstus 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) CONTRACTOQRS- OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Reaton shall .abido by tate 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 employ=, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed inappropriate City facilities.
CONCURRED 1N by the City Council ofthe City ofi?enton, Washington
this. 4th. . day of O.ctober........ 1.993:
t
t
• :c s a a
w�
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
� i
CITY OF RENTON
SW 274' Street/Strander Boulevard Connection
Phase 1, Segment 1
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:
The contract provides for the 0.27 mile extension of SW 27`h Street, from Oakesdale Avenue SW to
approximately the City Limits. This project consists of constructing approximately 1,425 feet of new
roadway to include, but not be limited to: clearing and grubbing, removal of structures and obstructions,
roadway excavation, removal of unsuitable materials, pond excavation, grading, paving, sidewalk, curb and
gutter, storm sewer, water quality/detention pond, street lighting, channelization, landscaping, water main,
sewer main and other work necessary to complete the Work as specified and as shown in the Contract
Documents.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes and
regulations applicable to such work and perform the work in accordance with the plans and specifications of
this contract document. A total of 100 working days will be allowed for the completion of this project.
t
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
III. Project Proposal
PROJECT: SW 27TH ST./STRANDER BLVD.
COMPANY:
ADDRESS:
CONNECTION —PHASE 1, SEGMENT 1
III
CITY OF RENTON
CAG NO.: 05-120
BID AMOUNT:
TEL. NO.:
PROJECT PROPOSAL
SW 274i STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
III. Project Proposal CITY OF RENTON
PROJECT:
. _
rH`
SW 27 STJSTRANDER BLVD. CAG O.: 05-120
N
CONNECTION -PHASE 1. SEGMENT 1
aly Mer no° ConStrUot!on C©a,
COMPANY:
-
InC BID AMOUNT:.Z
ADDRESS:.
. I ZS — 1 tj A VIE TEL. NO.:(ZO(D) 7�, Z
-WA08
• �
r
v
PR+OJECT- PROPOSAL }
C
a
�
i �
� `i R J 1• y! l
a
A PC
SW 27° STJSTRANDER BLVD: CONNECTION
r A PHASE 1, :SEGMENT ]
C= OF RENTON .
`JULY 2005
1. BIDDER'S CHECKLIST
1.
PROJECT PROPOSAL COVER SHEET
2.
✓
BIDDER'S CHECKLIST
3.
✓
PROPOSAL FORM
4.
✓
SCHEDULE OF PRICES
5.
✓
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
6.
✓
BID BOND FORM
7.
✓
NON-CULLUSION/ANTITRUST/MINIMUM
8.
V
SUBCONTRACTOR LIST FORM
Above documents must be executed by the Contractor, President and Vice -President or Secretary if
corporation by-laws permit. All pages must be signed. In the event another person has been duly
authorized to execute contracts, a copy of the corporation minutes establishing this authority must be
attached to the bid document.
SW 27' STREET / STRANDER BOULEVARD CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
CITY OF RENTON
SW 27' STREET/ STRANDER BOULEVARD CONNECTION
PHASE 1, SEGMENT 1
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly
understand the plans, specifications and contract governing the work embraced in this improvement, and the method by
which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this
improvement, or as much thereof as can be completed with the money available, in accordance with the said plans,
specifications and contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions, and total
amount of bid should be shown. Show unit prices both in
writing and in figures.) ''`^
' Printed Name: 7:BP-kA+-j �� rn c-sn� v kcz -P?eS
Signature:
r Address:
T1 75 S o . - SEA-rrlO- WA . 9 bt og
Names of Members of Partnership:
III
OR
Name of President of Corporation C -J AIZ-f / A ERu N n
Name of Secretary of Corporation -D6z k Rem-ijA
Corporation Organized under the laws of vj A5 u 1,J C--Or'�
With Main Office in State of Washington at
' SW 27TH STJSTRANDER BLVD CONNECTION
PHASE 1. SEGMENT 1
CITY OF RENTON
JULY 2005
SCHEDULE OF PRICES
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices In both words and figures and where conflict occurs the written or typed words
shall -.111
ITEM APPROX I
ITEM WITH UNIT PRICED BID
UNIT PRICE
AMOUNT
NO. QUANTITY
(Unit Prices to be Written in Words)
Dollars Cts.
Dollars Cts.
ROADWAY
IMPROVEMENTS
1 1
LS
Contractor Supplied Survey T 1-05
$-FW Et 1� ( 1=r v,r-T+(-6US,wo �pu o2.S
ZS. BUD . cv
Z S, OU p
per LS (words)
(figures)
(figures)
2
1
LS
SPCC Plan 1-07
$ �V E �i a rhe �ot t c2S
SCX�.
v
per LS (words)
(figures)
(figures)
3
1
Archaeological and Historical Salvage 1-07SP
FA
$ Ten Thousand Dollars and 00 Cents
10,000.00
10,000.00
per FA (words)
(figures)
(figures)
4
1
LS
Mobilization 1-09
$C, 9/,K(, ll ' rlU �az�i9/�O
13 5
3 S vas
per LSu�nS (words)
(figures)
(figures)
5
800
HR
Traffic Control Labor 1-10
$
per HR (words)
(figures)
(figures)
6
8
EA
Type 3 Barricade)I ''__ 1-10
$ (—Ol)� i�Nli12� DOL.A25
/I 11
`-t oo
per EA (words)
(figures)
(figures)
7
1
LS
Project Temporary Traffic Control 1-10SP
$
cu
( (000.—
per LS (words)
(figures)
(figures)
8
4
AC
Clearing and Grubbing 2-01SP
$
GU
_
per AC (words)
(figures)
(figures)
9
155
LF
Sawcut 2-02SP
$ W,,
00
2,—
_
3(0
per LF (words)
(figures)
(figures)
10
1
LS
Removal Structure and Obstruction 2-02
$ F-IF1--(--TftbUS,4,J0 –C>QL.(_Aa-S
50,o00 0o
_
So, C)06
per LS (words)
(figures)
(figures)
11
1,300
Roadway Excavation Including Haul 2-03
q
per CY (words)
(figures)
(figures)
ITEM
APPROX
ITEM WITH UNIT PRICED BID
UNIT PRICE
AMOUNT
NO.
QUANTITY
Unit Prices to be Written in Words)
Dollars Cts.
Dollars Cts.
12
37,700
TON
Gravel Borrow, Incl. Haul 2-03
$
per TON (words)
(figures)
(figures)
13
1,630
CY
Structure Excavation Class B Incl. Haul 2-09
$ }-AVE -D0L1-A('1.S
per CY (words)
(figures)
(figures)
14
4,860
SF
Shoring or Extra Excavation Class B 2-09
$ C)ry1✓ 7>0001YZ-
U
� �
�1 U66
per SF (words)
(figures)
(figures)
15
1
Trimming and Cleanup 2-11 SP
LS
$ ONC-(�uSAND '(:�>Oc-LA25
per LS (words)
(figures)
(figures)
16
290
TON
Crushed Surfacing Top Course 4-04
$�W CntTr PI VIE C -6(1-SZ
S o�
-7 ZSb
per TON (words)
(figures)
(figures)
17
2,570
TON
Crushed Surfacing Base Course 4-04
$ TbvC-U�( ky"E J6C-C..�S
ZS UU
_
(,,4,ZSC�
per TON (words)
(figures)
(figures)
18
2,750
TON
Hot Mix Asphalt Class 1/2" PG 58-22 5-04
$ T-i1� E164fT- L-)6C kfiR S
, r
per TON (words)
(figures)
(figures)
19
4,930
TON
Hot Mix Asphalt Class 1" PG 58-22 5-04
$ F'621Y F�tvt CXoL--'Oa2s
4u
4S, -
_
ZZI, tiSa
per TON (words)
(figures)
(figures)
20
10
LF
Schedule A Storm Sewer Pipe 8 In. Diam 7-04SP
$ J I �f (-c V F l�L1C CSS
(1 J1
6'S
per LF (words)
(figures)
(figures)
21
1,020
LF
Schedule A Storm Sewer Pipe 12 In. Diam. 7-04SP
$ ( VE
Go
per LF (words)
(figures)
(figures)
22
170
LF
Schedule A Storm Sewer Pipe 18 In. Diam. 7-04SP
$
%
Per LF (words)
(figures)
(figures)
23
370
LF
Schedule A Storm Sewer Pipe 24 In Diam. 7-04SP
$ S(u� F&) 2 �C_,IR,LS
GU
G
Z3 �o UU
per LF (words)
(figures)
(figures)
ITEM
APPROX
ITEM WITH UNIT PRICED BID
UNIT PRICE
AMOUNT
NO.
QUANTITY
Unit Prices to be Written in Words)
Dollars Cts.
Dollars Cts.
24
60
LF
Schedule A Storm Sewer Pipe 36 In. Diam 7-04SP
$ Ori>= +}-u aDoe?D Fbe7 f -Z>UuP2 S
GO
1 —
�-
�' 1406
per LF (words)
(figures)
(figures)
25
100
LF
D.I. Storm Sewer Pipe 12 In. Diam. 7-04SP
$ 17"qTC SIS �OLLAZ5
46.
y�6u
per LF (words)
(figures)
(figures)
26
410
LF
D.I. Storm Sewer Pipe 18 In. Diam. 7-04SP
$ 5 I orip
f to L C 425
d• U �
Z (o U
per LF (words)
(figures)
(figures)
27
26
EA
Catch Basin Type 1 7-05SP
$ ONE -t-N+-btJ S ,arrl� Du LL alt S
UU
1 I UDC) ,
2(c Uu O
per EA (words)
(figures)
(figures)
28
4
EA
Catch Basin Type 2 48 In. Diam. 7-05SP
$--T-Wo \ +roe 5,e,.J P 'L�>d LLAR- S
rU
8 b rj
per EA (words)
(figures)
(figures)
29
7
EA
Catch Basin Type 2 54 In. Diam. 7-05SP
_ /l -tom
$ two�+l�lUSAu�-T{ 1eq; -f r NDVt17 1�LLAeS
GV
per EA (words)
(figures)
(figures)
30
1
EA
Catch Basin Type 2 72 In. Diam. 7-05SP
$ (dJ��T+VpUS{ 10TWU ^� '��(I-(LS
cur
ZUU.
r
'tI ZUl)
per EA (words)
(figures)
(figures)
31
5
EA
Adjust Existing Catch Basin 7-05SP
$ eL—,E I +U"Qo o
_
per EA (words)
(figures)
(figures)
32
1
EA
Connect to Existing Catch Basin 7-05SP
$ 1=11U� �ur�1J���d�-l�A2S
oU
�o,�-
SOL)
per EA (words)
(figures)
(figures)
33
2
EA
Install Solid Locking Lid 7-05SP
RFl 'T DCJ(g2S
ZSp,GO
SCiD
per EA (words)
(figures)
(figures)
Catch Basin Type 2 60 In. Diam. With Flow Control
34
1
Structure 7-05SP
-
$ AI
Lg .G�
y� OEA
per EA (words)
(figures)
(figures)
35
1
EA
Flow Dispersal Trench 7-21 SP
$ -5 (X7Htu SAND bb (tel. WL5
// o
�o,
per EA (words)
(figures)
(figures)
ITEM
NO.
APPROK
QUANTITY
ITEM WITH UNIT PRICED BID
Unit Prices to be Written in Words)
UNIT PRICE
Dollars Cts.
AMOUNT
Dollars Cts.
36
1
EA
Stormwater Vault 7-20SP
$ ON>=1.1-uN 7�L� 1=t � c'( `f}Iy U �n+D t70 (-C�2 S
iG3 oai.6°
per EA (words)
(figures)
(figures)
37
20
DAY
ESC Lead 8-01
per DAY (words)
(figures)
(figures)
38
47
EA
Inlet Protection 8-01
$
gs.G
_
per EA (words)
(figures)
(figures)
39
2,950
LF
Sift Fence 8-01
$ J:�-yUe- CA2S
6D
4, —
((I
per LF (words)
(figures)
(figures)
40
1
FA
Erosion/Water Pollution Control 8-01
$ Twenty Thousand Dollars and 00 Cents
20,000.00
20,000.00
per FA (words)
(figures)
(figures)
41
12
EA
PSIPE - Autumn Purple Ash (2" Cal.) 8-02SP
$ I �fi2 ��U'
00
3(aoU�
per EA (words)
(figures)
(figures)
42
21
EA
PSIPE - Musachino Zelkova (2" Cal.) 8-02SP
per EA (words)
(figures)
(figures)
43
13
EA
PSIPE - Karpick Red Maple (2" Cal.) 8-02SP
'L'
$T�C2E'E � u N ��-E-,�> C)bLJ-AaS
r
per EA (words)
(figures)
(figures)
44
2,346
Sy
Sod Installation t 8-02
$ -5�l E^i `� C SLS
c
!
per SY (words)
(figures)
(figures)
45
2,720
LF
Root Barrier - 18" Depth 8-02SP
$ 5 �tti t Lf S
GO
-7,
q
per LF (words)
(figures)
(figures)
46
960
RootBarrierBarrier - 24" Depth 8-02SP
bb
per LF (words)
(figures)
(figures)
47
1,000
CY
Topsoil Type AF
' � � 8-02SP
$ -T1.f�t`( � (� 2S
35. �
3S ()(-0,
per CY (words)
(figures)
(figures)
ITEM
APPROX.
ITEM WITH UNIT PRICED BID
UNIT PRICE
AMOUNT
NO.
QUANTITY
Unit Prices to be Written in Words)
Dollars Cts.
Dollars Cts.
48
10
CY
Bark Mulch (3" Depth) 8-02SP
$
o�
'3 Sb
per CY (words)
(figures)
(figures)
49
0.60
AC
Seeding and Fertilizing 8-02SP
$ Wo k++t)USPnIO �lL/r2S
2000,_
1 t
per AC (words)
(figures)
(figures)
50
735
CY
Backfill For Sand Drains 8-02SP
$ r' t FT'C 3�b c,k a(Z S
a O
-5c),
-
F 7 s (1
per CY (words)
(figures)
(figures)
51
2,346
SY
Lawn Mowing 8-02SP
$-Two-c6up2S ,5&jO
per SY (words)
(figures)
(figures)
52
1
LS
Irrigation 8-03SP
$ t`1�� C t+u05,wo%Oct� S
'Go'U� au
SU/add
per LS (words)
(figures)
(figures)
53
4,300
Cement Concrete Traffic Curb and Gutter 8-04
$ eNn-C �(Vz-S
60
��ULF UU
per LF (words)
(figures)
(figures)
54
11
SY
Cement Concrete Driveway Entrance Type 4 8-06
$ �(6i4- C l�C.(rpCLs
ebn'` ,
G _
e8o
per SY (words)
(figures)
(figures)
55
4
EA
Monument Case, Cover, and Piped 8-13SP
$ bUe-
oU
U
per EA (words)
(figures)
(figures)
56
1,070
SY
Cement Conc. Sidewalk 8-14
$ ( tfleTY DOUC*2S
W
3Z (U
per SY (words)
(figures)
(figures)
57
5
EA
Cement Conc. Sidewalk Ramp Type 1 B 8-14
$ (�JE->}tz�US�N� 1000..Con S
(�vUU,o'
S, OG
per EA (words)
(figures)
(figures)
58
2
EA
Cement Conc. Sidewalk Ramp Type 12' 8-14
$ -TW+f6-Tou'5AN� �O( HA2 S
2-,X� cx' G—
1 4166 b
per EA (words)
(figures)
(figures)
59
1
LS
Illumination System 8-20SP
$ E (6 0T( -N-W-5 Lr D _bUCk,*S
a
per LS (words)
(figures)
(figures)
ITEM
NO.
APPROX.
QUANTITY
ITEM WITH UNIT PRICED BID
Unit Prices to be Written in Words)
UNIT PRICE
Dollars Cts.
AMOUNT
Dollars Cts.
60
2
EA
Loop Replacement Type Ri 8-20SP
$ C\VE k(� O?-ej k p)t Lt Aa S
Jam ,
1 TUU
per EA (words)
(figures)
(figures)
61
4
EA
Loop Replacement Type R2 8-20SP
$ ON E-T-*-oQ5AN r-:, 0o c u -a S
GU
) I WO ,
y b U 0
per EA (words)
(figures)
(figures)
62
2
EA
Loop Replacement Type R3 8-20SP
$ (E T�uS,a r19 1 V� la -u N� �6l U> S
vu
t
�, V 0 0
per EA (words)
(figures)
(figures)
63
1
LS
Permanent Signing 8-21
$ FE ���
vUsD -bo w s
5,60),`,
5,()60—
,Ubo_per
perLS (words)
(figures)
(figures)
64
9
Hund
Raised Pavement
Pavement Markkeer Type I 8-22SP
$INE AIWJWe-) 7tNa,7'( �' VE" 00 CVAS
60
I �S.
�
per Hund (words)
(figures)
(figures)
65
2
Hund
Raised Pavement Marker Type II 8-22SP
$ trP� 4 -UN O0� WiIS
U�
�� U
per Hund (words)
(figures)
(figures)
66
170
LF
Plastic Stop Line / 8-22
$�qfz' DOU-4c ANS
SO
—
per LF (words)
(figures)
(figures)
67
780
SF
Plastic Crosswalk Line 8-22
$ WD-R�(��iGs
GO
Z-
_
per SF (words)
(figures)
(figures)
68
4
EA
Plastic Traffic Arrow 8-22
$ 6r\, -(y Do,Va1
GU
lO(Dr —
Z�{p
per EA (words)
(figures)
(figures)
69
9
EA
Removable Aluminum Bollard 8-26SP
/l
$ �t_ 1 "USFnV� -t>6L .A2S
pv
�-
per EA (words)(figures)
(figures)
Sub -Total Schedule A:
(figures)
8.8% Sales Tax Schedule A:
NOT APPLICABLE
(figures)
Total Schedule A:
(figures)
ITEM
NO.
APPROX.
QUANTITY
ITEM WITH UNIT PRICED BID
(Unit Prices to be Written in Words)
UNIT PRICE
Dollars Cts.
AMOUNT
Dollars Cts.
(Z -19Z1. 2'
(figures)
SCHEDULE B - WATER
Shoring, Design, Construction and Maintenance 2-09SP
$ 1 t V>✓ l l-ta rJ () �� i7tiC VtiL S
'
0
1
1
LS
per LS (words)
(figures)
(figures)
2
1,630
LF
Ductile Iron Pipe for Watermain & Fittings 12 In.
Diam. 7-09SP
$ P I F� f bouc-Acs
'53G�
�' 6
per LF (words)
(figures)
(figures)
3
1
EA
Connection to Existing Watermain 7-09SP
//\\ � , vE, Naeej
$ C-1j E N-bus� t7 F lif k (L
1 . —
I
ISG o
/
per EA (words)
(figures)
(figures)
4
1,000
Bank Run Gravel for Trench Backfill Water 7-08SP
$ Ei(G wf- -I:Aa 5
Q ' '
^ 006TON
e
per TON (words)
(figures)
(figures)
5
20
TON
Foundation Material 7-09SP
$ ("-(r { bav _U�t)(.LkZS
GU
2 --
per TON (words)
(figures)
(figures)
6
10
CY
Concrete Thrust Blocking and Dead-man Blocks 7-09SP
$ Otj E �'"oeeo F� rr,t T>,,CdA25
per CY (words)
(figures)
(figures)
7
9
EA
12` Gate Valve and Concrete Vault 7 -12SP
_T,6c _A(L S
31 OUO
Z-]f U U O
per EA (words)
(figures)
(figures)
8
4
EA
Blow-Off Assembly 7.12SP
I'
$ ONE-T4tno5, �DTw,, -; mwlej E-IG A(l5
1 200 , oo
Gf � v� U
per EA (words)
(figures)
(figures)
9
6
EA
Hydrant Assembly / 7-14SF
$�Wu N aU�tn/� 7�/Pl�lli►•l (XLta� �Ul lAn S
U0
2--760,(('0U
per EA (words)
(figures)
(figures)
10
2
EA
Service Connection 1-1/2 In.Diam. �L 77--1,5SP
$��,p�tf J�ShN� CSI EiafE t���«% r�tJi liZ5
-'2I
5 ��O
per EA (words)
(figures)
(figures)
Sub -Total Schedule B:
1 (h- %J1. -
(figures)
8.8% Sales Tax Schedule B:
(Z -19Z1. 2'
(figures)
Total Schedule B:
Z-77. Zo
(ligul es)
ITEM
APPROX.
ITEM WITH UNIT PRICED BID
UNIT PRICE AMOUNT
NO.
QUANTITY
Unit Prices to be Written in Words)
Dollars Cts. Dollars Cts.
Sub -Total Schedule C:
(4 0.
SCHEDULE C - SEWER
1 1
LS
Trench Excavation Safety Systems 2-09SP
$ wo k1kaU5arJO ��2S
per LS (words)
(figures)
(figures)
2
1
EA
Manhole 48 In. Diam. Type 1 7-05
$ �l �� u� S� O�bc lA2 S
5r CXXj a
Jam, U v D
per EA (words)
(figures)
(figures)
3
1
EA
Manhole 60 In. Diam. Type 1 7-05
$ 'i --Tww sA N c) -%Lk,& L s
O , G�
10 U O 0
per EA (words)
(figures)
(figures)
4
1
EA
Manhole 72 In. Diam. Type 2 7-05
$ �lE+�J r� bU5 tin�D �t)C th/L S
, 060
I I I bo b
per EA (words)
(figures)
(figures)
5
1
LS
Dewatering —7— 7-08SP
$
per LS (words)
(figures)
(figures)
6
1
LS
Televison Inspection T 7-17SP .
$ �i vE -k NO�j ��UC�fLS
SCJ�1. ��
SG U
per LS (words)
(figures)
(figures)
7
145
LF
PVC Sanitary Sewer Pipe 12 In. Diam, 7-17SP
$ C�jC 4NI)j!%--) -bOU-C. S
M, co
per LF (words)
(figures)
(figures)
8
120
TON
Removal and Replacement of Unsuitable Material 7-17SP
$ WEnttY T:7% VE- �)C a- S
00
2-63, '
3, U U p
per TON (words)
(figures)
(figures)
9
730
TON
Bank Run Gravel for Trench Backfill Sewer 7-17SP
$ EiI6Ri— Lbc.Aac,
U
_
per TON (words)
(figures)
(figures)
Sub -Total Schedule C:
(4 0.
(figures)
8.8% Sales Tax Schedule C:
S �FVI, Z
f10
i ures)
Total Schedule C:
(p% Zb /. 92-
fi ures)
IL0l
APPROK
QUANTITY
ITEM WITH UNIT PRICED BID UNIT PRICE
(Unit Prices to be Written in Words) Dollars Cts-
AMOUNT
Dollars Cts.
1
1
LS
POND
Mobilization (10%) 1-09 00
$ �iVE -TU rlD �6Lk- a(2S SIO
per LS (words) (figures)
(figures)
2
1.28
AC
Clearing and Grubbing 2-01 SP >
$ fl� T+faUSp,No UJcu>as
per AC (words)
(figures)
(figures)
3
9,030
CY
Wetland and Pond Excavation Incl. Haul 2-03SP
$ F1 P-1 EU-4
16, ,
lis 4�
per CY (words)
(figures)
(figures)
4
1
FA
Erosion/Water Pollution Control 2-03SP
$Twenty Thousand Dollars & 00 Cents
20,000.00
20,000.00
per FA (words)
(figures)
(figures)
5
550
CY
Embankment Compaction 2-03
$ Ft VE ��5 �
pv
5, —
21-7Sb
per CY (words)
(figures)
(figures)
6
1
EA
Debris Barrier 12 Inch Diam. Pipe 7-04SP
$ D6 LkA(LS
%6 U
per EA (words)
(figures)
(figures)
7
172
LF
Schedule A Storm Sewer Pipe 12 In. Diam. 7-04SP
$ f"6P) �Ll1nS
GU
�O
�p tJUO
per LF (words)
(figures)
(figures)
8
37
LF
Schedule A Storm Sewer Pipe 15 In. Diam. 7-04SP
$ '5
W
ILMI
ZfZZU
per LF (words)
(figures)
(figures)
9
7
LF
Schedule A Storm Sewer Pipe 18 In. Diam.T 7--04SP
$ (--*JC: I�JJOZ.�- W�1Y �C�0./LS
I ZO w
�� Q
per LF (words)
(figures)
(figures)
10
1
EA
Catch Basin Type 1 7-05SP
$ CSC 1 +hbU$ArQC> lk/7-5
o
per EA (words)
(figures)
(figures)
11
1
EA
Catch Basin Type 2 60 In. Diam- With Flow Control :7-05SP
$ -C)6U-A(. S
4, ow
4, u(jU
per EA (words)
(figures)
(figures)
12
2,164
CY
Topsoil Type D 8-02SP
$
per CY (words)
(figures)
(figures)
09/06/2005 08:23 FAX 425 430 7376 RENTON TRANS. SYS. T 004/004
ITEM
NO.
APPROX.
QUANTITY
ITEM WITH UNIT PRICED BID
Unit Prices to be Written in Words
UNIT PRICE
Dollars Cts.
AMOUNT
Dollars Cts.
13
10,654
EA
PSIPE Carex obnupta/slough sedge - plug 8-02SP
$ UA2S An/O Ft 1=-,-( CE7JY-S
S U
2-b (12jS
per EA (words)
(figures)
(figures)
14
10,654
EA
PSIPE Eleocharis palustris/spike rush - plug 8.02SP
$ Tw1 b0 -12S ANC, F,F—Kc CE,,J,5
S70
Z
26 �3S
per EA (words)
(figures)
(figures)
15
10,654
EA
PSIPE Scirpus acutus/hardstem bulrush - plug 8-02SP
_
� R C E��S
$ W , E L. A2 S GJ D FT(
SO
z _
-2-S—
per EA (words)
(figures)
(figures)
16
10,654
EA
PSIPE Scirpus microcarpus/small-fruited bulrush - p 8-02SP
$ -T-Wo -U'-�)L.LAa S A,,jp R FZ'C 6 &&TV S
per EA (words)
(figures)
(figures)
17
10,654
EA
PSIPE Sparganium emersum/bur reed - plug 8-02SP
$ wplam— x n2 S Ari n F t F"r`C C S S
2, S b
2co S
per EA (words)
(figures)
(figures)
18
19,793
SF
PSIPE Sunmark Seeds "Streambank Plus" seed mi) 8-02SP
$ X20 �VS AtJ/ ) I WE�v� C��T� S
2 0
per SF (words)
(figures)
(figures)
19
384
EA
PSIPE Comus sericea'Allemans' -1 gal. 8-02SP
$ C 64-r t)oC.L.A.2S
03
c
_
3rU%Z
per EA (words)
(figures)
(figures)
20
256
EA
PSIPESalixatrupurpurea'Nana' - 1 gal. 8-02SP
$ G 16 ft i L�j(. Ca2S
6u
e, —
—
2� O y
per EA (words)
(figures)
(figures)
21
50
CY
Bark or Wood Chip Mulch 8-02 T�
$ l �Y �i VIE �((,r�L�
UU
�J�,
per CY
P (words)
(figures)
(figures)
22
1
EST
Plant Establishment - Three Years 8-02
$ Twenty Thousand and 00 Cents
20,000.00
20,000.00
per EST (words)
(figures)
(figures)
23
2,221
SF
Reinforced Turf Paving 8-02SP
$ SCVEf�I JJyLLA2S
p
��
_
( S Sq
per SF (words)
(figures)
(figures)
24
1
LS
Irrigation System 8-03SP
$T� 1V(,u5,.r� �(��zs
�0
to, ,.—
Io,oc�o "
per L5
P (words)
(figures)
(figures)
25
15
TON
Light Loose Riprapp 8-15
$ 5( , 1 f (JO
c
per TON
P (words)
(figures)
(figures)
ITEM
APPROX.
ITEM WITH UNIT PRICED BID
UNIT PRICE
AMOUNT
NO.
QUANTITY
Unh Prices to be Written in Words)
Dollars Cts.
Dollars Cts.
26
15
Cy
Quant' Spalls B-15
g E 16 P--( R VE
00
(figures)
Total Schedule D:
per CY (words)
(figures)
(figures)
Sub -Total Schedule D:
L{ I Z '-7fo�j, �a
(figures)
8.8% Sales Tax Schedule D:
GS'Z
NOT APPLICABLE
(figures)
Total Schedule D:
ISri gz-j, 2°
4 IZ -j E 191
(figures)
Total Schedule A:
GS'Z
fi ures)
Total Schedule B:
ISri gz-j, 2°
(figures)
Total Schedule C:
I.
(figures)
Total Schedule D:
4(2- -7& , 60
(figures)
TOTAL PROJECT COST:
G 3;
(figures)
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
NO. 1 DATE�PT Z-ooS
NO. DATE
NO. DATE
SIGNED �-
t:SZ (Awl
TITLE V - p2es
NAME OF COMPANY Gaty �'7�'�'rino C onstr rt a,7 C n, I -I
ADDRESS Z S - 1 p- A vE . So .
CITY/STATE/ZIP S
TELEPHONE (20 (.) -7 (o
CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE # 2 Co O (o Z LICENSE # GAMY M c� 1 S O A4 W
SW 27TH STJSTRANDER BLVD C'ONNEC'TION
PHASE 1, SEGMENT 1
CITY OF RENTON
IDLY 2005
' BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's cheek, cash, or bid bond in the amount of
L' t
r : which amount is not less than five percent of the total bid.
' Signature
'
Know All Men by TMesc .Presents:
That we, Cary Merlino Construction Company I_nc..
Tr'ayelers Casi�a.lty and Suret as Pnnclpal, and
' ._ yds Surety, are held and firmly bound unto the City of Renton, ac Oblige
penal sum of Five Percent (5%) of Bid Amoune, in the
t- -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. ^'Company of America
The condition of this obligation is such that if the Obligee shall make !u1y award to the Principal for
SW 27th Street�Strander** according to the terms of the proposal or bid made by the Principal therefo
Principal shall duly make and enter into a contract with the Obligee in accordancer, and the
wit the terms of said proposal or bid
and award and shall give band for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if
}he Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit
' .the: call for bids, then this obligation shall be null specified in
be attd re
and void; otherwise it shall main 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_
**Boulevard Connection Project Phase 1A Segment 1
SIGNED, SEALED AND DATED THIS 7th DAY OF September
_,2005
' rli. . C tructi.on Company, Inc.
Pr
inG�p 21aN 5. KmESpti1 Vte�-file-S�DEsr
T. aye ers CasuAlty and Surety Company of America
Jill A. Boyle, Attorney -in -Fact
Received return of deposit in the sum of $
' SW 27T11 ST✓STRANDFRBLVp CONNECTION
P.HASk 1, SEGMENT i
CITY OF RENTON
' JULY 2005
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
' FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents ,take, constitute and appoint: Carl Newman, Peter H. Hammett, Deanna M. Meyer, Karen P. Dever, Jill A. Boyle,
Stuart A. O'Farrell, Susan B. Larson, April L. Champagne, Scott Fisher, of Bellevue, 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 Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, 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.
Ci
11
(02-05) Unlimited
■
STPAUL
TRAVELERS
■
IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE
COVERAGE
■
On November 26, 2002, President Bush signed into law the Terrorism Risk
Insurance Act of 2002 (the "Act"). The Act establishes a short-term pro-
gram 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 fur-
ther provides that the Federal Government will pay a share of such losses.
Specifically, the Federal Government will pay 90% of the amount of cov-
ered losses caused by certain acts of terrorism which is in excess of an ' in-
surer'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 $100,000,000,000.00, provided that the
insurer has met its deductible.
Please note that passage of the Act does not result in any change in cov-
erage 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 imbed-
ded in your overall premium, and is no more than one percent of your pre-
mium.
' ILT-1018 (9/04)
' 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
SW 27' STREET/ STRANDER BOULEVARD CONNECTION PROJECT
Name of Project
Geiy Merffne Constnurvo? cn., Inc.
Name of Bidder's Firm
ped Representative�off Bidder
I C'E- 1 -flees!\
Subscribed and sworn to before me on this -7 day of , 2005
_=C,yP�s�o
�A� • of lic and for the State of Washington
10
A G
t Print t M .
�'� cn� • ��� :' pX4y appointment expires: F, -1 -c,-7
1144 ' O6 SW 27r" ST./STRANDERBLVD CONNECTION PHASE 1, SEGMENT 1
F `S
CITY OF RENTON
tJULY 2005
I
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 $1,000,000:
A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the
contract price.
Name: Title:
Signature:
IB. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract
price: (list subcontractor and bid item)
Bid Item (s) A S9 — A (p Z C C cc rre , cAt->
Subcontractor Name
' Address ` ia4 :0,- lvok��C
Phone No. "tzs -s State Contractor's License No(�
' Bid Item (s) N p 4\JAC— 02
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item (s)
' Subcontractor Name
Address
' Phone No. State Contractor's License No
' Bid Item (s)
Subcontractor Name
' Address
Phone No. State Contractor's License No
' SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF PENTON
' JULY 2005
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
INFORMATION ONLY
FAI
CONTRACT DOCUMENT FORMS
DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE
SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD.
SW 27" STJSTRAND$R BLVD. CONNECTION
PHASE 1, SEGMENT 1
C= OF RENTON
JULY 2005
F�
'I
It
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
Bond No. 104577416
Gary Merlino Construction Company, Inc.
Travelers Casualty and Surety
as principal, and corporation organized and existing
under the laws of the State of Connecticut as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the
penal sum of $ 2,426,532. 72 for the payment of which sum on demand we bind ourselves and our
successors, heirs, administrators or person representatives, as the case may be.
*Company of America
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance
of the City of Fenton.
Dated at &Aa , Washington, this o2(a'A day of 200
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG -05-120 providing for
construction of SW 27Tn STREETISTRANDER BOULEVARD CONNECTION: PHASE 1
SEGMENT I
(project name)
the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negligence on the part of said
principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as specified in
thecontract or from defects appearing or developing in the material or workmanship provided or
performed under the contract within a period of one year after its acceptance thereof by the City of
Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full
force and effect.
Gary Merlino Construction Travelers Casualty and Surety
Company, Inc. Company of America
Principal
Signature
Title
Surety
d 0'- kUr LQ--
Sig tore Jill A. Boyle
Attorney -in -Fact
Title
sw 2711 m REE7r sTRANUER nomrvm D MNNHCnON
rFL%SE !. SEMIENT I
QTY OF RENTON
IDLY 240S
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, -constitute and appoint: Carl Newman, Peter H. Hammett, Deanna M. Meyer, Karen P. Dever, Jill A. Boyle,
Stuart A. O'Farrell, Susan B. Larson, April L. Champagne, Scott Fisher, of Bellevue, 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 Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, 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
j' 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.
- / Cl T T. -C-. 4-A
STPAUL
TRAVELERS
IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE
COVERAGE
' On November 26, 2002, President Bush signed into law the Terrorism Risk
Insurance Act of 2002 (the "Act"). The Act establishes a short-term pro-
gram 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 Ac -.t. The Act fur-
ther provides that the Federal Government will pay a share of such losses.
Specifically, the Federal Government will pay 90% of the amount of cov-
ered losses caused by certain acts of terrorism which is in excess of an in-
surer'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 $100,000,000,000-00, provided that the
insurer has met its deductible.
Please note that passage of the Act does not result in any change in cov-
erage 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 imbed-
ded in your overall premium, and is no more than one percent of your pre-
mium.
ILT-1018 (9104)
it
t
t
i
CONTRACTS OTHER THAN FEDERAL -AID FHWA
THIS AGREEMENT, made and entered into this c7V day of 68&&1f)_, 200 S . by and
between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington,
hereinafter referred to as "CITY" and boar— Me r- ( I n C on S Ir"A on , hereinafter referred to
as "CONTRACTOR." �-ornpan� o uric .
WITNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within 100 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 05-120 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
sw 27111 STREET/ sTRANDER BmEV ARD cONNEcnON
PHASE 1, SEGMENT 1
CM OF RENTON
IDLY 2005
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence
as will insure its completion within the time specified in this Contract, or any extension in
writing thereof, or fails to complete said work with such time, or if the Contractor shall be
adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors,
or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of
his subcontractors should violate any of the provisions of this Contract, the City may then serve
written notice upon him and his surety of its intention to terminate the Contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance of any
provision of the Contract shall cease and satisfactory arrangement for the correction thereof be
made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate
in every respect. In the event of any such termination, the City shall immediately serve written
notice thereof upon the surety and the Contractor and the surety shall have the right to take over
and perform the Contract, provided, however, that if the surety within fifteen (15) days after the
serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof within thirty (30) days from the date of serving such notice, the
City itself may take over the work under the Contract and prosecute the same to completion by
Contract or by any other method it may deem advisable, for the account and at the expense of
the Contractor, and his surety shall be liable to the City for any excess cost or other damages
occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so
doing, take possession of and utilize in completing said Contract such materials, machinery,
appliances, equipment, plants and other properties belonging to the Contractor as may be on site
of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives
and employees harmless and to promptly indemnify same from and against any and all claims,
actions, damages, liability of every type and nature including all costs and legal expenses
incurred by reason of 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
and enforceable only to the extent of the Contractor's negligence or the negligence of the
Contractor's agents or employees.
SW 27� STREET/ STRANDER BOULEVARD CONNECTION
PHASE 1. SEGMENT 1
CITY OF RENTON
JULY 2005
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
100 working days from the date of commencement. For each and every working day
of delay after the established day of completion, it is hereby stipulated and agreed that the
damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard
Specifications as liquidated damages (and not as a penalty) for each such day, which shall be
paid by
the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use
of any installation provided for by this Contract shall relieve the Contractor of liability in
respect to any warranties or responsibility for faulty materials or workmanship. The Contractor
shall be under the duty to remedy any defects in the work and pay for any damage to other work
resulting therefrom which shall appear within the period of one (1) year from the date of final
acceptance of the work, unless a longer period is specified. The City will give notice of
observed defects as heretofore specified with reasonable promptness after discovery thereof, and
Contractor shall be obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor.
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.
sw 27111 STREET! STRANDER BOULEVARD CONNECTION
PHASE I SEGMENT 1
CITY OF RENTON
JULY 2005
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City. The
Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The Contractor
shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City
right-of-way.
12) The total amount of this contract is the sum of
�w_o �il��an4'�uQhw�.iQ�1}�►�x-�,e�.r��'►yelnur�.4�ti2�-v41a'��
which includes Washington State Sales Tax. Payments will be made to Contractor as specified
in the "Special Provisions" of this Contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested
by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above -
written.
CO ACTOR
Tr—esidkIPirtnZi/Owner
Secretary
CITY OF RENTON
Mayor — athy Keolker—Wheeler
ATTEST
Bonnie I. Walton City Clerk
dbaConsARux—c n C& Ir1G.
Firm Name
check oDe
❑ Individual ❑ Partnership 0 Corporation Incorporated in WA
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.
Sw 27TM sTREEr/STRANDER BOULEVARD CONNECTION
PHASE 1, SEGMENT 1
CrrY OF RENTON
JULY 2005
City of Renton
Human Resources & Risk Management Department
Insurance Information Form
FOR: SW -777° STREET/ STRANDER BOULEVARD CONNECTION: PHASE 1. SEGMENT 1
PROTECT NUMBER: CAG 05-120 STAFF CONTACT: ROB LOCHMILLER
'
Celhficate of Insurance indicates the coverages/limits specified in
D'Yes
❑ No
contract?
' Are the following coverages and/or conditions in effect?
2 -'Yes
❑ No
The Commercial General Liability policy form is an ISO 1993
2Yes
❑ No
Occurrence Form or Equivalent?
'
(If no, attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?*
2'Yes
E] No
General Aggregate provided on a "per project basis (CG2503)7*
v Yes
❑ No
Additional Insured wording provided?*
QrYes
❑ No
Coverage on a primary basis and non-contributing basis?*
9 T �
❑ No
Waiver of Subrogation Clause applies?*
2,yes
❑ No
' Severability of Interest Clause (Cross Liability) applies?
9 -Yes
❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?*
2Yes
❑ No
*To be shown an cert ficate of insurance*
AM BEST'S RATING FOR CARRIER
GL Aj-)(V Auto +)(y Umb A+)(y Professional —1�1 I J4
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 CTTY OF RENTON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
_1 cL►r 1,�er. cru -1t6 �y1L. 5'{'t,l0.r 1- d F41rreAl
Agency/Broker Completed B ype o Dint e)
12Y4't! "@e1l�eJLA4
Address m ted By (Signa
�^ fe
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE. OF COVERAGE AND
ATTACHED TO CERTIFICATE OFINSURANC ,
sw .7N STREET) sTRANDEn n oumARD CONNEMON
PHASE 1, SEGNEW I
CT{Y OF REMON
HILY2005
ACORD-,- CERTIFICATE OF LIABILITY INSURANCEDATEE((2M Dm)
PRODUCFA
PARKER, SMITH & FEEK, INC.
2233 112th Avenue N.E.
Bellevue, Washington 98004
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THiS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
AFFORDED BY THE POLICIES BELOW.
Phone: 425-709-3600 Fax: 425-709-7460
INSURERS AFFORDING COVERAGE
INSURED
GARY MERLiNO CONSTRUCTION COMPANY, INC.
912510`h Avenue South
INSURER A NATIONAL UNION FiRE INSURANCE COMPANY A+ XV
INSURER B NATIONAL UNiON FIRE INSURANCE COMPANY A+ XV
INSURER C NATIONAL UNION FIRE INSURANCE COMPANY A+ XV
Seattle, Washington 981084612
INSURER D: NATIONAL UNION FIRE INSURANCE COMPANY A+ XV
INSURER E
DATE (MWDD
rnvFaer.Gc
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTRTYPE
OFINSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
DATE (MWDDIYY)
DATE (MWDD
LIMITS
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE S 1,000,000
RRE DAMAGE (Arty ane ore) S 100,000
f
CLAIMS MADE X I OCCUR
MED EXP (Any one person) S 5,000
A
GL 704-31-47
01/31/2005
01/31/2006
PER SONAL& ADV INJURY S 11000,000
GENERAL AGGREGATE S 2,000,000
GEWL AGGREGATE LIMIT APPLIES PER
PRODUCTS-COMP/OP AGG S 2,000,000
POLICY X JECT PROX LOC
AUTOMOBILE
LIABILITY
X
ANY AUTO
COMBINED SINGLE LIMiT
(Ea amicient) S 2,000,000
ALL OWNED AUTOS
BODILY INJURY
$
B
X
SCHEDULED AUTOS
HIRED
CA 826-19-60
01/31/2005
01/31/2006
(Par pecan)
BODILY INJURY (Per
(Per acdderd)
X
AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE S
(Per accident)
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT S
ANY AUTO
OTHERTHAN EAACC S
AUTO ONLY: AGG $
EXCESS LIABILITY
X OCCUR � CLAIMS MADE
EACH OCCURRENCE S 11000,000
AGGREGATE S 1,000,000
C
BE 2685028
01/31/2005
01/31/2006
s
9
X1DEDUCTIBLE
RETENTION $ 10,000NA901
5
AN'
EMPLOYERS' LIABiLnY WC STATU OTH_
X
ITORYUMITS1 ER
D WASHINGTON STOPGAP GL 704-31-47 01/31/2005 01/31/2006 E.L EACH ACCIDENT s 1,000,000
EL DISEASE -EACH EMPLOYEE S 1,000,000
EL DISEASE-POUCYLIMiT S 1,000,000
OTHER
S
S
DESCRIPTION OF OPERATIONSILOCATiONSJVEHICI.FStEXCLU510NS ADDED BY ENpORSEMENi/SPECLAL PROVISIONS $
SW 271► Street/Strander Boulevard Connection; Phase 1, Segment 1. Project No. CAG 05-120. City of Renton Is Included as Additional
Insured. Additional Insured status as set forth in the terms and conditions of Endorsement CG2010, Edition Date 10/01
attached. Coverage Is
primary and non-contributory per coverage form CGo001, Edition Date 10/01 attached. Waiver of subrogation applies to General Liability
Endorsement
per
CG2404, Edition Date 10/93 attached. Per project aggregate applies per Form CG2503, Edition Date 03197
attached. Contractual
Liability Included per coverage form CG 0001, Edition Date 10101 attached. CANCELS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE.
CERTIFICATF HM nr-m I Y I ennrmue, ...--- • _----
CITY OF RENTON
1055 South Grady Way
Renton, WA 98055
'f
ACORD 25-S (7/97)
MERLCONS%CERT05(M2)
----- -- - W"YY — uanrVaynrom ur Premium
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL
6WafiAUGR,TC MAIL 45' DAYS WRITTEN NOTICE TO THE CERTIFICATE
HOLDER NAMED TO THE LEFT,
14
OR-RSPF16S6I+CFA�1U&S.
%UTHORIZED REP ESENTA
U ACORD CORPORATION 1988
CERT #343 - Revised
POLICY NUMBER: GL 704-31-47 COMMERCIAL GENERAL LIABILITY
CG 20 10 10 01
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
"Where Required by Insured Contract"
(if no entry appears above, information required to complete this endorsement will be shown In the Declarations as applicable
to this endorsement.)
A. Section it -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule,
but only with.respect to liability arising out of your ongoing operations performed for that insured
B. With respect to the insurance afforded to these additional insureds, the following exclusion is added:
2. Exclusions
This insurance does not apply to "bodily injury" or "property damage" occurring after.
(1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other
than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of
the covered operations has been completed; or
(2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any
person or organization other than another contractor or subcontractor engaged in performing operations for a
principal as a part of the same project
CG 20 10 10 01
MERLCONSICERT05
ISO Properties, Inc. 2000
Page 1 of 1
1
b. If a claim is made or "suit" is brought against
any insured, you must:
I' (11 Immediately record the specifics of the
claim or "suit" and the date received; and
(2) Notify us as soon as practicable.
You must see to it that we receive written
notice of the claim or "suit" as soon as prac-
ticable.
•c. You and any other involved insured must:
(1) Immediately send us copies of any de-
mands, notices, summonses or legal
papers received in connection with the
claim or "suit";
' (2)Authorize us to obtain records and other
information;
(3) Cooperate with us in the investigation or
' settlement of the claim or defense against
the "suit"; and
(4) Assist us, upon our request, in the en-
forcement of any right against any person
' or organization which may be liable to the
insured because of injury or damage to
which this insurance may also apply.
I' d. No insured. will, except at that insured's own
cost, voluntarilymake a payment, assume any
obligation, or incur any expense, other than
for first aid, without our consent.
3, Legal Action Against Us
Noerson or organization has a
P g right under this
Coverage Part:
a. To join us as a party or otherwise bring us
into a "suit" asking for damages from an in-
sured; or
b. To sue us on this Coverage Part unless all of
its terms have been fully complied with.
A person or organization may sue us to recover
on an agreed settlement or on a final judgment
against*an insured; but we will not be liable for
damages that are not payable under the terms of
this Coverage Part or that are in excess of the
applicable limit of insurance. An agreed settle-
ment means a settlement.and release of liability
signed by us, the Insured and the claimant or the
claimant's legal representative,
4. Other Insurance
If other valid and collectible insurance is available
to the insured for a loss we cover under
Coverages A or B of this Coverage Part, our
obligations are limited as follows:
a. Primary Insurance -
This insurance is primary except when b. be-
low applies. If this insurance is primary, our
obligations are not affected unless any of the
other insurance Is also primary. Then, we will
share with all that other insurance by the
method described in c, below.
b. Excess insurance
This insurance is excess over:
(1) Any of the other insurance, whether pri-
Mary, excess, contingent or on any other
basis:
(a) That is Fre, Extended Coverage, Build-
er's Rislc, installation Risk or similar
coverage for "your work",
(b) That is Fire insurance for premises
rented to you or temporarily occupied
by you with permission of the owner;
(c) That is insurance purchased by you to
cover your liability as a tenant for
"property damage" to premises rented
to you or temporarily occupied by you
with permission of the owner; or
(d) If the loss arises out of the mainten-
ance or use of aircraft, "autos" or
watercraftto the extent not subject to
Exclusion g of Section 1 - Coverage A -
Bodily Injury And Property Damage
Liability.
(2)Any other primary insurance available to
you covering liability for damages arising
out of the premises or operations for which
You. have been added as an additional
insured by attachment of an endorsement.
CG 00 01 10 01. ©ISO Properties, Inc., 2000 Page 11 of 16 ❑
POLICY NUMBER: GL 704-31-47 COMMERCIAL GENERAL LIABILITY
CG 24 0410 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
"WHERE REQUIRED BY AN INSURED CONTRACT AND AS EVIDENCED BY CERTIFICATE OF INSURANCE ON
FILE WITH THE COMPANY"
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable
to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section 1V - COMMERCIAL GENERAL
LIABILITY CONDITIONS) is amended by the addition of the following:
We waive any right of recovery we may have against the person or organization shown in the Schedule above because of
payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that
person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or
organization shown in the Schedule above.
CG 24 04 10 93 Copyright, Insurance Services Office, Inc. 1992
POLICY NUMBER: GL 704-31-47 COMMERCIAL GENERAL LIABILITY
CG 25 03 03 97
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED CONSTRUCTION PROJECT(S)
GENERAL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
Designated Construction Projects:
"ALL CONSTRUCTION PROJECTS"
(if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable
to this endorsement.)
A. For all sums which the insured becomes legally
obligated to pay as damages caused by "occurrences"
under COVERAGE A (SECTION 1), and for all medical
expenses caused by accidents under COVERAGE C
(SECTION 1), which can be attributed only to ongoing
operations at a single designated construction project
shown in the Schedule above:
1. A separate Designated Construction Project
General Aggregate Limit applies to each
designated construction project, and that limit is
equal to the amount of the General Aggregate
Limit shown in the Declarations.
2. The Designated Construction Project General
Aggregate Limit is the most we will payforthe sum
of all damages under COVERAGE A, except
damages because of bodily injury" or "property
damage" included in the "products -completed
operations hazard", and for medical expenses
under COVERAGE C regardless of the number of:
a. Insureds;
b. Claims made or "suits" brought; or
c. Persons or organizations making claims or
bringing "suits".
CG 25 03 03 97
3. Any payments made under COVERAGE A for
damages or under COVERAGE C for medical
expenses shall reduce the Designated
Construction Project General Aggregate Limit for
that designated construction project. Such
payments shall not reduce the General Aggregate
Limit shown in the Declarations nor shall they
reduce any other Designated Construction Project
General Aggregate Limit for any other designated
construction project shown in the Schedule above.
4. The limits shown in the Declarations for Each
Occurrence, Fire Damage and Medical Expense
continue to apply. However, instead of being
subject to the General Aggregate Limit shown in
the Declarations, such limits will be subject to the
applicable Designated Construction Project
General Aggregate Limit.
B. For all sums which the insured becomes legally
obligated to pay as damages caused by "occurrences"
under COVERAGE A (SECTION I), and for all medical
expenses caused by accidents under COVERAGE C
(SECTION 1), which cannot be attributed only to
ongoing operations at a single designated construction
project shown in the Schedule above:
Copyright, Insurance Services Office, Inc. 1996
Page 1 of 2
ABC000\CERT02(E09)
CERT #"Cert_" - Revised
1. Any payments made under COVERAGE A for
damages or under COVERAGE C for medical
expenses shall reduce the amount available under
the General Aggregate Limit or the Products -
Completed Operations Aggregate Limit, whichever
is applicable; and
2. Such payments shall not reduce any Designated
Construction Project General Aggregate Limit.
C. When coverage for liability arising out of the "products -
completed operations hazard" is provided, any
payments for damages because of "bodily injury" or
"property damage" included In the "products -
completed operations hazard" will reduce the
Products -Completed Operations Aggregate Limit, and
not reduce the General Aggregate Limit nor the
Designated Construction Project General Aggregate
Limit.
D. If the applicable designated construction project has
been abandoned, delayed, or abandoned and then
restarted, or if the authorized contracting parties
deviate from plans, blueprints, designs, specifications
or timetables, the project will still be deemed to be the
same construction project.
E. The provisions of Limits Of Insurance (SECTION Ill)
not otherwise modified by this endorsement shall
continue to apply as stipulated.
NAMED INSURED: Gary Merlino Construction Company Inc.
CG 25 03 03 97 Copyright, Insurance Services Office, Inc. 1996
ABC00010ERT02(EM )
Page 2 of 2
CERT k"Cert_ -Revised
3.
"Bodily injury" means bodily injury, sickness or
9. "Insured contract" means:
'
disease' sustained by a person, including death
resulting from any of these at any time.
a.
A contract for a lease of premises. However,
4.
"Coverage territory" means:
that portion of the contract fora (ease of
premises that indemnifies any person or
'
a. The United States of America (including its
organization for damage by fire to premises
territories and possessions), Puerto Rico and
while rented to you or temporarily occupied by
Canada;
you with permission of the owner is not an
b. International waters or airspace, but only if
"insured contract";
'
the injury or damage occurs in the course of
b.
A sidetrack agreement;
travel or transportation between any places
included in a. above; or
c.
Any easement or license agreement,(except
in connection with construction or demolition
'
c. All other parts of the world if the injury or
operations on or within 50 feet of a railroad;,
damage arises out of:
d.
An obligation, as required by ordinance, to
(1)Goods or products made or sold by you
indemnify municipality, except in connection
'
in the territory described in a. above;
with work for a municipality;
(2) The activities of a person whose home is
e.
An elevator maintenance agreement;
in the territory described in a. above, but is
away for a short time on your business; or
f.
That part of any other contract or agreement
pertaining to your business (including an
(3) "Personal and advertising injury"
indemnification of a municipality in connection
offenses that take place through the
with work performed for a municipality) under
Internet or similar electronic means of
which you assume the tort liability of another
'
communication
party to pay for "bodily injury" or "property
provided the insured's responsibility to pay
damage" to a third person or organization.
damages is determined in a "suit" on the
Tort liability means a liability that would be
merits, in the territory described in a- above or
imposed by law in the absence of any
in a settlement we agree to.
contract or agreement.
5.
"Employee" includes a "leased worker ". "Em-
Paragraph f. does not include that part of any
'
ployee" does not include a "temporary worker".
contract or agreement:
6.
"Executive officer" means a person holding any
{1}That indemnifies a railroad for "'bodily in -
jury" or "property damage" arising out of
of the officer positions created by your charter,
construction or demolition operations, with-
'
constitution, by-laws or any other similar gov-
in 50 feet of any railroad property and af-
erning document,
fecting any railroad bridge or trestle,
7.
"Hostile fire" means one which becomes uncon-
tracks, road -beds, tunnel, underpass or
trollable or breaks out from where it was intended
crossing;
'
to be.
(2)That indemnifies an architect, engineer or
8.
"Impaired property" means tangible property,
surveyor for injury or damage arising out
of:
other than "your product" or "your work", that
'
cannot be used or is less useful because:
(a) Preparing, approving, or failing to pre -
orates " " ��
a. It incorporates your product or your work
pare or approve, maps, shop drawings,
that is known or thought to be defective,
opinions, reports, surveys, field orders,
change orders or drawings and specifi-
deficient, inadequate or dangerous; or
b. You have failed to fulfill the terms of a con-
cations; or
(b) Giving directions or instructions,or fail -
tract or agreement;
ing to give them, if that is the primary
'
if such property can be restored to use by:
cause of the injury or damage; or
a. The repair, replacement, adjustment or re-
(3) Under which the insured, if an architect,
moval of "your product" or "your work"; or
engineer or surveyor, assumes liability for
b. Your fulfilling the terms of the contract or
an injury or damage arising out of the in -
agreement.
sured's rendering or failure to render pro-
fessional services, including those listed in
(2) above and supervisory, inspection, ar-
'
chitectural or engineering activities.
CG 00 01 10 01 ©ISO Properties, inc., 2000 Page 13 of 16 r-1
V. CONTRACT SPECIFICATIONS
v
CITY OF RENTON
CONTRACT SPECIFICATIONS
SW 27" ST./STRANDERBLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
CONTENTS
INTRODUCTION-------------------------------=-------------------------------------------------------1
AMENDMENTS TO THE STANDARD SPECIFICATIONS
SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ---1
SECTION 1-09, MEASUREMENT AND PAYMENT -------=-------------=--------------------4
SECTION 1-10, TEMPORARY TRAFFIC CONTROL -----------------------------------------4
SECTION 1-99, APWA SUPPLEMENT ---------------------------------------------------------18
SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS --------------19
SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT ---------------------- 20
SECTION 2-09, STRUCTURE EXCAVATION ----------------------------------------------- 20
SECTION 2-10, DITCH EXCAVATION--------------------------=------------------------------ 20
SECTION 4-04, BALLAST AND CRUSHED SURFACING --------------------------------- 20
SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION ---------------21
SECTION 5-04, HOT MIX ASPHALT ------------------------------------------------------------ 21
SECTION 5-05, CEMENT CONCRETE PAVEMENT --------------------------------------- 22
SECTION 6-02, CONCRETE STRUCTURES ----------------------------------------------- 23
SECTION 6-03, STEEL STRUCTURES -------------------------------------------------------- 36
SECTION 6-05, PILING---------------------------------------------------------------------------- 37
SECTION 6-06, BRIDGE RAILINGS ------------------------- ------------ --------------------- 38
SECTION 6-07, PAINTING ----------------------------------------- ------------------------------- 38
SECTION 6-10, CONCRETE BARRIER------------------------------------------------------- 38
SECTION 6-11, REINFORCED CONCRETE WALLS -------------------------------------- 39
SECTION 6-12, NOISE BARRIER WALLS --------------------------------------------------- 42
SECTION 6-13, STRUCTURAL EARTH WALLS-------------------------------------------- 47
SECTION 6-14, GEOSYNTHETIC RETAINING WALLS ---------------------------------- 56
SECTION 6-15, SOIL NAIL WALLS----------------------------------------------------------- 60
SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS-------------- 68
SECTION 6-17, PERMANENT GROUND ANCHORS ------------------------------------ 73
SECTION 6-18, SHOTCRETE FACING----------------------------------------------------- 82
SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS--------- 86
SECTION 7-12, VALVES FOR WATER MAINS ------------------------------------------ 86
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005 A
SECTION7-14, HYDRANTS ----------------------------------------------------------------------
87
SECTION 7-15, SERVICE CONNECTIONS --------------------------------------------------
87
SECTION 7-17, SANITARY SEWERS ----------------------------------------------------------
87
SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL ------ 87
SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS -----------------------------------
88
SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC
CURB --------- 88
SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE -=------------------------------
89
SECTION 8-14, CEMENT CONCRETE SIDEWALKS --------------------------------------
89
SECTION 8-15, RIPRAP--------------------------------------------------------------------------
90
SECTION 8-17, IMPACT ATTENUATOR SYSTEMS ----------------------------------------
90
SECTION 8-18, MAILBOX SUPPORT--------------------------------------------------------
91
SECTION 8-19, REDIRECTIONAL LAND FORM-------------------------------------------
92
SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
ELECTRICAL92
SECTION 8-22, PAVEMENT MARKING ------------------------------------------------------
93
SECTION 9-01, PORTLAND CEMENT ---------------------------------------------------------
96
SECTION 9-02, BITUMINOUS MATERIALS-------------------------------------------------
97
SECTION 9-03, AGGREGATES-----------------------------------------------------------------
98
SECTION 9-04, JOINTAND CRACK SEALING MATERIALS ----------------------------
99
SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS -------- 99
SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS -----------------100
SECTION 9-07, REINFORCING STEEL ------------------------------------------------------100
SECTION9-08, PAINTS--------------------------------------------------------------------------101
SECTION 9-09, TIMBER AND LUMBER -----------------------------------------------------101
SECTION 9-10, PILING--------------------------------------------------------------------------101
SECTION 9-14, EROSION CONTROLAND ROADSIDE PLANTING
-----------------102
SECTION 9-15, IRRIGATION SYSTEM ------------------------------------------------------102
SECTION 9-16, FENCE AND GUARDRAIL -----------------------------------------------103
SECTION 9-17, FLEXIBLE GUIDE POSTS -------------------------------------------------107
SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES -----------110
SECTION 9-28, SIGNING MATERIALS AND FABRICATION ----------------------------111
SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL -----------------------------112
SECTION 9-30, WATER DISTRIBUTION MATERIALS ----------------------------------120
SECTION 9-32, MAILBOX SUPPORT -------------------------------------------------------120
SECTION 9-33, CONSTRUCTION GEOSYNTHETIC---- --------------------------------
121
SECTION 9-34, PAVEMENT MARKING MATERIAL ---------------------------------------128
SW 2f" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 7
CITY OF RENTON
JULY 2005 B
SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS ---------------------128
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
L
INTRODUCTION
2 The following Amendments and Special Provisions shall be used in conjunction with the
3 2004 Standard Specifications for Road, Bridge, and Municipal Construction.
4
5 AMENDMENTS TO THE STANDARD SPECIFICATIONS
6
7 The following Amendments to the Standard Specifications are made a part of this contract
8 and supersede any conflicting provisions of the Standard Specifications. For informational
9 purposes, the date following each Amendment title indicates the implementation date of the
10 Amendment or the latest date of revision.
11
12 Each Amendment contains all current revisions to the applicable section of the Standard
13 Specifications and may include references which do not apply to this particular project.
14-
15 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
16 April 4, 2005
17 1-07.11(10)B Required Records and Retention
18 The third and fourth paragraphs are revised to read:
19
20 Monthly Employment Utilization Reports
21 WSDOT Form #820-010 or substitute form as approved by the Contracting Agency.
22 This form is required for all federally assisted projects if the contract is equal to or
23greater then $10,000 and for every associated subcontract equal to or greater than
24 $10,000. These monthly reports are to be maintained in the respective Contractor or
25 subcontractor's records.
26
27 In addition, for contracts with a value of $100,000 or more, the Contractor shall submit
28 copies of the completed WSDOT form 820-010 or approved substitute to the
29 Contracting Agency by the fifth of each month throughout the term of the contract. The
30 Contractor shall also collect and submit these forms monthly from every subcontractor
31 who holds a subcontract with a value of $100,000 or more.
32
33 Failure to submit the required reports by their due dates may result in the withholding of
34 progress estimate payments.
35
36 1-07.13(4) Repair of Damage
37 This section is revised to read:
38
39 The Contractor shall promptly repair all damage to either temporary or permanent work
40 as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1),
41 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4 using
42 the estimated bid item "Reimbursement for Third Party Damage".
43
44 In the event the Contracting Agency pays for damage to the Contractor's work or for
45 damage to the Contractor's equipment caused by third parties, any claim the Contractor
46 had or may have had against the third party shall be deemed assigned to the
47 Contracting Agency, to the extent of the Contracting Agency's payment for such
48 damage.
49
50 Payment will be limited to repair of damaged work only. No payment will be made for
51 delay or disruption of work.
52
53 For the purpose of providing a common proposal for all bidders, the Contracting Agency
54 has entered an amount for "Reimbursement For Third Party Damage" in the proposal to
55 become a part of the total bid by the Contractor.
56
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASEI,SEGMENT1
CITY OF RENTON
JULY 2005
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
1-07.16(1) Private/Public Property
This section is revised to read:
The Contractor shall not use Contracting Agency owned or controlled property other
than that directly affected by the contract work without the approval. of the Engineer. If
the Engineer grants such approval, the Contractor shall then vacate the area when
ordered to do so by the Engineer. Approval to temporarily use the property shall not
create any entitlement to further use or to- compensation for any conditions or
requirements imposed.
The Contractor shall protect private or public property on or in the vicinity of the work
site: The Contractor shall ensure that it is not removed, damaged, destroyed, or
prevented from being used unless the contract so specifies.
Property includes land, utilities, trees, landscaping, improvements legally on the right-of-
way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines,
signs, and other property of all description whether shown on the plans or not.
If the Engineer orders or if otherwise necessary, the Contractor shall install protection,
acceptable to the Engineer, for property such as that listed in the previous paragraph.
The Contractor is responsible for locating and protecting all property that is subject to
damage by the construction operation.
If the Contractor (or agents/employees of the Contractor) damage, destroy, or interfere
with the use of such property, the Contractor shall restore it to original condition. The
Contractor shall also halt any interference with the property's use. If the Contractor
refuses or does not respond immediately, the Engineer may have such property
restored by other means and subtract the cost from money that will be or is due the
Contractor.
The Contractor may access the worksite from adjacent properties. The Contractor shall
not use or allow others to use this access to merge with public traffic. During non-
working hours, the Contractor shall provide a physical barrier that is either locked or
physically unable to be moved without equipment. The access shall not go through any
existing structures. The access may go through fencing. The Contractor shall control or
prevent animals from entering the worksite to the same degree that they were controlled
before the fence was removed. The Contractor shall prevent persons not involved in
the contract work from entering the worksite through the access or through trails and
pathways intersected by the access. If the contract documents require that existing
trails or pathways be maintained during construction, the Contractor will insure the safe
passage of trail or ,pathway users. The Contractor shall effectively control airborne
particulates that are generated by use of the access. The location and use of the
access shall not adversely affect wetlands or sensitive areas in any manner. The
Contractor shall be responsible for obtaining all haul road agreements, permits and/or
easements associated with the access. The Contractor shall replace any fence, repair
any damage and restore the site to its original state when the access is no longer
needed. The Contractor shall bear all costs associated with this worksite access.
1-07.16(2) Vegetation Protection and Restoration
The new paragraph below is inserted to follow the third paragraph:
Any pruning activity required to complete the work as specified shall be performed by
persons qualified as a Certified Arborist at the direction of the Engineer.
In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide for
Plant Appraisal, Current Edition".
1-07.16(3) Fences, Mailboxes, Incidentals
The first sentence in the first paragraph is revised to read:
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1
2
3
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
The Contractor shall maintain any temporary fencing to prevent pedestrians from
entering the worksite and to preserve livestock, crops, or property when working through
or adjacent to private property.
1-07.18 Public Liability and Property Damage Insurance
This section is revised to read:
The Contractor shall obtain and keep in force the following policies of insurance. The
policies shall be with companies or through sources approved by the State Insurance
Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the
policies shall be kept in force from the execution date of the contract until the date of
acceptance by the Secretary (Section 1-05.12).
Owners and Contractors Protective Insurance providing bodily injury and property
damage liability coverage with limits of $3,000,000 per occurrence and in the
aggregate for each policy period, written on Insurance Services Office (ISO) form
CG0009 together with Washington State Department of Transportation Amendatory
Endorsement No. CG 29 08, specifying the State of Washington as a named
insured.
The Contractor may choose to terminate this insurance after the date of Substantial
Completion as determined by the Engineer or, should Substantial Completion not
be achieved, after the date of Physical Completion as determined by the Engineer.
In the event the Contractor elects to terminate this coverage, prior to acceptance of
the contract, the Contractor shall first obtain an endorsement to the Commercial
General Liability Insurance described below that establishes the Contracting
Agency on that policy as an additional insured.
2. Commercial General Liability Insurance written under ISO Form CG0001 or its
equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate
for each policy period. This protection may be a CGL policy or any combination of
primary, umbrella or excess liability coverage affording total liability limits of not less
than $3,000,000. Products and completed operations coverage shall be provided
for a period of one year following final acceptance of the work.
3. Commercial Automobile Liability Insurance providing bodily injury and property
damage liability coverage for all owned and nonowned vehicles assigned to or used
in the performance of the work with a combined single limit of not less than
$1,000,000 each occurrence with the State named as an additional insured in
connection with the Contractor's Performance of the contract.
The Owners and Contractors Protective Insurance policy shall not be subject to a
deductible or contain provisions for a deductible. The Commercial General Liability
policy and the Commercial Automobile Liability Insurance policy may, at the discretion of
the Contractor, contain such provisions. If a deductible applies to any claim under these
policies, then payment of that deductible will be the responsibility of the Contractor,
notwithstanding any claim of liability against the Contracting Agency. However in no
event shall any provision for a deductible provide for a deductible in excess of
$50,000.00.
Prior to contract execution, the Contractor shall file with the Department of
Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420,
ACORD Form Certificates of Insurance evidencing the minimum insurance coverages
required .under these specifications.
All insurance policies and Certificates of Insurance shall include a requirement providing
for a minimum of 45 days prior written notice to the Contracting Agency of any
cancellation or reduction of coverage. All insurance coverage required by this section
SW 2f" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1 shall be written and provided by "occurrence -based" policy forms rather than by "claims
2 made" forms.
3
4 Failure on the part of the Contractor to maintain the insurance as required shall
5 constitute a material breach of contract upon which the Contracting Agency may, after
6 giving five working days notice to the Contractor to correct the breach, immediately
7 terminate the contract or, at its discretion, procure or renew such insurance and pay any
8 and all premiums in connection therewith, with any sums so expended to be repaid to
9 the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
10 offset against funds due the Contractor from the Contracting Agency.
11
12 All costs for insurance, including any payments of deductible amounts, shall be
13 considered incidental to and included in the unit contract prices and no additional
14. payment will be made.
"15
16 1-07.23(1) Construction Under Traffic
17 The first paragraph is supplemented with the following:
18
19 The Contractor shall enter interstate highways only through legal movements from
20 existing roads, streets, and through other access points specifically allowed by the
21 contract documents.
22
23 The fourth sentence in the second paragraph is revised to read:
24
25 Deficiencies not caused by the Contractor's operations shall be repaired by the
26 Contractor, when ordered by the Engineer, at the Contracting Agency's expense.
27
28 In the sixth paragraph, 3. "C", the first sentence is revised to read:
29
30 Temporary concrete barrier or other approved barrier installed on the traffic side of the
31 drop-off with 2 feet between the drop-off and the back of the barrier and a new edge of
32 pavement stripe a minimum of 2 feet from the face of the barrier.
33
34 SECTION 1-09, MEASUREMENT AND PAYMENT
35 April 5, 2004
36 1-09.6 Force Account
37 On page 1-91, under "For Labor", the fourth and fifth sentences in the second paragraph
38 are deleted.
39
40 1-09.7 Mobilization
41 Under the second paragraph, item 3 is revised to read:
42
43 When the substantial completion date has been established for the project, payment of
44 any amount bid for mobilization in excess of 10 percent of the total original contract
45 amount will be paid.
46
47 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
48 December 6, 2004
49 Section 1-10 is revised in its entirety to read:
50
51 1-10.1 General
52 The Contractor, utilizing contractor labor and contractor -provided equipment and
53 materials (except when such labor, equipment or materials are to be provided by the
54 Contracting Agency as specifically identified herein), shall plan, manage, supervise and
55 perform all temporary traffic control activities needed to support the work of the contract.
56
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
1-10.1(1) Materials
Materials shall meet the requirements of the following sections:
Stop/Slow Paddles
9-35.1
Construction Signs
9-35.2
Wood Sign Posts
9-35.3
Sequential Arrow Signs
9-35.4
Portable Changeable Message Signs
9-35.5
Barricades
9-35.6
Traffic Safety Drums
9-35.7
Barrier Drums
9-35.8
Traffic Cones
9-35.9
Tubular Markers
9-35.10
Warning Lights and Flashers
9-35.11
Truck -Mounted Attenuator
9-35.12
1
11
r
1-10.1(2) Description
The Contractor shall provide flaggers, spotters and all other personnel required for labor ,
for traffic control activities and not otherwise specified as being furnished by the
Contracting Agency.
The Contractor shall perform all procedures necessary to support the contract work.
The Contractor shall provide signs and other traffic control devices not otherwise
specified as being furnished by the Contracting Agency. The Contractor shall erect and
maintain all construction signs, warning signs, detour signs, and other traffic control
devices necessary to warn and protect the public at all times from injury or damage as a
result of the Contractor's operations which may occur on or adjacent to highways,
roads, or streets. No work shall be done on or adjacent to the roadway until all
necessary signs and traffic control devices are in place.
The traffic control resources and activities described shall be used for the safety of the
public, of the Contractor's employees, and of the Contracting Agency's personnel and to
facilitate the movement of the traveling public. Traffic control resources and activities
may be used for the separation or merging of public and construction traffic when such
use is in accordance with a specific approved traffic control plan.
Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and
remove signs; or provide, erect, maintain, and remove other traffic control devices when
ordered to do so by the Engineer, the Contracting Agency may, without further notice to
the Contractor or the Surety, perform any of the above and deduct all of the costs from
the Contractor's payments.
The Contractor shall be responsible for providing adequate labor, sufficient signs, and
other traffic control devices, and for performing traffic control procedures needed for the
protection of the work and the public at all times regardless of whether or not the labor,
devices or procedures have been ordered by the Engineer, furnished by the Contracting
Agency, or paid for by the Contracting Agency.
Wherever possible when performing contract work, the Contractor's equipment shall
follow normal and legal traffic movements. The Contractor's ingress and egress of the
work area shall be accomplished with as little disruption to traffic as possible. Traffic
control devices shall be removed by picking up the devices in a reverse sequence to
that used for installation. This may require moving backwards through the workzone.
When located behind barrier or at other locations shown on approved traffic control
plans, equipment may operate in a direction opposite to adjacent traffic.
The Contractor is advised that the Contracting Agency may have entered into operating
agreements with one or more law enforcement organizations for cooperative activities.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005
1 Under such agreements, at the sole discretion of the Contracting Agency, law
2 enforcement personnel may enter the workzone for enforcement purposes and may
3 participate in the Contractor's traffic control activities. The responsibility under the
4 contract for all traffic control resides with the Contractor and any such participation by
5 law enforcement personnel in Contractor traffic control activities will be referenced in the
6 Special Provisions or will be preceded by an agreement and, if appropriate, a cost
7 adjustment. Nothing in this contract is intended to create an entitlement, on the part of
8 the Contractor, to the services or participation of the law enforcement organization.
9
10 1-10.2 Traffic Control Management
11
12 1-10.2(1) General
13 It is the Contractor's responsibility to plan, conduct and safely perform the work. The
14 Contractor shall 'manage temporary traffic control with his or her own staff. Traffic
15 control management responsibilities shall be formally assigned to one or more company
16 supervisors who are actively involved in the planning and management of field contract
17 activities. The Contractor shall provide the Engineer with a copy of the formal
18 assignment. The duties of traffic control management may not be subcontracted.
19
20 The Contractor shall designate an individual or individuals to perform the duties of the
21 primary Traffic Control Supervisor (TCS). The designation shall also identify an
22 alternate TCS who can assume the duties of the primary TCS in the event of that
23 person's inability to perform. The TCS shall be responsible for safe implementation of
24 approved Traffic Control Plans provided by the Contractor.
25
26 The designated individuals shall be certified as worksite traffic control supervisors by
27 one of the organizations listed in the Special Provisions. Possession of a current
28 flagging card by the TCS is mandatory. A traffic control management assignment and a
29 TCS designation are required on all projects that will utilize traffic control.
30
31 The Contractor shall maintain 24-hour telephone numbers at which the Contractor's
32 assigned traffic control management personnel and the TCS can be contacted and be
33 available upon the Engineer's request at other than normal working hours. These
34 persons shall have the resources, ability and authority to expeditiously correct any
35 deficiency in the traffic control system.
36
37 1-10.2(1)A Traffic Control Management
38 The responsibilities of the Contractor's traffic control management personnel shall
39 include:
40
41 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS)
42 to ensure that proper safety and traffic control measures are implemented and
43 consistent with the specific requirements created by the Contractor's
44 workzones and the Contract. Some form of oversight shall be in place and
45 effective even when the traffic control management personnel are not present
46 at the jobsite.
47
48 2. Providing the Contractor's designated TCS with approved Traffic Control Plans
49 (TCPs) which are compatible with the work operations and traffic control for
50 which they will be implemented. Having the latest adopted edition of the
51 Manual On Uniform Traffic Control Devices for Streets and Highways
52 (MUTCD,) including the Washington State Modifications to the MUTCD and
53 applicable standards and specifications available at all times on the project.
54
55 3. Discussing proposed traffic control measures and coordinating implementation
56 of the Contractor -adopted traffic control plan(s) with the Engineer.
57
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
4. Coordinating all traffic control operations, including those of subcontractors
and suppliers, with each other and with any adjacent construction or
maintenance operations.
5. Coordinating the project's activities (such as ramp closures, road closures, and
lane closures) with appropriate police, fire control agencies, city or county
engineering, medical emergency agencies, school districts, and transit
companies.
6. Overseeing all requirements of the contract that contribute to the convenience,
safety, and orderly movement of vehicular and pedestrian traffic.
7. Reviewing the TCS's diaries daily and being aware of field traffic control
operations.
8. Being present on-site a sufficient amount of time to adequately satisfy the
above -listed responsibilities.
Failure to carry out any of the above -listed responsibilities shall be a failure to comply
with the contract and may result in a suspension of work as described in Section 1-08.6.
1-10.2(1)B Traffic Control Supervisor
A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized or less frequently, as authorized by
the Engineer.
The TCS shall personally perform all the duties of the TCS. During nonwork periods,
the TCS shall be available to the job site within a 45 -minute time period after notification
by the Engineer.
The TCS's duties shall include:
1. Having a current set of approved traffic control plans, (TCPs), applicable
contract provisions as provided by the Contractor, the latest adopted edition of
the MUTCD, including the Washington State Modifications to the MUTCD, the
book Quality Guidelines for Work Zone Traffic Control Devices, and applicable
standards and specifications.
2. Inspecting traffic control devices and nighttime lighting for proper location,
installation, message, cleanliness, and effect on the traveling public. Traffic
control devices shall be inspected at least once per hour during working hours
except that Class A signs and nighttime lighting need to be checked only once
a week. Traffic control devices left in place for 24 hours or more shall also be
inspected once during the nonworking hours when they are initially set up
(during daylight or darkness, whichever is opposite of the working hours). The
TCS shall correct, or arrange to have corrected, any deficiencies noted during
these inspections.
3. Preparing a daily traffic control diary on each day that traffic control is
performed using DOT Forms 421-040A and 421-040B, and submitting them to
the Engineer no later than the end of the next working day. The Contractor
may use alternate forms if approved by the Engineer. Diary entries shall
include, but not be limited to:
a. Time of day when signs and traffic control devices are installed and
removed,
b. Location and condition of signs and traffic control devices,
c. Revisions to the traffic control plan,
d. Lighting utilized at night, and
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1 e. Observations of traffic conditions.
2
3 4. Making minor revisions to the traffic control plan to accommodate site
4 conditions provided that the original intent of the traffic control plan is
5 maintained and the revision has the concurrence of both the Contractor and
6 the Engineer.
7
8 5. Attending traffic control coordinating meetings or coordination activities as
9 necessary for full understanding and effective performance.
10
11 6. Ensuring that all needed traffic control devices and equipment are available
12 and in good working condition prior to the need to install or utilize them.
13
14 The TCS may perform the work described in Section 1-10.3(1)A Flaggers and Spotters
15 or in Section 1-10.3(1)B Other Traffic Control Labor provided that the duties of the
16 TCS are accomplished.
17
18 1-10.2(2) Traffic Control Plans
19 The traffic control plan or plans appearing in the contract documents show a method of
20 handling traffic. All construction signs, flaggers, spotters and other traffic control
21 devices are shown on the traffic control plan(s) except for emergency situations. Where
22 mainline contract traffic control plans are developed with the intent of operating without
23 the use of flaggers or spotters, the plans shall contain a note that states, "NO
24 FLAGGERS OR SPOTTERS". The use of flaggers or spotters to supplement these
25 traffic control plans will not be allowed except in a case where no other means of traffic
26 control can be used or in the event of an emergency. If the Contractor proposes the use
27 of flaggers or spotters with one of these plans, this will constitute a modification
28 requiring approval by the Engineer. The modified plans shall show locations for all the
29 required advance warning signs and a safe, protected location for the flagging station. If
30 flagging is to be performed during hours of darkness, the plan shall include appropriate
31 illumination for the flagging station.
32
33 When the Contractor's chosen method of performing the work in the contract requires
34 some form of temporary traffic control, the Contractor shall either: (1.) designate and
35 adopt, in writing, the traffic control plan or plans from the contract documents that
36 support that method; or (2.) submit a Contractor's plan that modifies, supplements or
37 replaces a plan from the contract documents. Any Contractor -proposed modification,
38 supplement or replacement shall show the necessary construction signs, flaggers,
39 spotters and other traffic control devices required to support the work. Any Contractor -
40 proposed traffic control plan shall conform to the established standards for plan
41 development as shown in the MUTCD, Part VI. The Contractor's submittal, either
42 designating and adopting a traffic control plan from the contract documents or proposing
43 a Contractor -developed plan, shall be provided to the Engineer for approval at least ten
44 calendar days in advance of the time the signs and other traffic control devices are
45 scheduled to be installed and utilized. The Contractor shall be solely responsible for
46 submitting any proposed traffic control plan or modification, obtaining the Engineer's
47 approval and providing copies of the approved Traffic Control Plans to the Traffic
48 Control Supervisor.
49
50 1-10.2(3) Conformance to Established Standards
51 Flagging, signs, and all other traffic control devices and procedures furnished or
52 provided shall conform to the standards established in the latest WSDOT adopted
53 edition of the Manual On Uniform Traffic Control Devices for Streets and Highways
54 (MUTCD,) published by the U.S. Department of Transportation and the Washington
55 State Modifications to the MUTCD. Judgment of the quality of devices furnished will be
56 based upon Quality Guidelines for Work Zone Traffic Control Devices, published by the
57 American Traffic Safety Services Association. Copies of the MUTCD and Quality
58 Guidelines for Work Zone Traffic Control Devices may be purchased from the American
59 Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg,
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1 Virginia 22406-1022. The Washington State Modifications to the MUTCD may be
2 obtained from the Department of Transportation, Olympia, Washington 98504.
3
4 In addition to the standards of the MUTCD described above, the Contracting Agency
5 has scheduled the implementation of crashworthiness requirements for most workzone
6 devices. The National Cooperative Highway Research Project (NCHRP) Report 350
7 has established requirements for crash testing. Workzone devices are divided into four
8 categories. Each of those categories and, where applicable, the schedule for
9 implementation is described below:
10
11 Category 1 includes those items that are small and lightweight, channelizing, and
12 delineating devices that have been in common use for many years and are, known to be
13 crashworthy by crash testing of similar devices or years of demonstrable safe
14 performance. These include cones, tubular markers, flexible delineator posts, and
15 plastic drums. All Category 1 devices used on the project shall meet the requirements
16 of NCHRP 350 as certified by the manufacturer of the device.
17
18 Category 2 includes devices that are not expected to produce significant vehicular
19 velocity change, but may otherwise be hazardous. Examples of this class are
20 barricades, portable sign supports and signs, intrusion alarms and vertical panels. All
21 new Category 2 devices purchased after October 1, 2000 shall meet the requirements
22 of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used
23 on the project until December 31, 2007. For the purpose of definition, a sign support
24 and sign shall be considered a single unit. A new sign may be purchased for an existing
25 sign support and the entire unit will be defined as "existing equipment."
26
27 Category 3 is for hardware expected to cause significant velocity changes or other
28 potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash
29 cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting
30 the definitions of Category 1 or 2 are examples from this category. Many Category 3
31 devices are defined in the design of the project. Where this is the case, NCHRP 350
32 requirements have been incorporated into the design and the Contractor complies with
33 the requirements by constructing devices according to the plans and specifications.
34 Where the device is a product chosen by the Contractor, the device chosen must be
35 compliant with the requirements of NCHRP 350.
36
37 Category 4 includes portable or trailer -mounted devices such as arrow displays,
38 temporary traffic signals, area lighting supports, and portable changeable message
39 signs. There is presently no implementation schedule for mandatory crashworthiness
40 compliance for these devices.
41
42 The condition of signs and traffic control devices shall be acceptable or marginal as
43 defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and will be
44 accepted based on a visual inspection by the Engineer. The Engineer's decision on the
45 condition of a sign or traffic control device shall be final. A sign or traffic control device
46 determined to be unacceptable shall be removed from the project and replaced within
47 12 hours of notification.
48
49 1-10.3 Traffic Control Labor, Procedures and Devices
50
51 1-10.3(1) Traffic Control Labor
52 The Contractor shall fumish all personnel for flagging, spotting, for the execution of all
53 procedures related to temporary traffic control and for the setup, maintenance and
54 removal of all temporary traffic control devices and construction signs necessary to
55 control traffic during construction operations.
56
57 Workers engaged as flaggers or spotters shall wear reflective vests and hard hats.
58 During hours of darkness, white coveralls or white or yellow rain gear shall also be
59 worn. The vests and other apparel shall be in conformance with Section 1-07.8.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
�1
I
LJ
1
2
1-10.3(1)A Flaggers and Spotters
3
Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans
4
or where directed by the Engineer. All flaggers and spotters shall possess a current
5
flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The
6
flagging card shall be immediately available and shown to the Contracting Agency upon
7
request.
8
9
Flagging stations shall be shown on Traffic Control Plans at locations where
10
construction operations require stopping or diverting public traffic. Flagging stations
11
shall be staffed only when flagging is required. This staffing may be continuous or
I
12
intermittent, depending on the nature of the construction activity. Whenever a flagger is
13
not required to stop or divert traffic, the flagger shall move away from the flagging
14
station to a safer location. During hours of darkness, flagging stations shall be
15
illuminated in a manner that insures that flaggers can easily be seen but that does not
16
cause glare to the traveling public. Flaggers shall be equipped with portable two-way
17
radios, with a range suitable for the project. The radios shall be capable of having direct
18
contact with project management (foremen, superintendents, etc.).
19
20
The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all flagging
21
operations. The specification for Stop/Slow paddles in Section 9-35.1 requires 24"
22
paddles and all new paddles purchased for the project shall conform to those
23
provisions. Previously specified 18" paddles may be used at the request of the
24
Contractor until December 31, 2005.
25
26
Spotting stations shall be shown on Traffic Control Plans at locations where a spotter
27
can detect errant drivers or other hazards and provide an effective warning to other
28
workers. Spotting stations will not be allowed at locations where the spotter will be in
29
unnecessary danger. The Contractor shall furnish noise -makers or other effective
30
warning devices for spotting operations. The duties of a spotter shall not include
' 31
- flagging.
32
33
1-10.3(1)B Other Traffic Control Labor
34
In addition to flagging or spotting duties, the Contractor shall provide personnel for all
35
other traffic control procedures required by the construction operations and for the labor
36
to install, maintain and remove any traffic control devices shown on Traffic Control
37
Plans.
38
39
1-10.3(2) Traffic Control Procedures
40
41
1-10.3(2)A One -Way Traffic Control
42
The project work may require that traffic be maintained on a portion of the roadway
43
during the progress of the work using one-way traffic control. If this is the case, the
44
Contractor's operation shall be confined to one-half the roadway, permitting traffic on the
45
other half. If shown on an approved traffic control plan or directed by the Engineer, one -
46
way traffic control, in accordance with the MUTCD, shall be provided and shall also
47
conform to the following requirements:
48
1
49
In any one-way traffic control configuration, side roads and approaches will be closed or
50
controlled by a flagger or by appropriate approved signing. A side road flagger will
51
coordinate with end flaggers where there is line of sight and with the pilot car where the
52
end flaggers cannot be seen.
53
54
Queues of vehicles will be allowed to take turns passing through the workzone in the
55
single open lane. When one-way traffic control is in effect, Contractor vehicles shall not
56
use the open traffic lane except while following the same rules and routes required of
57
the public traffic.
58
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 10
�1
I
LJ
1
2
3
4
5
6
7
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
As conditions permit, the Contractor shall, at the end of each day, leave the work area in
such condition that it can be traveled without damage to the work, without danger to
traffic, and without one-way traffic control. If, in the opinion of the Engineer, one-way
traffic control cannot be dispensed with after working hours, then the operation will be
continued throughout the non -working hours.
1-10.3(2)6 Rolling Slowdown
For work operations on multi -lane roadways, that necessitate short-term roadway
closures of 15 minutes or less, the Contractor may implement a rolling slowdown.
Where included in an approved traffic control plan, a rolling slowdown shall be
accomplished using one traffic control vehicle with flashing amber lights for each lane to
be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of
the blockade. The traffic control vehicles shall enter the roadway and form a moving
blockade to reduce traffic speeds and create a clear area in front of the moving
blockade to accomplish the work without a total stoppage of traffic.
A portable changeable message sign shall be placed ahead of the starting point of the
traffic control to warn traffic of the slowdown. The sign shall be placed far enough
ahead of the work to avoid any expected backup of vehicles.
The location where the traffic control vehicles shall begin the slowdown and the speed
at which the moving blockade will be allowed to travel will be calculated to
accommodate the estimated time needed for closure. The chase control vehicle shall
follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the
Contractor may begin the work operation. In the event that the work operation is not
completed when the moving blockade reaches the site, all work except that necessary
to clear the roadway shall cease immediately and the roadway shall be cleared and
reopened as soon as possible.
All ramps and entrances to the roadway between the moving blockade and work ,
operation shall be temporarily closed using flaggers. Radio communications between
the work operation and the moving blockade shall be established and utilized to adjust
the speed of the blockade to accommodate the closure time needed.
1-10.3(2)C Lane Closure Setup/Takedown
Where allowed by the contract and where shown on approved traffic control plans or
directed by the Engineer, the Contractor shall set up traffic control measures to close
one or more lanes of a multi -lane facility. When this is to occur, the following sequence
shall be followed:
1. Advance warning signs are set up on the shoulder of the roadway opposite the i
lane to be closed,
2. Advance warning signs are set up on the same shoulder as the lane to be
closed,
3. A truck -mounted attenuator, with arrow board, is moved into place at the
beginning of the closure taper,
4. Channelization devices are placed to mark the taper and the length of the
closure as shown on the traffic control plan. ,
Once the lane is closed, the TMA/arrow board combination may be replaced
with an arrow board without attenuator.
If additional lanes are to be closed, this shall be done in sequence with previous lane
closures using the same sequence of activities. A truck -mounted attenuator with arrow
board is required during the process of closing each additional lane and may be ,
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 11
I
u
fl
�L�
t
t
1
1 replaced with an arrow board without attenuator after the lane is closed. Each closed
2 lane shall be marked with a separate arrow board at all times.
3
4 Traffic control for lane closures shall be removed in the reverse order of its installation.
5
6 1-10.3(2)D Mobile Operations
7 Where construction operations are such that movement along the length of a roadway is
8 continuous or near -continuous to the extent that a stationary traffic control layout will not
9 be effective, the Contractor shall implement a moving, or mobile; traffic control scheme.
10 Such moving control shall always be conducted in the same direction as the adjacent
11 traffic.
12
13 Where shown on an approved traffic control plan or where directed by the Engineer,
14 mobile traffic control shall consist of portable equipment, moving with the operation. A
15 portable changeable message sign shall be established in advance of the operation, far
16 enough back to provide warning of both the operation and of any queue of traffic that
17 has formed during the operation. The advance sign shall be continuously moved to stay
18 near the back of the queue at all times. A truck -mounted attenuator, with arrow board,
19 shall be positioned and maintained at a fixed distance upstream of the work. A shadow
20 vehicle, with truck -mounted attenuator shall be positioned and maintained immediately
21 upstream of the work.
22
23 1-10.3(2)E Patrol & Maintain Traffic Control Measures
24 At all times, when temporary traffic control measures are in place, the Contractor shall
25 provide for patrolling and maintaining these measures. The work shall consist of
26 resetting mislocated devices, assuring visibility of all devices, cleaning and repairing
27 where necessary, providing maintenance for all equipment, including replacing batteries
28 and light bulbs as well as keeping motorized and electronic items functioning, and
29 adjusting the location of devices to respond to actual conditions, such as queue length,
30 unanticipated traffic conflicts and other areas where planned traffic control has proven
31 ineffective.
32
33 This work shall be performed by the Contractor, either by or under the direction of the
34 Traffic Control Supervisor. Personnel, with vehicles if necessary, shall be dispatched so
35 that all traffic control can be reviewed at least once per hour during working hours and
36 at least once during each non -working day.
37
38 1-10.3(3) Traffic Control Devices
39
40 1-10.3(3)A Construction Signs
41 All construction signs required by approved traffic control plans, as well as any other
42 appropriate signs directed by the Engineer shall be furnished by the Contractor. The
43 Contractor shall provide the posts or supports and erect and maintain the signs in a
44 clean, neat, and presentable condition until the need for them has ended. Post
45 mounted signs shall be installed as shown in Standard Plans G-1 and G -4a. Sign
46 attachment to posts shall conform to the applicable detail shown in Standard Plan G -9b.
47 When the need for construction signs has ended, the Contractor, upon approval of the
48 Engineer, shall remove all signs, posts, and supports from the project and they shall
49 remain the property of the Contractor.
50
51 No passing zones on the existing roadway that are marked with paint striping and which
52 striping is to be obliterated by construction operations shall be replaced by "Do Not
53 Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts
54 and signs. The signs shall be maintained by the Contractor until they are removed or
55 until the contract is physically completed. When the project includes striping by the
'56 Contractor, the signs and posts shall be removed by the. Contractor when the no
57 passing zones are reestablished by striping. The signs and posts will become the
58 property of the Contractor. When the Contractor is not responsible for striping and
59 when the striping by others is not completed when the project is physically completed,
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 12
1
the posts and signs shall be left in place and shall become the property of the
2
Contracting Agency.
3
4
All existing signs, new permanent signs installed under this contract, and construction
5
signs installed under this contract that are inappropriate for the traffic configuration at a
6
given time shall be removed or completely covered with metal, plywood, or an Engineer
7
approved product specifically manufactured for sign covering during periods when they
8
are not needed.
9
10
Construction signs will be divided into two classes. Class A construction signs are those
11
signs that remain in service throughout the construction or during a major phase of the
12
work. They are mounted on posts, existing fixed structures, or substantial supports of a
-13
semi-permanent :nature. Class A signs will be designated as such on the approved
14
Traffic Control Plan. "Do Not Pass" and "Pass With Care" signs are classified as Class
15
A construction signs. Sign and support installation for Class A signs shall be in
16
accordance with the Contract Plans or the Standard Plans. Class B construction signs
17
are those signs that are placed and removed daily, or are used for short durations which
18
may extend for one or more days. They, are mounted on portable or temporary
19
mountings.
,
20
21
Where it is necessary to add weight to signs for stability, the only allowed method will be
22
a bag of sand that will rupture on impact. The bag of sand shall have a maximum
23
weight of 40 pounds, and shall be suspended no more than 1 foot from the ground.
24
25
Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
26
Engineer deems to be unacceptable while their use is required on the project shall be
27
replaced by the Contractor.
28
29
1-10.3(3)B Sequential Arrow Signs
30
Where shown on an approved traffic control plan or where ordered by the Engineer, the
'
31
Contractor shall provide, operate and maintain sequential arrow signs. In some
32
locations, the sign will be shown as a unit with an attenuator. In other locations, the
33
plan will indicate a stand-alone unit.
34
35
1-10.3(3)C Portable Changeable Message Sign
36
Where shown on an approved traffic control plan or where ordered by the Engineer, the
37
Contractor shall provide, operate and maintain portable changeable message signs.
,
38
These signs shall be available, on-site, for the entire duration of their projected use.
39
40
1-10.3(3)D Barricades
41
Where shown on an approved traffic control plan or where ordered by the Engineer, the
42
Contractor shall provide, install and maintain barricades. Barricades shall be kept in
43
good repair and shall be removed immediately when, in the opinion of the Engineer,
44
they are no longer functioning as designed.
45
46
Where it is necessary to add weight to barricades for stability, the only allowed method
47
will be a bag of sand that will rupture on impact. The bag of sand shall have a
48
maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the
49
ground.
50
51
1-10.3(3)E Traffic Safety Drums
52
Where shown on an approved Traffic Control Plan, or where ordered by the Engineer,
'
53
the Contractor shall provide, install and maintain traffic safety drums.
54
55
Used drums may be utilized, provided all drums used on the project are of essentially
,
56
the same configuration.
57
58
The drums shall be designed to resist overturning by means of a weighted lower unit
59
that will separate from the drum when impacted by a vehicle.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 13
1
Ll
fl
1
t
1
1
2
3
4
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
86
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Drums shall be regularly maintained to ensure that they are clean and that the drum and
reflective material are in good condition. If the Engineer determines that a drum has
been damaged beyond usefulness, or provides inadequate reflectivity, a replacement
drum shall be furnished.
When the Engineer determines that the drums are no longer required, they shall be
removed from the project and shall remain the property of the Contractor.
1-10.3(3)F Barrier Drums
Where shown on approved Traffic Control Plans and as ordered by the Engineer, barrier
drums shall be placed on temporary concrete barrier at the following approximate
spacing:
Concrete Barrier
Placement
Tangents Y2 mile or less
Tangents greater than '/2 mile
Tapers and Curves
Barrier Drum
Spacing in Feet
2 times posted speed limit
4 times posted speed limit
posted speed limit
Note 1 A minimum of 3 barrier drums shall be used.
Note 2 A minimum of 5 barrier drums shall be used.
Temporary concrete barrier reflectors may be excluded when using barrier drums.
Both legs of the barrier drums shall be completely filled with sand. The top oval should
not be filled.
Used barrier drums may be used, provided all barrier drums used on the project are of
essentially the same configuration.
Barrier drums shall be regularly maintained to ensure that they are clean and that the
barrier drum and reflective material are in good condition. If the Engineer determines
that a barrier drum has been damaged beyond usefulness, or provides inadequate
reflectivity, a replacement barrier drum shall be furnished.
When the Engineer determines that the drums are no longer required, they shall be
removed from the project and shall remain the property of the Contractor.
1-10.3(3)G Traffic Cones
Where shown on an approved traffic control plan or where ordered by the Engineer, the
Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good
repair and shall be removed immediately when directed by the Engineer. Where wind or
moving traffic frequently displace cones, an effective method of stabilizing cones, such
as stacking two together at each location, shall be employed.
1-10.3(3)H Tubular Markers
Where shown on an approved traffic control plan or where ordered by the Engineer, the
Contractor shall provide, install and -maintain tubular markers. Tubular markers shall be
kept in good repair and shall be removed immediately when directed by the Engineer.
Tubular markers are secondary devices and are not to be used as substitutes for cones
or other delineation devices without an approved traffic control plan.
Where the Traffic Control Plan shows pavement -mounted tubular markers, the adhesive
used to fasten the base to the pavement shall be suitable for the purpose, as approved
by the Engineer. During the removal of pavement -mounted tubular markers, care shall
be taken to avoid damage to the existing pavement. Any such damage shall be
repaired by the Contractor at no cost to the Contracting Agency.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 14
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
1-10.3(3)1 Warning Lights and Flashers
Where shown attached to traffic control devices on an approved traffic control plan or
where ordered by the Engineer, the Contractor shall provide and maintain flashing
warning lights. Lights attached to advance warning signs shall be Type B, high-intensity.
Lights attached to traffic safety drums, barricades or other signs shall be Type C,
steady -burning low intensity or, where attention is to be directed to a specific device,
Type A, flashing low -intensity units.
1-10.3(3)) Truck -Mounted Attenuator
Where shown on an approved traffic control plan or where ordered by the Engineer, the
Contractor shall provide, operate and maintain truck -mounted impact attenuators (TMA).
These attenuators shall be available, on-site, for the entire duration of their projected
use. _
The TMA shall be positioned to separate and protect construction workzone activities
from normal traffic flow.
During use, the attenuator shall be in the full down -and -locked position. For stationary
operations, the truck's parking brake shall be set.
1-10.4 Measurement
1-10.4(1) Lump Sum Bid for Project (No Unit Items)
When the bid proposal contains the item "Project Temporary Traffic Control", there will
be no measurement of unit items for work defined by Section 1-10 except as described
in Section 1-10.4(3). Also, except as described in Section 1-10.4(3), all of Sections 1-
10.4(2) and 1-10.5(2) is deleted.
No specific unit of measurement will apply to the lump sum item of "Project Temporary
Traffic Control."
1-10.4(2) Item Bids with Lump Sum for Incidentals
When the bid proposal does not contain the item "Project Temporary Traffic Control",
Sections 1-10.4(1) and 1-10.5(1) are deleted and the bid proposal will contain some or
all of the following items, measured as noted.
No specific unit of measurement will apply to the lump sum item of "Traffic Control
Supervisor."
"Flaggers and Spotters" will be measured by the hour. Hours will be measured for each
flagging or spotting station, shown on an approved Traffic Control Plan, when that
station Is staffed in accordance with Section 1-10.3(1)A. When a flagging station is
staffed on an intermittent basis, no deduction will be made in measured hours provided
that the person staffing the station is in a standby mode and is not performing other
duties.
"Other Traffic Control Labor" will be measured by the hour. With the exception of
patrolling and maintaining, hours will be measured for each person engaged in any one
of the following activities:
Operating a pilot vehicle during one-way piloted traffic control.
Operating a traffic control vehicle or a chase vehicle during a rolling slowdown
operation.
Operating a vehicle or placing/removing traffic control devices during the setup
or takedown of a lane closure. Performing preliminary work to prepare for
placing and removing these devices.
SW 27TH ST.ISTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
15
[J
1 0 Operating any of the moving traffic control equipment, or adjusting signing
2 during a mobile operation as described in Section 1-10.3(2)D.
3
4 0 Patrolling and maintaining traffic control measures as described in Section 1-
5 10.3(2)E. The hours of one person will be measured for each patrol route
6 necessary to accomplish the review frequency required by the provision,
7 regardless of the actual number of persons per route.
8
9 0 Placing and removing Class B construction signs. Performing preliminary work
10 to prepare for placing and removing these signs.
11
12 0 Relocation of Portable Changeable Message Signs within the project limits.
13
14 0 Installing and removing Barricades, Traffic Safety Drums, Barrier Drums,
15 Cones, Tubular Markers and Warning Lights and Flashers to carry out
16 approved Traffic Control Plan(s). Performing preliminary work to prepare for
17 installing these devices.
18
19 Time spent on activities other than those listed will not be measured under this
20 item.
21
22 "Construction Signs, Class A" will be measured by the square foot of panel area for
23 each sign designated on an approved Traffic Control Plan as Class A or for each
24 construction sign installed as ordered by the Engineer and designated as Class A at the
25 time of the order. Class A signs may be used in more than one location and will be
26 measured for each new installation. Class B construction signs will not be measured.
27 Sign posts or supports will not be measured.
28
29 "Sequential Arrow Sign" will be measured by the hour for the time that each sign is
30 operating as shown on an approved Traffic Control Plan or as directed by the Engineer.
-31
32 "Portable Changeable Message Sign" will be measured per each one time only for each
33 portable changeable message sign used on the project. The final pay quantity shall be
34 the maximum number of such signs in place at any one time as approved by the
35 Engineer.
36
37 "Operation of Portable Changeable Message Sign" will be measured by the hour for
38 each hour of operation. The hours of operation will be determined by the Engineer.
39 Hours of operation in excess of those determined by the Engineer will be at the
40 Contractor's expense.
41
42 "Truck Mounted Impact Attenuator" will be measured per each one time only for each
43 truck with mounted impact attenuator used on the project. The final pay quantity shall
44 be the maximum number of truck -mounted impact attenuators in place at any one time.
45
46 "Operation of Truck -Mounted Impact Attenuator" will be measured by the hour for each
47 truck -mounted attenuator manned and operated. Manned and operated shall be when
48 the truck -mounted impact attenuator has an operator and is required to move, in
49 operating position, with the construction operation or when moving the TMA from one
50 position to another on the project.
51
52 No specific unit of measurement will apply to the force account item of "Repair Truck -
53 Mounted Impact Attenuator".
54
55 No specific unit of measurement will apply to the lump sum item of "Other Temporary
56 Traffic Control".
57
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 16
1 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control
2 The contract provisions may establish the project as lump sum, in accordance with
3 Section 1-10.4(1) and also include one or more of the items included above in Section
4 1-10.4(2). When that occurs, the corresponding measurement provision in Section 1-
5 10.4(2) is not deleted and the work under that item will be measured as specified.
6
7 1-10.4(4) Owner -Provided Resources
8 The contract provisions may call for specific items of labor, materials or equipment,
9 noted in Section 1-10 as the responsibility of the Contractor, to be supplied by the
10 Contracting Agency. When this occurs, there will be no adjustment in measurement of
11 unit quantities.
12
13 1-10.5 Payment
14
15 1-10.5(1) Lump Sum Bid for Project (No Unit Items)
16 "Project Temporary Traffic Control", lump sum.
17 The lump sum contract payment shall be full compensation for all costs incurred by the
18 Contractor in performing the contract work defined in Section 1-10, except for costs
19 compensated by bid proposal items inserted through contract provisions as described in
20 Section 1-10.4(3).
21
22 1-10.5(2) Item Bids with Lump Sum for Incidentals
23 "Traffic Control Supervisor", lump sum.
24 The lump sum contract payment shall be full compensation for all costs incurred by the
25 Contractor in performing the contract work defined in Section 1-10.2(1)B.
26
27 "Flaggers and Spotters", per hour.
28 The unit contract price, when applied to the number of units measured for this item in
29 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by
30 the Contractor in performing the contract work defined in Section 1-10.3(1)A.
31
32 "Other Traffic Control Labor", per hour.
33 The unit contract price, when applied to the number of units measured for this item in
34 accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred
35 by the Contractor in performing the contract work specifically mentioned for this item in
36 Section 1-10.4(2).
37
38 "Construction Signs Class A", per square foot.
39 The unit contract price, when applied to the number of units measured for this item in
40 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
41 materials and equipment incurred by the Contractor in performing the contract work
42 described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care"
43 signs must be left in place, a change order, as described in Section 1-04.4, will be
44 required.
45
46 "Sequential Arrow Sign", per hour.
47 The unit contract price, when applied to the number of units measured for this item in
48 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
49 materials and equipment incurred by the Contractor in performing the contract work
50 described in Section 1-10.3(3)B.
51
.52 "Portable Changeable Message Sign", per each.
53 The unit contract price, when applied to the number of units measured for this item in
54 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
55 materials and equipment incurred by the Contractor in procuring all portable changeable
56 message signs required for the project and for transporting these signs to and from the
57 project.
58
59 "Operation of Portable Changeable Message Sign", per hour.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 17
1
The unit contract price, when applied to the number of units measured for this item in
2
accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
3
materials and equipment incurred by the Contractor in performing the contract work
4
described in Section 1-10.3(3)C except for costs compensated separately under the
5
items "Other Traffic Control Labor" and "Portable Changeable Message Sign".
6
7
"Truck -Mounted Impact Attenuator", per each.
8
The unit contract price, when applied to the number of units measured for this item in
9
accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
10
materials and equipment incurred by the Contractor in performing the contract work
11
described in Section 1-10.3(3)J except for costs compensated separately under the
12
items "Operation of Truck -Mounted Impact Attenuator" and "Repair Truck -Mounted
13
Impact Attenuator".
14
15
"Operation of Truck -Mounted Impact Attenuator", per hour.
16
The unit contract price, when applied to the number of units measured for this item in
17
accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
18
19
materials and equipment incurred by the Contractor in operating truck -mounted impact
attenuators on the project.
20
21
"Repair Truck -Mounted Impact Attenuator", by force account.
22
All costs of repairing or replacing truck -mounted impact attenuators that are damaged
23
by the motoring public while in use as shown on an approved Traffic Control Plan will be
24
paid for by force account as specified in Section 1-09.6. To provide a common proposal
25
for all bidders, the Contracting Agency has estimated the amount of force account for
26
'Repair Truck -Mounted Impact Attenuator" and has entered the amount in the Proposal
'
27
to become a part of the total bid by the Contractor. Truck -mounted attenuators
28
damaged due to the Contractor's operation or damaged in any manner when not in use
'
29
30
shall be repaired or replaced by the Contractor at no expense to the Contracting
Agency.
31
32
"Other Temporary Traffic Control", lump sum.
33
The lump sum contract payment shall be full compensation for all costs incurred by the
34
Contractor in performing the contract work defined in Section 1-10, and which costs are
35
not compensated by one of the above -listed items.
36
37
1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control
38
The contract provisions may establish the project as lump sum, in accordance with
39
Section 1-10.4(1) and also reinstate the measurement of one or more of the items
40
described in Section 1-10.4(2). When that occurs, the corresponding payment provision
41
in Section 1-10.5(2) is not deleted and the work under that item will be paid as specified.
42
43
SECTION 1-99, APWA SUPPLEMENT
44
April 4, 2005
45
Section 1-04.2 (APWA Only) page 1-125
46
The second paragraph is revised to read:
47
48
Any inconsistency in the parts of the contract shall be resolved by following this order of
49
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
5
511
1. Addenda,
52
2. Proposal Form,
53
13. Special Provisions,
54
4. Contract Plans,
55
5. Amendments to Division 1-99 APWA Supplement
56
6. Division 1-99 APWA Supplement
57
7. Amendments to the WSDOT/APWA Standard Specifications,
58
8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
SW 27TH ST./STRANDER BLVD. CONNECTION
'
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 18
1 Construction
2 9. Contracting Agency's Standard Plans (if any)
3 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
4
5 Section 1-07.18.4 (APWA Only) Page 1-134 and 1-135
6 This section is revised to read:
7
8 When the Contractor delivers the executed contract for the work to the Contracting
9 Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for
10 each policy of insurance meeting the requirements set forth above. The certificate must
11 conform to the following requirements:
12
13 An ACORD certificate Form 25-S, showing the insuring company, policy effective dates,
14 limits of liability and the Schedule. of Forms and Endorsements.
15
16 A copy of the endorsement naming Contracting Agency and any other entities required
17 by the Contract Provisions as Additional Insured(s), and stating that coverage is primary
18 and noncontributory, showing the policy number, and signed by an authorized
19 representative of the insurance company on Form CG2010 (ISO) or equivalent.
20
21 The certificate(s) shall not contain the following or similar wording regarding cancellation
22 notification to the Contracting Agency: "Failure to mail such notice shall impose no
23 obligation or liability of any kind upon the company."
24
25 Section 1-10 Temporary Traffic Control (APWA Only) page 141
26 This section is revised to read:
27
28 1-10.1(2) Description (APWA only)
29 The third paragraph is revised to read:
30
31 The Contractor. shall provide flaggers, signs, and other traffic control devices not
32 otherwise specified as being furnished by the Contracting Agency. The Contractor
33 shall erect and maintain all construction signs, warning signs, detour signs, and
34 other traffic control devices necessary to warn and protect the public at all times
35 from injury or damage as a result of the Contractor's operations which may occur
36 on highways, roads, streets, sidewalks, or paths. No work shall be done on or
37 adjacent to any traveled way until all necessary signs and traffic control devices are
38 in place
39
40 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
41 April 5, 2004
42 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
43 The section title is revised to read:
44
45 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
46
47 The first sentence is revised to read:
48
49 In removing pavement, sidewalks, curbs, and gutters, the Contractor shall:
50
51 Item 3 is revised to read:
52
53 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter
54 that is to remain and the portion to be removed.
55
56 2-02.5 Payment
57 The second paragraph is revised to read:
58
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 19
1 If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal
2 will be paid for as part of the quantity removed in excavation.
3
4 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
5 January 5, 2004
6 2-03.3(14)D Compaction and Moisture Control Tests
7 This section is revised to read:
8
9 Maximum density and optimum moisture content shall be determined by one of the
10 following methods:
11
12 1. materials with less than 30 percent by weight retained on the U.S. No. 4 sieve
13 shall be determined using FOP for AASHTO T 99 Method A.
14
15 2. materials with 30 percent or more by weight retained on the U.S. No. 4 sieve
16 and less than 30 percent retained on the 3/4 inch sieve shall be determined by
17 WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The
18 determination of which test procedure to use will be made solely by the
19 Contracting Agency.
20
21 3. materials with 30 percent or more retained on the 3/4 inch sieve shall be
22 determined by WSDOT Test Method No. 606.
23
24 In place density will be determined using Test Methods WSDOT FOP for AASHTO T
25 310 and WSDOT SOP for T 615.
26
27 SECTION 2-09, STRUCTURE EXCAVATION
28 December 6, 2004
29 2-09.3(1)E Backfilling
30 The first paragraph under Timing is revised to read:
31
32 Backfill shall not be placed against any concrete structure until the concrete has
33 attained 90 percent of its design strength and a minimum age of 14 days, except that
34 reinforced concrete retaining walls 15 feet in height or less may be backfilled after the
35 wall has attained 90 percent of its design compressive strength and curing requirements
36 of Section 6-02.3(11) are met. Footings and columns maybe backfilled as soon as
37 forms have been removed, so long as the backfill is brought up evenly on all sides.
38
39 2-09.4 Measurement
40 In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18
41 inches.
42
43 SECTION 2-10, DITCH EXCAVATION
44 April 5, 2004
45 2-10.1 Description
46 The second paragraph is supplemented with the following:
47
' 48 Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the
49 requirements of Section 2-03.3(14)M.
50
51 SECTION 4-04, BALLAST AND CRUSHED SURFACING
' 52 January 5, 2004
53 4-04.3(5) Shaping and Compaction
' 54 In the first paragraph, the first sentence is revised to read:
55
' SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 20
1
2
3
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
Immediately following spreading and final shaping, each layer of surfacing shall be
compacted to at least 95 percent of the standard density determined by the
requirements of Section 2-03.3(14)D before the next succeeding layer of surfacing or
pavement is placed.
SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
August 2, 2004
5-01.3(6) Dowel Bar Retrofit
The sixth paragraph is revised to read:
All slot surfaces shall be cleaned to bare concrete by sand blasting or pressure
washing. The cleaning shall remove all slurry, parting compound, and other foreign
materials prior to installation of the dowel. If a pressure washer is used to clean the
slots the pressure at the nozzle shall not exceed 4000 psi. Any damage to the concrete
shall be repaired by the Contractor at no cost to the Contracting Agency. All washwater
shall be cleaned from the slots prior to placement of any slot patching material. Traffic
shall not be allowed on slots where concrete has been removed.
5-01.5 Payment
The paragraph following the item "Sealing Transverse and- Longitudinal Joints" is revised to
read:
The unit contract price per linear foot for "Sealing Transverse and Longitudinal Joints",
shall be full payment for all costs to complete the work as specified, including removing
incompressible material, preparing and sealing existing transverse and longitudinal
joints where existing transverse and longitudinal joints are cleaned and for all incidentals
required to complete the work as specified.
SECTION 5-04, HOT MIX ASPHALT
April 4, 2005
5-04.3(7)A Mix Design
The first paragraph 1. General', is revised to read:
1. General. Prior to the production of HMA, the Contractor shall determine a design
aggregate structure and asphalt binder content in accordance with WSDOT
Standard Operating Procedure 732. Once the design aggregate structure and
asphalt binder content have been determined, the Contractor shall provide test data
demonstrating that the design meets the requirements of Sections 9-03.8(2) and 9-
03.8(6) on WSDOT HMA Mix Design Submittal form 350-042. In no case shall the
paving begin before the determination of anti -strip requirements has been made.
5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture
In Item 2 (Aggregates) the second sentence is revised to read:
The acceptance criteria for aggregate properties of sand equivalent, fine aggregate
angularity and fracture will be their conformance to the requirements of Section 9-
03.8(2).
In item 3, C. (Test Results), the second and third paragraphs are revised to read:
Sublot sample test results (gradation and asphalt binder content) may be challenged by
the Contractor. For HMA mixture accepted by statistical evaluation with a mix design
that did not meet the verification tolerances, the test results in the test section including
the percent air voids (Va) may be challenged. To challenge test results, the Contractor
shall submit a written challenge within five working days after receipt of the specific test
results. A split of the original acceptance sample will be sent for testing to either the
Region Materials Lab or the State Materials Lab as determined by the Project Engineer.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 21
1
t
i�
F
1
1
r
J
1
2
3
4
6
7
8
10
11,
12
13
14,
15-
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
The split of the sample with challenged results will not be tested with the same
equipment or by the same tester that ran the original acceptance test. The challenge
sample will be tested for a complete gradation analysis and for asphalt binder content.
The results of the challenge sample will be compared to the original results of the
acceptance sample test and evaluated according to the following criteria:
Deviation
U.S. No. 4 sieve and larger
U.S. No. 8 sieve
U.S. No. 200 sieve
Asphalt binder %
Va %
Item 3, D. (Test Methods) is revised to read:
Percent passing ±4.0
Percent passing ±2.0
Percent passing ±0.4
Percent binder content ±0.3
Percent Va ±0.7
D. Test Methods
Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be
by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of
asphalt binder content will be by WSDOT FOR for AASHTO T 308. Testing for
compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11.
In item 3,E (Test Section - HMA Mixture) the first sentence in the third paragraph is revised
to read:
For a test section to be acceptable, with or without a verified mix design, the pay factor
(PFi) for each of gradation, asphalt binder, VMA, VFA and Va shall be 0.95 or greater,
and the remaining test requirements in Section 9-03.8(2) (dust/asphalt ratio, sand
equivalent, fine aggregate angularity and fracture) shall conform to the requirements of
that Section.
5-04.3(13) Surface Smoothness
In the first paragraph, the second sentence is revised to read:
The completed surface of the wearing course shall not vary more than 1/8 inch from the
lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline.
5-04.4 Measurement
The first sentence is revised to read:
HMA CL. PG _, HMA for CL. PG , and Commercial HMA will be
measured by the ton in accordance with Section 1-09.2, with no deduction being made
for the weight of asphalt binder, blending sand, mineral filler, or any other component of
the mixture.
SECTION. 5-05, CEMENT CONCRETE PAVEMENT
December 6, 2004
5-05.3(1) Concrete Mix Design for Paving
Number 1. Materials, is revised to read:
1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall conform
to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9-03.1(4)
AASHTO grading No. 467. An alternate combined gradation may be proposed,
which has a maximum aggregate size equal to or greater than a 2 -inch square
sieve. The combined aggregate gradation shall conform to Section.9-03.1(5).
22
'
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
22
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious
material, shall conform to Section 9-23.9 and shall be limited to Class F with a
maximum CaO content of 15 percent by weight.
Ground granulated blast furnace slag, if used, shall not exceed 25 percent by
weight of the total cementitious material and shall conform to Section 9-23.10.
When both ground granulated blast furnace slag and fly ash are included in the
concrete mix, the total weight of both these materials is limited to 35 percent by
weight of the total cementitious material. As an alternative to the use of fly ash,
ground granulated blast furnace slag and cement as separate components, a
blended hydraulic cement that meets the requirements of Section 9-01.2(4)
Blended Hydraulic Cements may be used.
1
The water/cement ratio shall be calculated on the total weight of cementitious
material. The following are considered'cementifious materials: Portland cement, ,
fly ash, ground granulated blast furnace slag and microsilica. The minimum
cementitious material for any mix design shall be 564 pounds per cubic yard.
SECTION 6-02, CONCRETE STRUCTURES
April 4, 2005
6-02.2 Materials
This section is supplemented with the following:
Microsilica Fume 9-23.11
6-02.3(2) Proportioning Materials
This section is revised to read:
The total water soluble Chloride ion (Cl-) content of the mixed concrete shall not exceed
0.06 percent by weight of cementitious material for prestressed concrete nor 0.10
percent by weight of cementitious material for reinforced concrete. An initial evaluation
may be obtained by testing individual concrete ingredients for total chloride ion content
per AASHTO T 260 and totaling these to determine the total water soluble Chloride ion
(Cl-) or the total water soluble Chloride ion (Cl-) in accordance with ASTM C 1218.
Unless otherwise specified, the Contractor shall use Type I or II Portland cement in all
concrete as defined in Section 9-01.2(1).
The use of fly ash is required for Class 4000D and 4000P concrete. The use of fly ash
and ground granulated blast furnace slag is optional for all other classes of concrete.
Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material
and shall conform to Section 9-23.9. Ground granulated blast furnace slag, if used,
shall not exceed 25 percent by weight of the total cementitious material and shall
conform to Section 9-23.10. When both ground granulated blast furnace slag and fly
ash are included in the concrete mix, the total weight of both these materials is limited to
35 percent by weight of the total cementitious material.
The water/cement ratio shall be calculated on the total weight of cementitious material.
The following are considered cementitious materials: Portland cement, fly ash, ground
granulated blast furnace slag and microsilica.
As an alternative to the use of fly ash, ground granulated blast furnace slag and cement
as separate components,, a blended hydraulic cement that meets the requirements of
Section 9-01.2(4) Blended Hydraulic Cements may be used.
6-02.3(2)A Contractor Mix Design
The seventh paragraph is revised to read:
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 23
11
Ll
'
1
2
A high -range water reducer (superplasticizer) may be used in all mix designs.
3
Microsilica fume may be used in all mix designs. The use of a high -range water reducer
4
or microsilica fume shall be submitted as a part of the Contractor's concrete mix design.
'
5
6
6-02.3(4) Ready -Mix Concrete
'
7
8
This section is revised to read:
9
All concrete, except commercial concrete and lean concrete shall be batched in a
10
prequalified manual, semi-automatic, or automatic plant as described in Section 6-
11
02.3(4)A. The Engineer is not responsible for any delays to the Contractor due to
12
problems in getting the plant certified.
13
14
6-02.3(4)A Qualification of Concrete Suppliers
15
The first paragraph is revised to read:
16
17
Prequalification may be obtained through an inspection conducted by the Plant
'
18
19
Manager, defined as the person directly responsible for the daily plant operation, using
the NRMCA or WSDOT checklist, through certification by NRMCA, or by an
20
independent evaluation certified by a professional engineer using NRMCA or
21
Contracting Agency guidelines. Information concerning NRMCA certification may be
22
obtained from the National Ready Mix Concrete Association at 900 Spring Street, Silver
'
23
Springs, MD 20910. The Contracting Agency and the NRMCA certification have similar
24
requirements for plant and delivery equipment. Whereas Plant Manager certification
25
shall be done prior to the start of a project and every six months throughout the life of
26
the project, the NRMCA certification shall be good for a two year period.
'
27
28
If prequalification is done by the Plant Manager the following shall be performed:
'
29
30
1. The checklist cover page shall be signed by the Plant Manager and notarized.
31
32
2. The signed and notarized cover page shall be submitted to the Project
33
Engineer with the concrete mix design (WSDOT Form 350-040), water meter
34
verification, truck list, and admixture dispensing certification.
35
36
3. The checklists shall be maintained by the Plant Manager and are subject to
37
review at any time by the Contracting Agency.
'
38
39
4. The water meter shall be verified every six months.
40
41
In the first sentence of the eighth paragraph, "Engineer" is revised to "Plant Manager".
42
43
6-02.3(5)A General
44
In the fourth paragraph, item 2 is revised to read:
45
46
2. An individual strength test averaged with the two preceding individual strength tests
47
meets or exceeds specified strength (for the same class and exact mix I.D. of
48
concrete on the same contract).
49
50
6-02.3(5)C Conformance to Mix Design
51
This section is revised to read:
'
52
53
Cement, coarse and fine aggregate weights shall be within the following tolerances of
54
the mix design:
55
'
56
Batch Volumes less than or equal to 4 cubic yards
57
Cement +5% _1%
58
Aggregate +10% -2%
'59
SW 277H STJSTRANDER BLVD. CONNECTION
'
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 24
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34.
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Batch Volumes more than 4 cubic Yards
Cement +5% -1%
Aggregate +2% -2%
If the total cementitious material weight is made up of different components, these
component weights shall be within the following tolerances:
1. Portland cement weight plus 5% or minus 1 percent of that specified in the
mix design.
2. Fly ash weight plus or minus 5 percent of that specified in the mix design.
3. Microsilica weight plus or minus 10 percent of that specified in the mix
design.
Water shall not exceed the maximum water specified in the mix design.
6-02.3(6)A Weather and Temperature Limits to Protect Concrete
The section "Cold Weather Protection" is revised to read:
The Contractor is solely responsible for protecting concrete from inclement weather
during the entire curing period. The Contractor shall provide a written procedure for
cold weather concreting to the Engineer for review and approval. The procedure shall
detail how the Contractor will prevent the concrete temperature from falling below 50°F.
Extra protection shall be provided for areas especially vulnerable to freezing (such as
exposed top surfaces, corners and edges, thin sections, and concrete placed into steel
forms). Permission given by the Engineer to place concrete during cold weather will in
no way ensure acceptance of the work by the Contracting Agency. Should the concrete
placed under such conditions prove unsatisfactory in any way, the Engineer shall still
have the right to reject the work although the plan and the work were carried out with
the Engineer's permission.
If weather forecasts predict air temperatures below 35° F during the seven days just
after the concrete placement, the Contractor may place the concrete only if his
approved cold weather concreting plan is implemented.
1
1
The Contractor shall provide and maintain a maturity meter in the concrete at a location
specified by the Engineer for each concrete placement. During curing, data from the I maturity meter shall be readily available to the Engineer. The Contractor shall record
and provide time and temperature data on hourly intervals.
The Contractor shall not mix nor place concrete while the air temperature is below 35° F,
unless the water or aggregates (or both) are heated to at least 70° F. The aggregate
shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with
the aggregates before the cement is added. Any equipment and methods shall heat the
materials evenly. Concrete placed in shafts and piles is exempt from such preheating
requirements.
The Contractor may warm stockpiled aggregates with dry heat or steam, but not by
applying flame directly or under sheet metal. If the aggregates are in bins, steam or
water coils or other heating methods may be used if aggregate quality is not affected.
Live steam heating is not permitted on or through aggregates in bins. If using dry heat,
the Contractor shall increase mixing time enough to permit the super -dry aggregates to
absorb moisture.
Any concrete placed in air temperatures below 35° F shall be immediately protected. In
addition to the monitoring of the concrete temperature with a maturity meter the
Contractor shall provide recording thermometers or other approved devices to monitor
the surface temperature of the concrete. The concrete surface temperature shall be
maintained at or above 50° F and the relative humidity shall be maintained above
80 percent. These conditions shall be maintained for a minimum of seven days or for
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 25
1
'
1
the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is
2
used to maintain the temperature inside an enclosure, moisture shall be added to the
3
enclosure to maintain the humidity as stated above. The Contractor shall stop adding
4
moisture 24 hours before removing the heat.
5
6
If at any period during curing the concrete temperature falls below 50° F on the maturity
7
meter or recording thermometer, no curing time is awarded for that day and the required
8
curing time will be extended day for day where the temperature falls below 50° F. Should the
9
Contractor fail to adequately protect the concrete and the temperature of the concrete falls
10
below 35° F during curing, the Engineer may reject it.
'
11
12
6-02.3(11) Curing Concrete
13
In the first paragraph, item 3 is supplemented with the following:
14
15
When continuous moisture or wet curing is required, the Contractor shall keep the
16
concrete surfaces wet with water during curing.
17
18
In the second paragraph, the first sentence is revised to read:
19
20
The Contractor may provide continuous moisture by watering a covering of heavy
21
quilted blankets, by keeping concrete surfaces wet with water continuously and
22
covering with a white reflective type sheeting, or by wetting the outside surfaces of
23
wood forms.
24
25
6-02.3(17)K Concrete Forms on Steel Spans
26
The following new paragraph is inserted between the second and third paragraphs:
'
27
28
The compression member or bottom connection of cantilever formwork support brackets
29
shall bear either within six inches maximum vertically of the bottom flange or within six
30
inches maximum horizontally of a vertical web stiffener. The Contractor shall also
'
31
furnish and install temporary struts and ties to prevent rotation of the steel girder. Partial
32
depth cantilever formwork support brackets that do _not conform to the above
33
requirements shall not be used, unless the Contractor submits details showing .the
34
_additional formwork struts and ties used to brace the steel girder against web distortion
35
caused by the partial depth bracket, and receives the Engineer's approval of the
36
submittal.
37
'
38
6-02.3(17)0 Early Concrete Test Cylinder Breaks
39
The third sentence in the first paragraph is revised to read:
40
41
The Contractor shall retain a testing laboratory to perform this work.
'
42
43
The first paragraph is supplemented with the following:
44
45
Testing laboratories' equipment shall be calibrated within one year prior to testing and
46
testers must be ACI certified.
47
'
48
49
The first sentence in the fifth paragraph is revised to read:
50
The Contractor shall furnish the Engineer with all test results, proof of equipment
51
calibration, and tester's certification.
52
'
53
The sixth paragraph is deleted.
54
55
6-02.3(19)A Elastomeric Bearing Pads
'
56
This section including title is revised to read:
57
58
6-02.3(19)A Vacant
59
Sw 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 26
1 6-O2.3(19)B Bridge Bearing Assemblies
2 Item 4 is deleted.
3
4 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
5 The eighth paragraph is supplemented with the following:
6
7 The grout pad may be loaded when a minimum of 4000 psi compressive strength is
8 attained.
9
10 6-02.3(21) Drainage of Box Girder Cells
11 This section. is supplemented with the following:
12
13 All drainage holes shall be screened in accordance with the Plan details.
14
15 6-02.3(22) Drainage of Substructure
16 The second sentence in the first paragraph is supplemented with the following:
17
18 Weep holes shall be covered with geotextile meeting the requirements of Section 9-
19 33.2, Table 2 Class C before backfilling. Geotextile screening shall be bonded to the
20 concrete with an approved adhesive.
21
22 6-O2.3(24)C Placing and Fastening
23 The fifteenth paragraph beginning with 'Reinforcing steel bars shall not vary..." is
24 supplemented with the following:
25
26 Drilled Shafts top of rebar cage elevation +6 in./ -3 in.
27
28 6-O2.3(24)E Welding Reinforcing Steel
29 The ninth paragraph is revised to read:
30
31 The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars
32 shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon
33 equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars
34 and other splice members within 6 inches of the weld, unless limited by the available
35 lengths of the bars or splice member.
36
37 The twelfth paragraph is revised to read:
38
39 Under supervision of the State Materials and Fabrication Inspector, the welder shall
40 weld three test joints of the largest size reinforcing bar to be weld spliced, per type of
41 joint shown in the Plans. Two of the test welds shall be test loaded to no less than 125
42 percent of the minimum specified yield strength of the bar. The remaining test weld
43 shall be mechanically cut perpendicular to the direction of the welding and
44 macroetched. The macroetch specimen for Flare V groove welds will be inspected for
45 the weld size and effective throat as shown in the Plans. Indirect butt splices shall be
46 cut mechanically at two locations to provide a transverse cross-section of each of the
47 bars spliced in the test assembly. The sections shall show the ,full cross-section of the
48 weldment, the root of the weld, and any reinforcement. The etched cross-section shall
49 have complete penetration and complete fusion with the base metal and between
50 successive passes in the weld. Groove welds of direct butt splices and flare -groove
51 welds shall not have reinforcement exceeding 1/8 inch in height measured from the
52 main body of the bar and shall have a gradual transition to the base metal surface. No
53 cracks will be allowed in either the weld metal or heat -affected zone. All craters shall be
54 filled to the full cross-section of the weld. Weld metal shall be free from overlay.
55 Undercutting deeper than 1/32 inch will not be allowed except at points where welds
56 intersect the raised pattern of deformations where undercutting less than 1/16 inch deep
57 will be acceptable. The sum of diameters of piping porosity in groove welds shall not
58 exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6 -inch length of
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
27
1 weld. Corrections to welds with shielded metal arc, gas metal arc, or flux -cored arc
2 . welding processes shall be made in accordance with Engineer's approval.
3
4 6-02.3(25) Prestressed Concrete Girders
5 The fourth paragraph is replaced with the following:
6
7 The various types of girders are:
8
9 Prestressed Concrete Girder — Refers to prestressed concrete girders of all
10 types, including prestressed concrete I girders, prestressed concrete wide flange I
11 girders, bulb tee girders, deck bulb tee girders, thin flange deck bulb tee girders,
12 precast prestressed concrete members, spliced prestressed concrete girders, and
13 prestressed concrete tub girders.
14
15 Prestressed Concrete I Girder — Refers to a prestressed concrete girder with a
16 flanged I shaped cross section, requiring a cast -in-place concrete deck to support
17 traffic loads. WSDOT standard girders in this category include Series W42G,
18 W50G, W58G, and W74G.
19
20 Prestressed Concrete Wide Flange I Girder — Refers to a prestressed concrete
21 girder with an I shaped cross section with wide top and bottom flanges, requiring a
22 cast -in-place concrete deck to support traffic loads. WSDOT standard girders In
23 this category include Series WF42G, W1750G, WF58G, WF74G, W83G, and W95G.
24
25 Bulb Tee Girder — Refers to a prestressed concrete girder, with a wide top flange
26 requiring a cast -in-place concrete deck to support traffic loads. WSDOT standard
27 girders in this category include Series W32BTG, W38BTG, W50BTG, and W62BTG.
28
29 Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to
30 support traffic loads, and designed to be mechanically connected at the flange
31 edges to adjacent girders at the job site. Except where specific requirements are
32 otherwise specified for these girders, deck bulb tee girders shall conform to all
33 requirements specified for bulb tee girders. WSDOT standard girders in this
34 category include Series W35DG, W41 DG, W53DG, and W65DG.
35
36 Thin Flange Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange
37 width equal to the girder spacing and requiring a cast -in-place concrete deck to
38 support traffic loads. Except where specific requirements are otherwise specified
39 for these girders, thin flange deck bulb tee girders shall conform to all requirements
40 specified for bulb tee girders. WSDOT standard girders in this category include
41 Series W32TFG, W38TFG, W50TFG, W62TFG, and W74TFG.
42
43 Precast Prestressed Member (PCPS Member) — Refers to a precast prestressed
44 slab, precast prestressed ribbed section, or a deck double tee girder. PCPS
45 members are designed to be mechanically connected at the flange or member
46 edges to adjacent PCPS members at the job site. Except where specific
47 requirements are otherwise specified for these girders, PCPS members shall
48 conform to all requirements specified for deck bulb tee girders.
49
50 Double Tee Girder — Refers to a hybrid PCPS member that is similar to a deck
51 double tee girder, except that the top surface is a thin top flange requiring a cast -in -
52 place concrete deck to support traffic loads. Double tee girders shall conform to all
53 requirements specified for bulb tee girders and PCPS members.
54
55 Spliced Prestressed Concrete Girder — Refers to prestressed concrete girders
56 initially fabricated in segments to be longitudinally spliced together with cast -in -
57 place concrete closures at the job site. Except where specific requirements are
58 otherwise specified for these girders, spliced prestressed concrete girders shall
59 conform to all requirements specified for prestressed concrete girders. Anchorages
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 28.
1 shall conform to Sections 6-02.3(26)B, 6-02.3(26)C, and 6-02.3(26)D. Ducts shall
2 conform to the Section 6-02.3(26)E requirements for internal embedded installation,
3 and shall be round, unless the Engineer approves use of elliptical shaped ducts.
4 Duct -wedge plate transitions shall conform to Section 6-02.3(26)E. Prestressing
5 reinforcement shall conform to Section 6-02.3(26)F. WSDOT standard girders in
6 this category include Series WF74PTG, W83PTG, and W95PTG.
7
8 Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal
9 box or bathtub girders including those fabricated in segments to be spliced together
10 with cast -in-place concrete closures at the job site. Except where specific
11 requirements are otherwise specified for these girders, prestressed concrete tub
12 girders shall conform to all requirements specified for prestressed concrete girders
13 and spliced prestressed concrete girders. WSDOT standard girders in this
14 . category include Series U**G* or Series OF**G*, where U specifies webs without
15 flanges, OF specifies webs with flanges, ** specifies the girder height -in inches, and
16 * specifies the bottom flange width in feet.
17
18 6-02.3(25)A Shop Plans
19 The second, third and fourth paragraphs are revised to read:
20
21 Shop plans shall show the size and location of all cast -in holes for installation of deck
22 formwork hangers and/or temporary bracing. Holes for formwork hangers shall match
23 approved deck formwork plans designed in accordance with Section 6-02.3(16). There
24 shall be no field -drilled holes in prestressed concrete girders. Post -tensioning ducts in
25 spliced prestressed concrete girders shall be located so their center of gravity is in
26 accordance with the Plans.
27
28 The Contractor shall have the option to furnish Series W74G prestressed concrete
29 girders with minor dimensional differences from those shown in the Plans. The 2 5/8-
30 inch top flange taper may be reduced to 1 5/8 inches and the bottom flange width may
31 be increased to 2 feet 2 inches. Other dimensions of the girder shall be adjusted as
32 necessary to accommodate the above mentioned changes. Reinforcing steel shall be
33 adjusted as necessary. The overall height and top flange width shall remain
34 unchanged.
35
36 If the Contractor elects to provide a prestressed concrete girder with an increased web
37 thickness, shop plans along with supporting design calculations shall be submitted to
38 the Engineer for approval prior to girder fabrication. The girder shall be designed for at
39 least the same load carrying Capacity as the girder shown in the Plans. The load
40 carrying capacity of the mild steel reinforcement shall be the same as that shown in the
41 Plans.
42
43 The sixth paragraph is revised to read:
44
45 The Contractor shall provide five copies of the shop plans to the Engineer for approval,
46 except as otherwise noted. Shop drawings for spliced prestressed concrete girders
47 shall conform to Section 6-02.3(26)A, and seven copies of the shop drawings shall be
48 submitted to the Engineer for approval. The shop drawings for spliced prestressed
49 concrete girders shall include all details related to the post -tensioning operations in the
50 field, including details of hardware required, tendon geometry, blockout details, and
51 details of additional or modified steel reinforcing bars required in cast -in-place closures.
52 Approval of shop plans means only that the Engineer accepts the methods and
53 materials. Approval does not imply correct dimensions.
54
55 6-02.3(25)B Casting
56 The first paragraph is revised to read:
57
58 Before casting girders, the Contractor shall have possession of an approved set of shop
59 drawings. Side forms shall be steel except that cast -in-place concrete closure forms for
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE1,SEGMENT1"
CITY OF RENTON
JULY 2005 29
1
spliced prestressed concrete girders, interior forms of prestressed concrete tub girders,
'
2
and end bulkhead forms of prestressed concrete girders may be plywood. Interior voids
3
for precast prestressed slabs with voids shall be formed by either wax soaked
4
cardboard or expanded polystyrene forms. The interior void forms shall be secured in
5
the position as shown in the Plans and shall remain in place.
6
7
The fourth paragraph is revised to read:
8
9
Air-entrainment is not required in the concrete placed into prestressed precast concrete
10
girders, including cast-in-place concrete closures ,for spliced prestressed concrete
11
girders, unless otherwise noted. The Contractor shall use air-entrained concrete in the
12
top two inches, minimum, of the roadway deck flange of deck bulb-tee girders, deck
13
double tee girders, and precast prestressed ribbed sections. All concrete for precast
14
prestressed slabs shall be air entrained, except for slabs where the Engineer approves
15
use of air-entrained concrete in the top two inches, only. Maximum and minimum air
16
content shall be as specified in Section 6-02.3(2)A.
17.
18
The sixth paragraph is revised to read:
19
20
The Contractor may form circular block-outs in the girder top flanges to receive
21
falsework hanger rods. These block-outs shall:
22
23
1. Not exceed 1 inch in diameter;
24
25
2. Be spaced no more than 72 inches apart longitudinally on the girder;
26
27
3. Be located 3 inches or more from the outside edge of the top flange on Series
28
W42G, W50G, and W58G girders, 6 inches or more for Series W74G girders,
29
and 7 inches or more for Series WF42G, WF50G, WF58G, WF74G, WF74PTG,
30
W83G, W83PTG, W95G, W95PTG, W32BTG, W38BTG, W50BTG, W62BTG
31
girders and other bulb tee girders.
32
33
6-02.3(25)C Prestressing
34
The sixth paragraph is revised to read:
35
36
Post-tensioning of spliced prestressed concrete girders shall conform to Section 6-
37
02.3(26)G, and the following requirements:
38
39
1. Before tensioning, the Contractor shall remove all side forms from the cast-in-
40
place concrete Closures. From this point until 48 hours after grouting the
41
tendons, the Contractor shall keep all construction and other live loads off the
42
superstructure and shall keep the falsework supporting the superstructure in
43
place.
44
45
2. Once the post-tensioning steel is installed, no welds or welding grounds shall
46
be attached to, metal forms, structural steel, or steel reinforcing bars of the
47
structural member.
48
49
3. The Contractor shall not tension the post-tensioning reinforcement until the
50
-
concrete in the cast-in-place closures reaches the minimum compressive
51
strength specified in the Plans (or 5,000 psi if the concrete strength is not
52
specified in the Plans). This strength shall be measured with concrete
53
cylinders made of the same concrete and cured under the same conditions as
54
the cast-in-place closures.
55
56
4. All post-tensioning shall be completed before placing the sidewalks and
57
barriers on the superstructure.
58
1
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
'
CITY OF RENTON
JULY 2005 30
1 6-02.3(25)D Curing
2 The fourth paragraph is revised to read:
3
4 Curing of cast -in-place concrete closures for spliced prestressed concrete girders shall
5 conform to Section 6-02.3(11).
6
7 6-02.3(25)E Contractors Control Strength
8 The sixth through eleventh paragraphs are revised to read:
9
10 For precast prestressed members, a test shall consist of four cores measuring 3 inches
11 in diameter by 6 inches in height (for slabs) and by the thickness of the web (for ribbed
12 sections). Two cores shall be taken from each side of the member and on each side of
13 the member -'s span midpoint, at locations approved by the Engineer. The core locations
14 for precast prestressed slabs shall be near mid -depth of the slab, within the middle third
15 of the span length, and shall avoid all prestressing strands and steel reinforcing bars.
16 The core locations for precast prestressed ribbed sections shall be immediately beneath
17 the top flange, within the middle third of the span length, and shall avoid all prestressing
18 strands and steel reinforcing bars.
19
20 For prestressed concrete tub girders, a test shall consist of four cores measuring 3
21 inches in diameter by the thickness of the web, taken from each web approximately
22 three feet to the left and to the right of the center of the girder span. The cores shall
23 avoid all prestressing strands and steel reinforcing bars.
24
25 For all other prestressed concrete girders, a test shall consist of three cores measuring
26 3 inches in diameter by the thickness of the web and shall be removed from just below
27 the top flange; one at the midpoint of the girder's length and the other two approximately
28 3 feet to the left and approximately 3 feet to the right.
29
30 The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
31 accordance with WSDOT FOP for AASHTO T 22. The Engineer may accept the girder
32 if the average compressive strength of the four cores from the precast prestressed
33 member, or prestressed concrete tub girder, or of the three cores from any other
34 prestressed concrete girder, is at least 85 percent of the specified compressive strength
35 with no one core less than75 percent of specified compressive strength.
36
37 If the girder is cored to determine the release strength, the required patching and curing
38 of the patch shall be done prior to shipment. If there are more than three holes or if they
39 are not in a neutral location, the prestress steel shall not be released until the holes are
40 patched and the patch material has attained a minimum compressive strength equal to
41 the required release compressive strength or 4,000 psi, whichever is larger.
42
43 The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes
44 using the same type concrete as that in the girder, or a mix approved during the annual
45 plant review and approval. The epoxy bonding agent shall meet the requirements of
46 Section 9-26.1 for Type II, Grade 2 epoxy. The girder shall not be shipped until tests
47 show the patch material has attained a minimum compressive strength of 4,000 psi.
48
49 6-02.3(25)F Prestress Release
50 The third paragraph is revised to read:
51
52 The Contractor may request permission to release the prestressing reinforcement at a
53 minimum concrete compressive strength less than specified in the Plans. This request
54 shall be submitted to the Engineer for approval in accordance with Section 6-01.9 and
55 shall be accompanied with calculations showing the adequacy of the proposed release
56 concrete compressive strength. The release strength shall not be less than 3,500 psi,
57 except that the release strength for spliced prestressed concrete girders shall not be
58 less than 4,000 psi. The calculated release strength shall meet the requirements
59 outlined in the Washington State Department of Transportation Bridge Design Manual
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 31
[I
t
PJ
F1
i
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
for tension and compression at release. The proposed minimum concrete compressive
strength at release will be evaluated by the Contracting Agency. Fabrication of girders
using the revised release strength shall not begin until the Contracting Agency has
provided written approval of the revised release compressive strength. If a reduction of
the minimum concrete compressive strength at release is allowed, the Contractor shall
bear any added cost that results from the change.
6-02.3(25)G Protection of Exposed Reinforcement
The second paragraph is revised to read:
Grouting of post -tensioning ducts for spliced prestressed concrete girders shall conform
to Section 6-02.3(26)H.
6-02.3(25)H Finishing
The fourth paragraph is revised to read:
On the deck bulb tee girder section and all precast prestressed members, the
Contractor shall test the roadway deck surface portion for flatness. This test shall occur
after floating but while the concrete remains plastic. Testing shall be done with a 10 -foot
straightedge parallel to the girder centerline and with a flange width straightedge at right
angles to the girder centerline. The Contractor shall fill depressions, cut down high
spots, and refinish to correct any deviation of more than 1/4 inch within the straightedge
length. This section of the roadway surface shall be finished to meet the requirements
for finishing roadway slabs, as defined in Section 6-02.3(10) except that, if approved by
the Engineer, a coarse stiff broom may be used to provide the finish in lieu of a metal
tined comb.
6-02.3(25)1 Tolerances
The title, first paragraph, and items 7, 10, and 21 following the first paragraph are revised to
read:
6-02.3(25)1 Fabrication Tolerances
The girders shall be fabricated as shown in the Plans and shall meet the dimensional
tolerances listed below. Construction tolerances of cast -in-place closures for spliced
prestressed concrete girders shall conform to the tolerances specified for spliced
prestressed concrete girders. Actual acceptance or rejection will depend on how the
Engineer believes a defect outside these tolerances will affect the structure's strength or
appearance:
7. Flange Depth:
For I and Wide Flange I girders: ± 1/4 inch
For bulb tee and deck bulb tee girders: + 1/4 inch, - 1/8 inch
For PCPS members: + 1/4 inch, - 1/8 inch
10. Longitudinal Position of the Harping Point:
Single harping point ± 18 inches
Multiple bundled strand groups
First bundled strand group ±.6 inches
Second bundled strand group ± 18 inches
Third bundled strand group ± 30 inches
21. Differential Camber Between Girders in a Span (measured in place at the job
site):
For 1, Wide Flange I, bulb tee, and
spliced prestressed concrete girders:
For deck bulb tee girders:
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005 32
1/8 inch per 10 feet of beam
length.
Cambers shall be equalized by
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
For PCPS members:
For prestressed
concrete tub girders:
6-02.3(25)J Horizontal Alignment
The fourth paragraph is revised to read:
an approved method when the
differences in cambers between
adjacent girders or stages
measured at mid -span exceeds
1/4 inch.
± 1/4 inch per ten feet of member
length measured at midspan, but
not greater than ± 1/2 inch total.
± 1/4 inch per ten feet of member
length measured at midspan, but
not greater than ± 1/2 inch total.
The maximum deviation of the side of the precast prestressed slab, or the edge of the
roadway deck slab of the deck double tee girder or the precast prestressed ribbed
section, measured from a chord that extends end to end of the member, shall be ± 1/8
inch per 10 feet of member length, but not greater than 1/2 inch total.
6-02.3(25)L Handling and Storage
The first and second paragraphs are revised to read:
During handling and storage, each girder shall always be kept plumb and upright, and
each precast prestressed member and prestressed concrete tub girder shall always be
kept in the horizontal position as shown in the Plans. It shall be lifted only by the lifting
devices (strand lift loops or high-strength threaded steel bars) at either end. For strand
lift loops, a minimum 2 inch diameter straight pin of a shackle shall be used through the
loops. For high-strength threaded steel bars, the lifting hardware that connects to the
bars shall be designed, detailed, and furnished by the Contractor. Series W42G,
WF42G, W50G, WF50G, W58G, and WF58G girders, and Series W32BTG, W3813TG,
W50BTG, W6213TG, and W74G girders up to 145 feet in length, can be picked up at a
minimum angle of 60 degrees from the top of the girder. All other prestressed girders
shall be picked up within 10 degrees of perpendicular to the top of the girder.
For some girders, straight temporary top flange strands may be specified in the Plans.
Pretensioned top temporary strands for full length prestressed concrete girders shall be
unbonded over all but the end 10 feet of the girder length. As an alternative for full
length prestressed concrete girders, temporary top strands may be post -tensioned prior
to shipment. When temporary top strands are specified for spliced prestressed
concrete girders, the temporary top strands shall be post -tensioned prior to lifting the
assembled girder. When the post -tensioned alternative is used, the Contractor shall be
responsible for properly sizing the anchorage plates, and the reinforcement adjacent to
the anchorage plates, to prevent bursting or splitting of the concrete in the top flange.
Temporary strands shall be cut or released in accordance with Section 6-02.3(25)N.
6-02.3(25)M Shipping
The third and fourth paragraphs are revised to read:
No double tee girder, deck double tee girder, precast prestressed slab or precast
prestressed ribbed section shall be shipped for at least three days after concrete
placement. No deck bulb tee girder or prestressed concrete tub girder shall be shipped
for at least seven days after concrete placement, except that deck bulb tee girders or
prestressed concrete tub girders may be shipped three days after concrete placement
when U(bd) is less than or equal to 5.0, where L equals the shipping length of the
girder, b equals the girder top flange width (for deck bulb tee girders) or the bottom
flange width (for prestressed concrete tub girders), and d equals the girder depth, all in
feet. No other girder shall be shipped for at least ten days after concrete placement.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 33
ll
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Girder support during shipping shall be located as follows unless otherwise shown in the
Plans:
Type of Girder
Centerline Support Within
This Distance From Either End
Precast Prestressed Members
2 feet
Series W42G, WF42G, W50G and WF50G
3 feet
All bulb tee and
CITY OF RENTON
deck bulb tee girders, except as noted
3 feet
Series W58G, WF58G; and W62BTG
4 feet
Series W74G and WF74G
5 feet
Series W83G and W95G
8 feet
Series WF74PTG, W83PTG, and W95PTG segments
4 feet
Prestressed concrete tub girder segment
4 feet
The sixth, seventh and eighth paragraphs are revised to read:
If the Contractor elects to assemble spliced prestressed concrete girders into
components of two or more segments prior to shipment, the Contractor shall submit
shipment support location working drawings with supporting calculations to the Engineer
in accordance with Section 6-01.9. The calculations shall show that concrete stresses
in the assembled girders will not exceed those listed below.
Lateral bracing for shipping is not required for prestressed concrete tub girders and
precast prestressed members. Other prestressed concrete girders of lengths equal or
shorter than the following will not require lateral bracing for shipping:
Type of Girder
Series W42G, WF42G, W32BTG, and W38BTG
Series W50G and WF50G
Series W58G, WF58G, W5013TG, and W62BTG
All deck bulb tee girders
Series W74G and WF74G
Maximum Length Not Requiring
Bracing for Shipping
80 feet
100 feet
105 feet
120 feet
130 feet
For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG,
W95G, and W95PTG girders, the Contractor shall provide bracing to control lateral
bending during shipping, unless the Contractor furnishes calculations in accordance
with Section 6-01.9 demonstrating that bracing is not necessary. External bracing shall
be attached securely to the top flange of the girder. The Contractor is cautioned that
more conservation guidelines for lateral bracing may be required for some delivery
routes. The Contractor shall submit a bracing plan, with supporting calculations, to the
Engineer for approval in accordance with Section 6-01.9. The Contractor shall not
begin shipping the girders until receiving the Engineer's approval of the bracing plan,
and shall perform all bracing operations at no additional cost to the Contracting Agency.
Criteria for Checking Girder Stresses
At the Time of Lifting or Transporting and Erecting
Stresses at both support and harping points shall be satisfied based on these
criteria:
Allowable compression stress, fc = 0.60f'cm
a. fcm = compressive strength at time of lifting or transporting verified
by test but shall not exceed design compressive strength (f'c) at 28
days in psi + 1,000 psi
34
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
34
1 2. Allowable tension stress, ksi
2 a. With no bonded reinforcement = 3 times square root (f'cm) 5 0.20 ksi
3 b. With bonded reinforcement to resist total tension force in the concrete
4 computed on the basis of an uncracked section 6.0 times square root
5 (f'cm). The allowable tensile stress in the reinforcement is 30 ksi
6 (AASHTO M-31, Gr. 60)
7 3. Prestress losses
8 a. 1 day to 1 month = computed losses
9 b. 1 month to 1 year = 75 percent of computed final losses
10 c. 1 year or more = computed final losses
11 4. Impact on dead load
12 a. Lifting from casting beds = 0 percent
13 b. Transporting and erecting = 20 percent
14 _
15 6-02.3(25)N Prestressed Concrete Girder Erection
16 The fifth paragraph is revised to read:
17
18 The concrete in piers and crossbeams shall reach at least 80 percent of design strength
19 before girders are placed on them. The Contractor shall hoist girders only by the lifting
20 devices at the ends, always keeping the girders plumb and upright. Once erected, the
21 girders shall be braced to prevent tipping until the intermediate diaphragms are cast and
22 cured. When temporary strands in the top flange are used, they shall be cut after
23 the girders are braced and before the intermediate diaphragms are cast. The
24 Contractor shall place the cast -in-place deck on the girders within 30 calendar days of
25 cutting the temporary strands, except as otherwise approved by the Engineer.
26
27 For situations where the Contractor proposes to delay placing the cast -in-place deck on
28 the girders beyond 30 calendar days after cutting the temporary strands, the Contractor
29 shall submit supporting girder camber calculations to the Engineer for approval in
30 accordance with Section 6-01.9. The Contractor shall not cut the temporary strands
31 until receiving the Engineer's approval of the girder camber calculations.
32
33 The seventh paragraph is deleted
34
35 The eighth paragraph is revised to read:
36
37 The Contractor shall check the horizontal alignment of both the top and bottom flanges
38 of each girder after girder erection but before placing concrete in the bridge diaphragms
39 as described in Section 6-02.3(25)J.
40
41 6-02.3(25)0 peck Bulb Tee Girder Flange Connection_
42 This section is revised to read:
43
44 The Contractor shall submit a method of equalizing deck bulb tee girder (and precast
45 prestressed member) deflections to the Engineer for approval in accordance with
46 Section 6-01.9, except that the submittal shall be made a minimum of 60 days prior to
47 field erection of the deck bulb tee girder. Deflection equalizing methods approved for
48 previous Contracting Agency contracts will be acceptable providing the bridge
49 configuration is similar and the previous method was satisfactory. A listing of the
50 previous Contracting Agency contract numbers for which the method was used shall be
51 included with the submittal. The weld -ties may be used as a component of the
52 equalizing system provided the Contractor's procedure outlines how the weld -ties are to
53 be used, and that the Contractor's submittal includes a list and description of previous
54 bridge projects where the Contractor has successfully used weld -ties as a component of
55 the equalizing system.
56
57 The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive
58 strength of 2,500 psi before any camber equalizing equipment is removed.
59
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 35
1 On deck bulb tee girders, girder deflection shall be equalized utilizing the approved
2 method before girders are weld -tied and before keyways are filled. Keyways between
3 tee girders shall be filled flush with the surrounding surfaces with nonshrink grout. This
4 nonshrink grout shall have a compressive strength of 5,000 psi before the equalizing
5 equipment Is removed. Compressive strength shall be determined by fabricating and
6 testing cubes in accordance with WSDOT Test Method 813 and testing in accordance
7 with WSDOT FOP for AASHTO T-106.
8
9 Welding ground shall be attached directly to the steel plates being welded when welding
10 the weld -ties on bulb tee girders.
11
12 No construction equipment shall be placed on the structure, other than equalizing
13 equipment, until the girders have been weld -tied and the keyway grout has attained a
14 compressive strength of 5,000 psi.
15
16 6-02.3(26) Cast -in -Place Prestressed Concrete
17 6-02.3(26)C Bearing Type Anchorages
18 Item 6 in the first paragraph is revised to read:
19
20 6. For transverse post -tensioning of roadway 'slabs, the bearing stress shall not
21 exceed 0.9f'c at Pack of all strands (before seating) or 4,000 psi at service load after
22 all losses.
23
24 6-02.3(26)H Grouting
25 The first sentence in the sixth paragraph is revised to read:
26
27 The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20
28 seconds as determined by WSDOT Test Method for ASTM C 939, Flow of Grout for
29 Preplaced Aggregate Concrete (Flow Cone Method).
30
31 The third sentence in the seventh paragraph is revised to read:
32
33 Cubes shall be made in accordance with WSDOT Test Method T 813 and stored in
34 accordance with WSDOT FOP for AASHTO T 23.
35
36 6-02.3(27) Concrete for Precast Units
37 This section is supplemented with the following:
38
39 Self compacting concrete (SCC) may be used for precast concrete barrier covered
40 under Section 6-10 and drainage items covered under Section 9-12. If self compacting
41 concrete has been approved for use the requirements of Section 6-02.3(4)C
42 consistency shall not apply. Self compacting concrete is concrete that is able to flow
43 under its own weight and completely fill the formwork, even in the presence of dense
44 reinforcement, without the need of any vibration, while maintaining homogeneity. When
45 using SCC modified testing procedures for air content and compressive strength will be
46 used. The modification shall be that molds will be filled completely in one continuous lift
47 without any rodding, vibration, tamping or other consolidation methods other than lightly
48 taping around the exterior of the mold with a rubber mallet to allow entrapped air
49 bubbles to escape. In addition the fabricators QC testing shall include Slump Flow Test
50 results, which do not indicate segregation. As part of the plants approval for use of SCC
51 the plant fabricator shall cast one barrier, or drainage item and have that barrier or
52 drainage item sawed in half for examination by the Contracting Agency to determine
53 that segregation has not occurred.
54
55 SECTION 6-03, STEEL STRUCTURES
56 December 6, 2004
57 6-03.3(14) Edge Finishing
58 The first and second paragraphs are revised to read:
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 36
1
2 All rolled, sheared, and thermal cut edges shall be true to line and free of rough corners
3 and projections. Corners along exposed edges shall be rounded to a minimum radius
4 of 1/16 inch.
5.
6 Sheared edges on plates more than 5/8 inch thick shall be planed, milled, ground, or
7 thermal cut to a depth of at least 1/8 inch.
8
9 6-03.3(33) Bolted Connections
10 Table 4 and the paragraph beneath it are revised to read:
11
Table 4
Turn -of -Nut Tightening Method
Nut Rotational from Snug -Tight Condition
Bolt
Length
Disposition of Outer Faces of Bolted Parts
P
Condition
1
Condition 2
Condition 3
L <= 4D
1/3 turn
1/2 turn
2/3 turn
4D < L<=
1/2 turn
2/3 turn
5/6 turn
8D
8D < L<-
2/3 turn
5/6 turn
1 turn
12D
12
13 Bolt length measured from underside of head to top of nut.
14
15 6-03.3(39) Swinging the Span
16 The second paragraph is revised to read:
17
18 After the falsework is released (spans swung free) the masonry plates, shoes, and
19 keeper plates are grouted, and before any load is applied, the Engineer will (or, if the
20 Contractor is specified as responsible for surveying, the Contractor shall) measure
21 elevations at the tenth points along the tops of girders and floorbeams.
22
23 The Engineer will compare steel mass camber elevations with the elevations measured
24 above, and will furnish the Contractor with new dead -load camber dimensions.
25
26 SECTION 6-05, PILING
27 December 6, 2004
28 6-05.3(9)A Pile Driving Equipment Approval
29 The first sentence of the second paragraph is revised to read:
30
31 The Contractor shall submit a wave equation analysis for all pile driving systems used to
32 drive piling with required ultimate bearing capacities of greater than 300 tons.
33
34 Under the second paragraph the default values and definition for 'Rust' are revised as
35 follows:
36
37 Rust is the resistance of the pile used in the wave equation analyses. If the ultimate
38 bearing capacity equals the maximum driving resistance, a setup factor of 1.3 may be
39 used in the wave equation analysis to account for pile setup. To use a setup factor in
40 the wave equation analysis, Ruit in the analysis is the ultimate bearing capacity divided
41 by 1.3. If the maximum driving resistance exceeds ther ultimate bearing capacity, no
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
0A
1 setup factor should be used, and R,,it is equal to the maximum driving resistance of the
2 pile.
3
4 SECTION 6-06, BRIDGE RAILINGS
5 January 5, 2004
6 6-06.2 Materials
7 This section is revised to read:
8
9 Materials shall meet the requirements of the following sections:
10
11 Timber Railing 9-09
12 Metal Railing 9-06.18
13
14 SECTION 6-07, PAINTING
15 August 2, 2004
16 6-07.3(2)A Bridge Cleaning
17 The third sentence under Pressure Flushing is revised to read:
18
19 The pressure flushing equipment shall produce (at the nozzle) at least 3,000 psi with a
20 discharge of at least 4 gpm.
21
22 SECTION 6-10, CONCRETE BARRIER
23 April 4, 2005
24 6-10.2 Materials
25 The first sentence of the fourth paragraph is revised to read:
26
27 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9-
28 06.5(4) and be galvanized in accordance with AASHTO M 232, except that testing for
29 embrittlement after galvanizing is not required.
30
31 6-10.3 Construction Requirements
32 This section is supplemented with the following:
33
34 Concrete barrier installed in conjunction with light standard foundations and sign bridge
35 foundations, regardless of the barrier shape, shall be cast -in-place using stationary
36 forms.
37
38 Concrete barrier transition Type 2 to bridge f -shape shall be precast.
39
40 6-10.3(2) Cast -in -Place Concrete Barrier
41 The first paragraph of this section is revised to read as follows:
42
43 Forms for cast -in-place concrete barrier, including traffic barrier, traffic -pedestrian
44 barrier, and pedestrian barrier on bridges and related structures, shall be made of steel
45 or exterior plywood coated with plastic. The Contractor may construct the barrier by the
46 slip -form method.
47
48 6-10.4 Measurement
49 This section is supplemented with the following:
50
51 Concrete barrier transition Type 2 to bridge f -shape will be measured by the linear foot
52 installed.
53
54 Single slope concrete barrier light standard foundation will be measured by the unit for
55 each light standard foundation installed.
56
SW 2fH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 38
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
Traffic barrier, traffic pedestrian barrier, and pedestrian barrier will be measured as t
specified for cast -in-place concrete barrier.
6-10.5 Payment
The following bid items are inserted to precede "Single Slope Concrete Barrier", per linear
foot.
"Traffic Barrier", per linear foot.
"Traffic Pedestrian Barrier", per linear foot.
"Pedestrian Barrier" per linear foot.
The unit contract price per linear foot for "Traffic Barrier", "Traffic Pedestrian Barrier',
and "Pedestrian Barrier' shall be full pay for constructing the barrier on top of the bridge
deck, and associated bridge approach slabs, curtain walls and wingwalls, excluding the
steel reinforcing bars that extend from the bridge deck, bridge approach slab, curtain
walls, and wingwalls.
The new bid items listed below are inserted to precede "Cast -in -Place Conc. Barrier Light
Standard Section", per each.
"Conc. Barrier Transition Type 2 to Bridge F -Shape", per linear foot.
The unit contract price per linear foot for "Conc. Barrier Transition Type 2 to Bridge F -
Shape" shall be full pay for performing the work as specified, excluding bridge traffic
barrier modifications necessary for this installation.
"Single Slope Conc. Barrier Light Standard Foundation", per each.
SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS
April 5, 2004
This section including title is revised to read:
SECTION 6-11, REINFORCED CONCRETE WALLS
6-11.1 Description
This work consists of constructing reinforced concrete retaining walls, including those
shown in the Standard Plans, L walls, and counterfort walls.
6-11.2 Materials
Materials shall meet the requirements of the following sections:
Cement
9-01
Aggregates for Portland Cement ent Concrete
9-03.1
Gravel Backfill
9-03.12
Premolded Joint Filler
9-04.1(2)
Steel Reinforcing Bar
9-07.2
Epoxy -Coated Steel Reinforcing Bar
9-07.3
Concrete Curing Materials and Admixtures
9-23
Fly Ash
9-23.9
Water
9-25
Other materials required shall be as specified in the Special Provisions.
6-11.3 Construction Requirements
6-11.3(1) Submittals
The Contractor shall submit all excavation shoring plans to the Engineer for approval in
accordance with Section 2-09.3(3)D.
The Contractor shall submit all falsework and formwork plans to the Engineer for
approval in accordance with Sections 6-02.3(16) and 6-02.3(17).
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 39
I �
i
t
'I
r
t
11
i
1
2
If the Contractor elects to fabricate and erect precast concrete wall stem panels, the
3
following information shall be submitted to the Engineer for approval in accordance with
4
Sections 6-01.9 and 6-02.3(28)A:
5
6
1. Working drawings for fabrication of the wall stem panels, showing dimensions,
7
steel reinforcing bars, joint and joint filler details, surface finish details, lifting
8
devices with the manufacturer's recommended safe working capacity, and
9
material specifications.
10
11
12
2. Working drawings and design calculations for the erection of the wall stem
panels showing dimensions, support points, support footing sizes, erection
13
blockouts, member sizes, connections, and material specifications.
14
15
3. Design calculations for the precast wall stem panels, the connection between
16
the precast panels and the cast-in-place footing, and all modifications to the
17
cast-in-place footing details as shown in the Plans or Standard Plans.
18
19
The Contractor shall not begin excavation and construction operations for the retaining
20
walls until receiving the Engineer's approval of the above submittals.
21
22
23
6-11.3(2) Excavation and Foundation Preparation
Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages
24
shown in the Plans. Foundation soils found to be unsuitable shall be removed and
25
replaced in accordance with Section 2-09.3(1)C.
26
27
6-11.3(3) Precast Concrete Wall Stem Panels
28
The Contractor may fabricate precast concrete wall stem panels for construction of
29
Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast
30
concrete wall stem panels may be used for construction of non -Standard Plan retaining
31
walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels
32
shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete.
33
34
The precast concrete wall stem panels shall be designed in accordance with the
35
requirements for Load Factor Design in the following codes:
36
37
1. For all loads except as otherwise noted - AASHTO Standard Specifications for
1
38
Highway Bridges, latest edition and current interims. The seismic design shall
39
use the acceleration coefficient and soil profile type as specified in the Plans.
40
41
2. For all wind loads - AASHTO Guide Specifications for Structural Design of
42
Sound Barriers, latest edition and current interims.
43
44
45
The precast concrete wall stem panels shall be fabricated in accordance with the
dimensions and details shown in the Plans, except as modified in the shop drawings as
46
approved by the Engineer.
47
48
The precast concrete wall stem panels shall be fabricated full height, and shall be
49
fabricated in widths of 8 feet, 16 feet, and 24 feet.
50
51
The construction tolerances for the precast concrete wall stem panels shall be as
52
follows:
53
54
Height +'/4 inch
55
56
Width ±'/4 inch
Thickness +% inch
57
1/8 inch
58
Concrete cover for steel reinforcing bar +3/8 inch
59
-1/8 inch
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 40
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
Width of precast concrete wall stem panel joints +'/4 inch
Offset of precast concrete wall stem panels +'/4 inch
(Deviation from a straight line extending 5 feet on each side of the panel joint)
The precast concrete wall stem panels shall be constructed with a mating shear key
between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2
inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-
1/2 inches maximum. The shear key shall be continuous and shall be of uniform width
over the entire height of the wall stem.
The Contractor shall provide the specified surface finish as noted, and to the limits
shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall
stem panels shall be cast in a vertical position if the Plans call for a form liner texture on
both sides of the wall stem panel.
The precast concrete wall stem panel shall be rigidly held in place during placement and
curing of the footing concrete.
The precast concrete wall stem panels shall be placed a minimum of one inch into the
footing to provide a shear key. The base of the precast concrete wall stem panel shall
be sloped %2 inch per foot to facilitate proper concrete placement.
To ensure an even flow of concrete under and against the base of the wall panel, a form
shall be placed parallel to the precast concrete wall stem panel, above the footing, to
allow a minimum one foot head to develop in the concrete during concrete placement.
The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast
concrete wall stem panel by 1-1./2 inches minimum.
All precast concrete wall stem panel joints shall be constructed with joint filler installed
on the rear (backfill) side of the wall. The joint filler material shall extend from two feet
below the final ground level in front of the wall to the top of the wall. The joint filler shall
be a nonorganic flexible material and shall be installed to create a waterproof seal at
panel joints.
The soil bearing pressure beneath the falsework supports for the precast concrete wall
stem panels shall not exceed the maximum design soil pressure shown in the Plans for
the retaining wall.
6-11.3(4) Cast -lin -Place Concrete Construction
Cast -in-place concrete for concrete retaining walls shall be formed, reinforced, cast,
cured, and finished in accordance with Section 6-02, and the details shown in the Plans
and Standard Plans. All cast -in-place concrete shall be Class 4000.
,
The Contractor shall provide the specified surface finish as noted, and to the limits
shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
Special Provisions.
Cast -in-place concrete for adjacent wall stem sections (between vertical expansion
joints) shall be formed and placed separately, with a minimum 12 hour time period
between concrete placement operations.
Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem
expansion joints in accordance with Section 6-01.14.
SW 27TH ST./STRANDER BLVD. CONNECTION ,
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 41
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
6-11.3(5) Backfill, Weepholes and Gutters
Unless the Plans specify otherwise, backfill and weepholes shall be placed in
accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain
shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone
defined as bridge approach embankment in Section 1-01.3 shall be compacted in
accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted
in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified.
Cement concrete gutter shall be constructed as shown in the Standard Plans.
6-11.3(6) Traffic Barrier and Pedestrian Barrier
When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in
accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans
and Standard Plans.
6-11.4 Measurement
Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4.
Steel reinforcing bar for retaining wall and epoxy -coated steel reinforcing bar for
retaining wall will be measured as specified in Section 6-02.4.
Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for
cast -in-place concrete barrier.
6-11.5 Payment
Payment will be made in accordance with Section 1-04.1 for each of the following bid
items when they are included in the proposal:
"Cone. Class 4000 For Retaining Wall", per cubic yard.
All costs in connection with furnishing and installing weep holes and premolded
joint filler shall be included in the unit contract price per cubic yard for "Cone. Class
4000 for Retaining Wall".
"St. Reinf. Bar For Retaining Wall", per pound.
"Epoxy -Coated St. Reinf. Bar For Retaining Wall", per pound.
"Traffic Barrier", per linear foot.
"Pedestrian Barrier", per linear foot.
The unit contract price per linear foot for "_ Barrier" shall be full pay for
constructing the barrier on top of the retaining wall, except that when these bid
items are not included in the proposal, all costs in connection with performing the
work as specified shall be included in the unit contract price per cubic yard for
"Cone. Class 4000 For Retaining Wall", and the unit contract price per pound for
" Bar For Retaining Wall".
SECTION 6-12, NOISE BARRIER WALLS
April 5, 2004
6-12.1 Description
This work consists of constructing cast -in-place concrete, precast concrete, masonry, and
timber noise barrier walls, including those shown in the Standard Plans.
6-12.2 Materials
Materials shall meet the requirements of the following sections:
Cement 9-01
Aggregates for Portland Cement Concrete 9-03.1
Gravel Backfill 9-03.12
Premolded Joint Filler 9-04.1(2)
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 42
1 Bolts, Nuts, and Washers 9-06.5(1)
2 Steel Reinforcing Bar 9-07.2
3 Epoxy -Coated Steel Reinforcing Bar 9-07.3
4 Paints 9-08
5 Concrete Curing Materials and Admixtures 9-23
6 Fly Ash 9-23.9
7 Water 9-25
8
9 Other materials required shall be as specified in the Special Provisions.
10
11 6-12.3 Construction Requirements
12
13 6-12.3(1) Submittals
14 All noise barrier walls not constructed immediately adjacent to the roadway, and which
15 require construction of access for work activities, shall have a noise barrier wall access plan.
16 The Contractor shall submit the noise barrier wall access plan to the Engineer for approval in
17 accordance with Section 6-01.9. The noise barrier wall access plan shall include, but not be
18 limited to, the locations of access to the noise barrier wall construction sites, and the
19 method, materials, and equipment used to construct the access, remove the access, and
20 recontour and reseed the disturbed ground.
21
22 For construction of all noise barrier walls with shafts, the Contractor shall submit a shaft
23 construction plan to the Engineer for approval in accordance with Section 6-01.9, including
24 but not limited to the following information:
25
26 1. List and description of equipment to be used to excavate and construct the shafts,
27 including description of how the equipment is appropriate for use in the expected
28 subsurface conditions.
29
30 2. The construction sequence and order of shaft construction.
31
32 3. Details of shaft excavation methods, including methods to clean the shaft
33 excavation.
34
35 4. Details and dimensions of the shaft, and casing if used.
36
37 5. The method used to prevent ground caving (temporary casing, slurry, or other
38 means).
39
40 6. Details of concrete placement including procedures for deposit through a conduit,
41 tremie, or pump.
42
43 7. Method and equipment used to install and support the steel reinforcing bar cage.
44
45 For construction of precast concrete noise barrier walls, the Contractor shall submit shop
46 drawings for the precast concrete panels to the Engineer in accordance with Section 6-
47 02.3(28)A. In addition to the items listed in Section 6-02.3(28)A, the precast concrete panel
48 shop drawings shall include the following:
49
50 1. Construction sequence and method of forming the panels.
51
52 2. Details of additional reinforcement provided at lifting and support locations.
53
54 3. Method and equipment used to support the panels during storage, transporting,
55 and erection.
56
57 4. Erection sequence, including the method of lifting the panels, placing and adjusting
58 the panels to proper alignment and grade, and supporting the panels during bolting,
59 grouting, and backfilling operations.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 43
'
1
2
The Contractor shall not begin noise barrier wall construction activities, including access
3
construction and precast concrete panel fabrication, until receiving the Engineer's approval
4
of all appropriate and applicable submittals.
5
6
6-12.3(2) Work Access and Site Preparation
7
The Contractor shall construct work access in accordance with the work access plan as
8
approved by the Engineer. The construction access roads shall minimize disturbance to the
the
9
existing vegetation, especially trees. Only trees and shrubs in direct conflict with
10
approved construction access road alignment shall be removed. Only one access road into
11
the noise barrier wall from the main roadway and one access road from the noise barrier wall
12
to the main roadway shall be constructed at each noise barrier wall.
13
14
Existing vegetation that has been identified by the Engineer shall be protected in accordance
1
15
with Sections 1-07.16 and 2-01, and the"Special Provisions.
16
17
6-12.3(3) Shaft Construction
18
The Contractor shall excavate and construct the shafts in accordance with the shaft
19
construction plan as approved by the Engineer.
20
21
The shafts shall be excavated to the required depth as shown in the Plans. The excavation
22
shall be completed in a continuous operation using equipment capable of excavating through
23
the type of material expected to be encountered.
24
25
If the shaft excavation is stopped, the Contractor shall secure the shaft by installing a safety
26
cover over the opening. The Contractor shall ensure the safety of the shaft and surrounding
27
soil and the stability of the side walls. A temporary casing, slurry, or other methods approved
28
by the Engineer shall be used as necessary to ensure such safety and stability.
29
30
When caving conditions are encountered, the Contractor shall stop further excavation until
31
implementing the method to prevent ground caving as specified in the shaft construction
32
plan approved by the Engineer.
33
34
When obstructions are encountered, the Contractor shall notify the Engineer promptly. An
35
obstruction is defined as a specific object (including, but not limited to, boulders, logs, and
36
man made objects) encountered during the shaft excavation operation which prevents or
37
hinders the advance of the shaft excavation. When efforts to advance past the obstruction to
38
the design shaft tip elevation result in the rate of advance of the shaft drilling equipment
39
being is significantly reduced relative to the rate of advance for the rest of the shaft
40
excavation, then the Contractor shall remove the obstruction under the provisions of Section
41
6-12.5 as supplemented in the Special Provisions. The method of removal of such
42
obstructions, and the continuation of excavation shall be as proposed by the Contractor and
43
approved by the Engineer.
44
45
The Contractor shall use appropriate means to clean the bottom of the excavation of all
46
shafts. No more than two inches of loose or disturbed material shall be present at the
47
bottom of the shaft just prior to beginning concrete placement.
48
49
The Contractor shall not begin placing steel reinforcing bars and concrete in the shaft until
50
receiving the Engineer's approval of the shaft excavation.
51
52
The steel reinforcing bar cage shall be rigidly braced to retain its configuration during
53
handling and construction. The Contractor shall not place individual or loose bars. The
54
Contractor shall install the steel reinforcing bar cage as specified in the shaft construction
55
plan as approved by the Engineer. The Contractor shall maintain the minimum concrete
56
cover shown in the Plans.
57
58
If casings are used, the Contractor shall remove the casing during concrete placement. A
'
59
minimum five feet head of concrete shall be maintained to balance soil and water pressure
SW 27TH ST./STRANDER BLVD. CONNECTION .
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 44
1
at the bottom of the casing. The casing shall be smooth. Where the top of the shaft is
■
2
above the existing ground, the Contractor shall case the top of the hole prior to placing the
3
concrete.
4
5
Concrete for shafts shall conform to Class 400OP. The Contractor shall place concrete in the
6
shaft immediately after completing the shaft excavation and receiving the Engineer's
7
approval of the excavation. The Contractor shall place the concrete in one continuous
8
operation to the elevation shown in the Plans, using a method to prevent segregation of
9
aggregates. The Contractor shall place the concrete as specified in the approved shaft
10
construction plan. If water is present, concrete shall be placed in accordance with Section 6-
11
02.3(6)B.
12
13
6-12.3(4) Trench, Grade Beam, or Spread Footing Construction
14
Where the noise barrier wall foundations exist below the existing groundline, excavation
15
shall conform to Section 2-09.3(4), and to the limits and construction stages shown in the
16
Plans. Foundation soils found to be unsuitable shall be removed and replaced in
17
accordance with Section 2-O9.3(1)C.
18
19
Where the noise barrier wall foundations exist above the existing groundline, the Contractor
20
shall place and compact backfill material in accordance with Section 2-03.3(14)C.
21
22
Concrete for trench, grade beam, or spread footing foundations shall conform to Class 4000.
,
23
24
Cast -in-place concrete shall be formed, placed, and cured in accordance with Section 6-02,
25
except that concrete for trench foundations shall be placed against undisturbed soil.
26
27
The excavation shall be backfilled in accordance with item 1 of the Compaction subsection
28
of Section 2-09.3(1)E.
29
30
The steel reinforcing bar cage and the noise barrier wall anchor bolts shall be installed and
31
rigidly braced prior to grade beam and spread footing concrete placement to retain their
32
configuration during concrete placement. The Contractor shall not place individual or loose
33
steel reinforcing bars and anchor bolts, and shall not install anchor bolts during or after
34
concrete placement.
35
36
6-12.3(5) Cast -In -Place Concrete Panel Construction
37
Construction of cast -in-place concrete panels for noise barrier walls shall conform to Section
38
6-11.3(4). For noise barrier walls with traffic barrier, the construction of the traffic barrier
39
shall also conform to Section 6-10.3(2).
40
41
The top of the cast -in-place concrete panels shall conform to the top of wall profile shown in
42
the Plans. Where a vertical step is constructed to provide elevation change between
43
adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between
44
steps shall be a minimum of 48 feet.
45
46
6-12.3(6) Precast Concrete Panel Fabrication and Erection
47
The Contractor shall fabricate and erect the precast concrete panels in accordance with
48
Section 6-02.3(28), and the following requirements:
49
50
1. Concrete shall conform to Class 4000.
51
52
2. Except as otherwise noted in the Plans and Special Provisions, all concrete
53
surfaces shall receive a Class 2 finish in accordance with Section 6-O2.3(14)B.
54
55
3. The precast concrete panels shall be cast in accordance with Section 6-02.3(28)B.
56
The Contractor shall cast the precast concrete panels horizontally, with the traffic
57
side surface cast against the form liner on the bottom. The Contractor shall fully
58
support the precast concrete panel to avoid bowing and sagging surfaces.
59
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 45
1 After receiving the Engineer's approval of the shop drawings, the Contractor shall
2 cast one precast concrete panel to be used as the sample panel. The Contractor
3 shall construct the sample panel in accordance with the procedure and details
4 specified in the shop drawings approved by the Engineer. The Contractor shall
5 make the sample panel available to the Engineer for approval.
6
7 Upon receiving the Engineer's approval of the sample panel, the Contractor shall
8 continue production of precast concrete panels for the noise barrier wall. All
9 precast concrete panels will be evaluated against the sample panel for the quality
10 of workmanship exhibited. The sample panel shall be retained at the fabrication
11 site until all precast concrete panels have been fabricated and have received the
12 Engineer's approval. After completing precast concrete panel fabrication, the
13 Contractor may utilize the sample panel as a production noise barrier wall panel.
14
15 4. In addition to the fabrication tolerance requirements of Section 6-02.3(28)F, the
16 precast concrete panels for noise barrier walls shall not exceed the following scalar
17 tolerances:
18
19 Length and Width: ± 1/8 inch per five feet, not to exceed 1/4 inch, total.
20
21 Thickness: + 1/4 inch.
22
23 The difference obtained by comparing the measurement of the diagonal of the
24 face of the panels shall not be greater than 1/2 inch.
25
26 Dimension tolerances for the traffic barrier portion of precast concrete panels
27 formed with traffic barrier shapes shall conform to Section 6-10.3(2).
28
29 5. After erection, the precast concrete panels shall not exceed the joint space
30 tolerances shown in the Plans. The panels shall not exceed 3/8 inch out of plumb
31 in any direction.
32
33 The Contractor shall seal the joints between precast concrete panels with a backer
34 rod and sealant system as specified. The Contractor shall seal both sides of the
35 joint full length.
36
37 The top of precast concrete panels shall conform to the top of wall profile shown in the
38 Plans. Where a vertical step is constructed to provide elevation change between
39 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between
40 steps shall be a minimum of 48 feet.
41
42 6-12.3(.') Masonry Wall Construction
43 Construction requirements for masonry noise barrier wall panels shall be as specified in the
44 Special Provisions.
45
46 6-12.3(8) Fabricating and Erecting Timber Noise Barrier Wall Panels
47 Construction requirements for timber noise barrier wall panels shall be as specified in the
48 Special Provisions.
49
50 6-12.3(9) Access Doors and Concrete Landing Pads
51 The Contractor shall install access doors and door frames as shown in the Plans and
52 Standard Plans. The Contractor shall install the access doors to open toward the roadway
53 side. The door frames shall be set in place with grout conforming to Section 6-02.3(20), with
54 the grout completely filling the void between the door frame and the noise barrier wall panel.
55
56 The Contractor shall apply two coats of paint, as specified in the Special Provisions, to all
57 exposed metal surfaces of access doors and frames, except for stainless steel surfaces.
58 Each coat shall be 3 mils minimum wet film thickness.
59
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE1,SEGMENT1
CITY OF RENTON
JULY 2005 46
1 The Contractor shall construct a concrete landing pad on the roadway side of each access
2 door location as shown in the Plans. The concrete shall conform to Section 6-02.3(2)B.
3
4 6-12.3(10) Finish Ground Line Dressing
5 The Contractor shall contour and dress the ground line on both sides of the noise barrier
6 wall, providing the minimum cover over the foundation as shown in the Plans. The
7 Contractor shall contour the ground adjacent to the barrier to ensure good drainage away
8 from the barrier.
9
10 After the access roads are no longer needed for noise barrier wall construction activities, the
11 Contractor shall restore the area to the original condition. The Contractor shall recontour the
12 access roads to match into the surrounding ground and shall reseed all disturbed areas in
13 accordance with the Section 8-01 and the Special Provisions, and the noise barrier wall
14 -access plan as approved by the Engineer.
15
16 6-12.4 Measurement
17 Noise barrier wall will be measured by the square foot area of one face of the completed wall
18 panel in place. Except as otherwise noted, the bottom limit for measurement will be the top
19 of the trench footing, spread footing, or shaft cap. For Noise Barrier Type 5, the bottom
20 measurement limit will be the optional construction joint at the base of the traffic barrier. For
21 Noise Barrier Type 7, the bottom measurement limit will be base of the traffic barrier. For
22 Noise Barrier Types 8, 11, 12, 14, 15, and 20, the bottom measurement limit will be the base
23 of the wall panel.
24
25 Noise barrier wall access door will be measured once for each access door assembly with
26 concrete landing pad furnished and installed.
27
28 6-12.5 Payment
29 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
30 when they are included in the proposal:
31
32 "Noise Barrier Wall Type _", per square foot.
33 The unit contract price per square foot for "Noise Barrier Wall Type_" shall be full pay
34 for constructing the noise barrier walls as specified, including constructing and removing
35 access roads, excavating and constructing foundations and grade beams, constructing
36 cast -in-place concrete, and masonry wall panels, fabricating and erecting precast
37 concrete, and timber wall panels, applying sealer, and contouring the finish ground line
38 adjacent to the noise barrier walls.
39
40 "Noise Barrier Wall Access Door", per each.
41 The unit contract price per each for "Noise Barrier Wall Access Door" shall be full pay for
42 furnishing and installing the access door assembly as specified, including painting the
43 installed access door assembly and constructing the concrete landing pad.
44
45 SECTION 6-13, STRUCTURAL EARTH WALLS
46 April 4, 2005
47
6-13.1 Description
48
This work consists of constructing structural earth walls
(SEW).
49
50
6-13.2 Materials
51
Materials shall meet the requirements of the following sections:
52
53
Cement
9-01
54
Aggregates for Portland Cement Concrete
9-03.1
55
Gravel Backfill
9-03.12(2)
56
Premolded Joint Filler
9-04.1(2)
57
Steel Reinforcing Bar
9-07.2
58
Epoxy -Coated Steel Reinforcing Bar
9-07.3
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 47
1
Concrete Curing Materials and Admixtures 9-23
2
Fly Ash 9-23.9
3
Water 9-25
4
5
Other materials required shall be as specified in the Special Provisions.
6
7
6-13.3 Construction Requirements
8
Proprietary structural earth wall systems shall be as specified in the Special Provisions.
9
10
6-13.3(1) Quality Assurance
11
The structural earth wall manufacturer shall provide a qualified and experienced
12
representative to resolve wall construction problems as approved by the Engineer. The
13
structural earth wall manufacturer's representative shall be present at the beginning of wall
14
construction activities, and at other times as . needed throughout construction.
15
Recommendations made by the structural earth wall manufacturer's representative and
16
approved by the Engineer shall be followed by the Contractor.
17
18
The completed wall shall meet the following tolerances:
19
20
1. Deviation from the design batter and horizontal alignment, when measured along a
21
ten foot straight edge, shall not exceed the following:
22
23
a. Welded wire faced structural earth wall: 2 inches
24
25
b. Precast concrete panel and
26
concrete block faced structural earth wall: 3/4 inch
27
28
2. Deviation from the overall design batter of the wall shall not exceed the following
1
29
30
per ten feet of wall height:
31
a. Welded wire faced structural earth wall: 1.5 inches
32
33
b. Precast concrete panel and
34
concrete block faced structural earth wall: 1/2 inch
35
36
3. The maximum outward bulge of the face between welded wire faced structural
37
earth wall reinforcement layers shall not exceed two inches. The maximum
38
allowable offset in any precast concrete facing panel joint shall be 3/4 inch. The
39
maximum allowable offset in any concrete block joint shall be 3/8 inch.
40
41
4. The base of the structural earth wall excavation shall be within three inches of the
42
staked elevations, unless otherwise approved by the Engineer.
43
44
5. The external structural earth wall dimensions shall be placed within two inches of
45
that staked on the ground.
46
47
6. The backfill reinforcement layers shall be located horizontally and vertically within
48
one inch of the locations shown in the structural earth wall working drawings as
49
approved by the Engineer.
50
51
52
At least five working days prior to the Contractor beginning any structural earth wall work at
the site, a structural earth wall preconstruction conference shall be held to discuss
53
construction procedures, personnel, and equipment to be used, and other elements of
54
structural earth wall construction. Those attending shall include:
55
56
1. (representing the Contractor) The superintendent, on site supervisors, and all
57
foremen in charge of excavation, leveling pad placement, concrete block and soil
58
reinforcement placement, and structural earth wall backfill placement and
1
59
compaction.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 48
1
2 2. (representing the Structural Earth Wall Manufacturer) The qualified and
3 experienced representative of the structural earth wall manufacturer as specified at
4 the beginning of this Section.
5
6 3. (representing the Contracting Agency) The Project Engineer, key inspection
7 personnel, and representatives from the WSDOT Construction Office and Materials
8 Laboratory Geotechnical Services Branch.
9
10 6-13.3(2) Submittals
11 The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer a
12 Manufacturer's Certificate of Compliance in accordance with Section 1-06.3, certifying that
13 the structural earth wall materials conform to the specified material requirements. This
14 includes providing a Manufacturer's Certificate of Compliance for all concrete admixtures,
15 cement, fly ash, steel reinforcing bars, reinforcing strips, reinforcing mesh, tie strips,
16 fasteners, welded wire mats, backing mats, construction geotextile for wall facing, drainage
17 geosynthetic fabric, block connectors, and joint materials. The Manufacturer's Certificate of
18 Compliance for geogrid reinforcement shall include the information specified in Section 9-
19 33.4(4) for each geogrid roll, and shall specify the geogrid polymer types for each geogrid
20 roll.
21
22 A copy of all test results, performed by the Contractor or the Contractor's supplier, which are
23 necessary to assure compliance with the specifications, shall submitted to the Engineer
24 along with each Manufacturer's Certificate of Compliance.
25
26 Before fabrication, the Contractor shall submit a field construction manual for the structural
27 earth walls, prepared by the wall manufacturer, to the Engineer for approval in accordance
28 with Section 6-01.9. This manual shall provide step-by-step directions for construction of the
29 wall system.
30
31 The Contractor, or the supplier as the Contractor's agent, shall submit detailed design
32 calculations and working drawings to the Engineer for approval in accordance with Section
33 6-01.9.
34
35 The design calculation and working drawing submittal shall include detailed design
36 calculations and all details, dimensions, quantities, and cross-sections necessary to
37 construct the wall. The calculations shall include a detailed explanation of any symbols and
38 computer programs used in the design of the walls. All computer output submitted shall be
39 accompanied by supporting hand calculations detailing the calculation process.
40
41 The design calculations shall be based on the current AASHTO Standard Specifications for
42 Highway Bridges including current interims, and also based on the following:
43
44 1. The factor of safety for overturning and sliding are 2.0 and 1.5 respectively for
45 AASHTO Load Group I, and 1.5 and 1.1 respectively for AASHTO Load Group VII.
46
47 2. The wall surcharge conditions (backfill slope) shown in the Plans.
48
49 3. If a highway is adjacent to and on top of the wall, a two foot surcharge shall be
50 used in the design.
51
52 4. If the Plans detail a traffic barrier on top of the wall, the barrier and wall shall be
53 capable of resisting a 10,000 pound horizontal load applied at the top of the barrier.
54
55 5. The geotechnical design parameters for the wall shall be as specified in the Special
56 Provisions.
57
58 A minimum of six sets of working drawings shall be fully detailed and shall include, but not
59 be limited to, the following items:
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 49
L�
fl
1
r�
t
t
t
1
1
2
1. A plan and elevation sheet or sheets for each wall, containing the following:
3
4
a. An elevation view of the wall which shall include the following:
5
6
i. the elevation at the top of the wall, at all horizontal and vertical
7
break points, and at least every 50 feet along the wall;
1
8
9
ii. elevations, at the base of welded wire mats or the top of leveling
10
pads and foundations, and the distance along the face of the wall
11
to all steps in the welded wire mats, foundations and leveling
� �
12
p ads;
13
14
iii. the designation as to the type of panel, block, or module;
15
16
iv. the length, size, and number of geogrids or mesh or strips, and
17
the distance along the face of the wall to where changes in
18
length of the geogrids or mesh or strips occur; or
19
20
v. the length, size, and wire sizes and spacings of the welded wire
21
mats and backing mats, and the distance along the face of the
22
wall to where changes in length, size, and wire sizes and
23
spacings of the welded wire mats and backing mats occur; and
24
25
vi. the location of the original and final ground line.
26
27
b. A plan view of the wall which shall indicate the offset from the construction
28
centerline to the face of the wall at all changes in horizontal alignment; the
29
limit of the widest module, geogrid, mesh, strip or welded wire mat, and
1
30
the centerline of any drainage structure or drainage pipe which is behind
31
or passes under or through the wall.
32
33
c. General notes, if any, required for design and construction of the wall.
34
35
d. All horizontal and vertical curve data affecting wall construction.
---
36
37
e. A listing of the summary of quantities provided on the elevation sheet of
38
each wall for all items including incidental items.
39
40
f. Cross-section showing limits of construction. In fill sections, the Cross -
41
section shall show the limits and extent of select granular backfill material
42
placed above original ground.
43
44
g. Limits and extent of reinforced soil volume.
45
46
2. All details including steel reinforcing bar bending details. Bar bending details shall
47
be in accordance with Section 9-07.1.
48
49
3. All details for foundations and leveling pads, including details for steps in the
50
foundations or leveling pads, as well as allowable and actual maximum bearing
51
pressures for AASHTO Load Groups I and VII.
52
53
4. All modules and facing elements shall be detailed. The details shall show all
54
dimensions necessary to construct the element, all steel reinforcing bars in the
55
element, and the location of reinforcement element attachment devices embedded
56
in the precast concrete facing panel or concrete block.
57
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 50
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005 51
1
5. All details for construction of the wall around drainage facilities, sign, signal,
2
luminaire, and noise barrier wall foundations, and structural abutment and
3
foundation elements shall be clearly shown.
4
5
6. All details for connections to traffic or pedestrian barriers, coping, parapets, noise
6
barrier walls, and attached lighting shall be shown.
7
8
7. All details for the traffic or pedestrian barrier attached to the top of the wall (if shown
9
in the Plans) including interaction with bridge approach slabs.
10
11
The Contractor shall not begin wall construction (including precast concrete facing panel
'
12
fabrication) until receiving the Engineer's written approval of the material certifications and
13
test results, design calculations and working drawing submittals.
14
15
6-13.3(3) Excavation and Foundation Preparation
16
Excavation shall conform to Section 2-09.3(4) and to the limits and construction stages
17
shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced
18
in accordance with Section 2-09.3(1)C. The foundation for the structure shall be graded
19
level for a width equal to or exceeding the length of reinforcing as shown in the structural
20
earth wall working drawings as approved by the Engineer and, for walls with geogrid
21
reinforcing, in accordance with Section 2-12.3. Prior to wall construction, the foundation, if
22
not in rock, shall be compacted as approved by the Engineer.
23
24
At the foundation level of the bottom course of precast concrete facing panels and concrete
25
blocks, an unreinforced concrete leveling pad shall be provided as shown in the Plans. The
26
leveling pad shall be cured a minimum of 12 hours and have a minimum compressive
27
strength of 1500 psi before placement of the precast concrete facing panels or concrete
28
blocks.
29
30
6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication
31
Concrete for precast concrete facing panels shall meet the following requirements:
32
33
1. Have a minimum 28 day compressive strength of 4,000 pounds per square inch,
34
unless otherwise specified in the Special Provisions for specific proprietary wall
35
systems.
36
37
_ 2. Contain awater-reducing admixture meeting AASHTO M 194 Type A, D, F, or G.
38
39
3. Be air -entrained, 6 percent± 1 1/2 percent.
40
41
4. Have a maximum slump of four inches, or six inches if a Type F or G water reducer
42
is used.
43
44
Concrete for dry cast concrete blocks shall meet the following requirements:
45
46
1. Have a minimum 28 day compressive strength of 4,000 psi.
47
48
2. Conform to ASTM C 1372, except as otherwise specified.
49
50
3. The lot of blocks produced for use in this project shall conform to the following
51
freeze -thaw test requirements when tested in accordance with ASTM C 1262.
52
Minimum acceptable performance shall be defined as weight loss at the conclusion
53
of 150 freeze -thaw cycles not exceeding one percent of the block's initial weight for
54
a minimum of four of the five block specimens tested.
55
56
4. The concrete blocks shall have a maximum water absorption of one percent above
57
the water absorption content of the lot of blocks produced and successfully tested
58
for the freeze -thaw test specified in item 3 above.
59
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005 51
1 Precast concrete facing panels and concrete blocks will be accepted based on successful
2 compressive strength tests and visual inspection. The precast concrete facing panels and
3 concrete blocks shall be considered acceptable regardless of curing age when compressive
4 test results indicate that the compressive strength conforms to the 28 -day requirements and
5 when the visual inspection is satisfactorily completed. Testing and inspection of precast
6 concrete facing panels shall conform to Section 6-02.3(28). Testing and inspection of dry
7 cast concrete blocks shall conform to ASTM C 140.
8
9 All precast concrete facing panels shall be five feet square, except:
10
11 1. for partial panels at the top, bottom, and ends of the wall, and
12
1.3 2. as otherwise shown in the Plans.
14
15 All precast concrete facing panels shall be manufactured within the following tolerances:
16
17 1. All dimensions ± 3/16 inch.
18
19 2. Squareness, as determined by the difference between the two diagonals, shall not
20 exceed 1/2 inch.
21
22 3. Surface defects on smooth formed surfaces measured on a length of 5 feet shall
23 not exceed 1/8 inch. Surface defects on textured -finished surfaces measured on a
24 length of five feet shall not exceed 5/16 inch.
25
26 All concrete blocks shall be manufactured within the following tolerances:
27
28 1. Vertical dimensions shall be + 1/16 inch of the plan dimension, and the rear height
29 shall not exceed the front height.
30
31 2. The dimensions of the grooves in the top and bottom faces of the concrete blocks
32 shall be formed within the tolerances specified by the proprietary wall manufacturer,
33 for the fit required for the block connectors.
34
35 3. All other dimensions shall be ± 1/4 inch of the plan dimension.
36
37 Tie attachment devices, except for geosynthetic reinforcement, shall be set in place to the
38 dimensions and tolerances shown in the Plans prior to casting.
39
40 The forms forming precast concrete facing panels, including the forms for loop pockets and
41 access pockets, and the forms forming the concrete blocks, shall be removed in accordance
42 with the recommendations of the wall manufacturer, without damaging the concrete.
43
44 The concrete surface for the precast concrete facing panel shall have the finish shown in the
45 Plans for the front face and an unformed finish for the rear face. The rear face of the precast
46 concrete facing panel shall be roughly screeded to eliminate open pockets of aggregate and
47 surface distortions in excess of 1/4 inch.
48
49 The concrete surface for the front face of the concrete block shall be flat, and shall be a
50 conventional "split face" finish in accordance with the wall manufacturer's specifications.
51 The concrete surface of all other faces shall be Class 2 in accordance with Section 6-
52 O2.3(14)B. The finish and appearance of the concrete blocks shall also conform to ASTM C
53 1372. The color of the concrete block shall be concrete gray, unless otherwise shown in the
54 Plans.
55
56 The date of manufacture, production lot number, and the piece -mark, shall be clearly marked
57 on the rear face of each precast concrete facing panel, and marked or tagged on each pallet
58 of concrete blocks.
59
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005 52
1 All precast concrete facing panels and concrete blocks shall be handled, stored, and shipped
2 in accordance with Sections 6-02.3(28)G and 6-02.3(28)H to prevent chipping, cracks,
3 fractures, and excessive bending stresses.
4
5 Precast concrete facing panels in storage shall be supported on firm blocking located
6 immediately adjacent to tie strips to avoid bending the tie strips.
7
8 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection
9 The precast concrete facing panels shall be placed vertically. During erection, precast
10 concrete facing panels shall be handled by means of a lifting device set into the upper edge
11 of the panels.
12
13 Concrete blocks shall be erected in a running bond fashion in accordance with the wall
14 manufacturer's field construction manual, and may be placed by hand. The top surface of
15 each course of concrete blocks, including all pockets and recesses, shall be cleaned of
16 backfill and all extraneous materials prior to connecting the reinforcing strips or geosynthetic
17 reinforcing, and placing the next course of concrete blocks. Concrete blocks receiving
18 geosynthetic reinforcement shall be connected as specified in the Special Provisions. Cap
19 block top courses shall be bonded to the lower course of concrete blocks as specified below.
20 All other concrete blocks shall be connected with block connectors or pins placed into the
21 connector slots.
22
23 Precast concrete facing panels and concrete blocks shall be placed in successive horizontal
24 lifts as backfill placement proceeds in the sequence shown in the structural earth wall
25 working drawings as approved by the Engineer.
26
27 External bracing is required for the initial lift for precast concrete facing panels.
28
29 As backfill material is placed behind the precast concrete facing panels, the panels shall be
30 maintained in vertical position by means of temporary wooden wedges placed in the joint at
31 the junction of the two adjacent panels on the external side of the wall.
32
33 Reinforcing shall be placed normal to the face of the wall, unless otherwise shown in the
34 Plans or directed by the Engineer. Prior to placement of the reinforcing, backfill shall be
35 compacted.
36
37 Geosynthetic reinforcing shall be placed in accordance with Section 2-12.3 and as follows:
38
39 1. The Contractor shall stretch out the geosynthetic in the direction perpendicular to
40 the wall face to remove all slack and wrinkles, and shall hold the geosynthetic in
41 place with soil piles or other methods as recommended by the geosynthetic
42 manufacturer, before placing backfill material over the geosynthetic to the specified
43 cover.
44
45 2. The geosynthetic reinforcement shall be continuous in the direction perpendicular
46 to the wall face from the back face of the concrete panel to the end of the
47 geosynthetic or to the last geogrid node at the end of the specified reinforcement
48 length. Geosynthetic splices parallel to the wall face will not be allowed.
49
50 At the completion of each course of concrete blocks and prior to installing any block
51 connectors or geosynthetic reinforcement at this level, the Contractor shall check the blocks
52 for level placement in all directions, and shall adjust the blocks by grinding or rear face
53 shimming, or other method as recommended by the structural earth wall manufacturer's
54 representative and as approved by the Engineer, to bring the blocks into a level plane.
55
56 For concrete block wall systems receiving a cap block top course, the cap blocks shall be
57 bonded to the lower course with mortar, or with an adhesive capable of bonding the concrete
58 block courses together.
59
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 53
1 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection
2 The Contractor shall erect the welded wire wall reinforcement in accordance with the wall
3 manufacturer's field construction manual and as approved by the Engineer. Construction
4 geotextile for wall facing shall be placed between the backfill material within the reinforced
5 zone and the coarse granular material immediately behind the welded wire wall facing, as
6 shown in the Plans and the structural earth wall working drawings as approved by the
7 Engineer.
8
9 6-13.3(7) Backfill
10 Backfill placement shall closely follow erection of each course of welded wire mats and
11 backing mats, precast concrete facing panels, or concrete blocks. Backfill shall be placed in
12 such 'a manner as to avoid any damage or disturbance to the wall materials or misalignment
13 of the welded wire mats and backing mats, precast concrete facing panels, or concrete
14 blocks. Backfill shall be placed in a manner that segregation does not occur.
15
16 The Contractor shall place wall backfill over geosynthetic reinforcement, or construction
17 geotextile for wall facing, in accordance with Section 2-12.3 and as follows:
18
19 1. The Contractor shall ensure that six inches minimum of backfill shall be between
20 the geogrid reinforcement, or construction geotextile for wall facing, and any
21 construction vehicle or equipment tires or tracks at all times.
22
23 Misalignment or distortion of the precast concrete facing panels or concrete blocks due to
24 placement of backfill outside the limits of this specification shall be corrected in a manner as
25 approved by the Engineer.
26
27 The moisture content of the backfill material prior to and during compaction shall be
28 uniformly distributed throughout each layer of material. The moisture content of all backfill
29 material shall conform to Sections 2-O3.3(14)C and 2-O3.3(14)D.
30
31 Backfill shall be compacted in accordance with Method C of Section 2-O3.3(14)C, except as
32 follows:
33
34 1. The maximum lift thickness after compaction shall not exceed ten inches.
35
36 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the
37 specified density.
38
39 3. The Contractor shall not use sheepsfoot rollers or rollers with protrusions for
40 compacting backfill reinforced with geosynthetic layers, or for compacing the first lift
41 of backfill above the construction geosynthetic for wall facing for each layer of
42 welded wire mats. Rollers shall have sufficient capacity to achieve compaction
43 without causing distortion to the face of the wall in accordance with the tolerances
44 specified in Section 6-13.3(1).
45
46 4. The Contractor shall compact the zone within three feet of the back of the wall
47 facing panels without causing damage to or distortion of the wall facing elements
48 (welded wire mats, backing mats, construction geotextile for wall facing, precast
49 concrete facing panels, and concrete blocks) by using light mechanical tampers as
50 approved by the Engineer. No soil density tests will be taken within this area.
51
52 5. For wall systems with geosynthetic reinforcement, the minimum compacted backfill
53 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six
54 inches.
55
56 At the end of each day's operation, the Contractor shall shape the last level of backfill to
57 permit runoff of rainwater away from the wall face. In addition, the Contractor shall not allow
58 surface runoff from adjacent areas to enter the wall construction site.
59
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 54
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
Wall materials damaged or disturbed during backfill placement shall be either removed and
replaced, or adjusted and repaired, by the Contractor as approved by the Engineer at no
additional expense to the Contracting Agency.
6-13.3(8) Guardrail Placement
Where guardrail posts are required, the Contractor shall not begin installing guardrail posts
until completing the structural earth wall to the top of wall elevation shown in the Plans. The
Contractor shall install the posts in a manner that prevents movement of the precast
concrete facing panels or concrete blocks, and prevents ripping, tearing, or pulling of the wall
reinforcement.
The Contractor may cut welded wire reinforcement of welded wire faced structural earth
walls to facilitate placing the guardrail posts, but only in the top two welded wire
reinforcement layers and only with the approval of. the Engineer in a manner that prevents
bulging of the wall face and prevents ripping or pulling of the welded wire reinforcement.
Holes through the welded wire reinforcement shall be the minimum size necessary for -the
post. The Contractor shall demonstrate to the Engineer prior to beginning guardrail post
installation that the installation method will not rip, tear, or pull the wall reinforcement.
The Contractor shall place guardrail posts between the reinforcing strips, reinforcing mesh,
and tie strips of the non-geosynthetic reinforced precast concrete panel or concrete block
faced structural earth walls. Holes through the reinforcement of geosynthetic reinforced
walls, if necessary, shall be the minimum size necessary for the guardrail post.
6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with
Sections 6-O2.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth
wall working drawings as approved by the Engineer:
6-13.4 Measurement
Structural earth wall will be measured by the square foot of completed wall in place. The
bottom limits for vertical measurement will be the bottom of the bottom mat, for welded wire
faced structural earth walls, or the top of the leveling pad (or bottom of wall if no leveling pad
is present) for precast concrete panel or concrete block faced structural earth walls. The top
limit for vertical measurement will be the top of wall as shown in the Plans. The horizontal
limits for measurement are from the end of the wall to the end of the wall.
Backfill for structural earth wall including haul will be measured by the cubic yard in place
determined by the limits shown in the Plans.
SEW traffic barrier, and SEW pedestrian barrier will be measured as specified in Section 6-
10.4 for cast -in-place concrete barrier.
Structure excavation Class B, structure excavation Class B including haul, and shoring or
extra excavation Class B, will be measured in accordance with Section 2-09.4.
6-13.5 Payment
Payment will be made in accordance with Section 1-04.1 for each of the following bid items
when they are included in the proposal:
"Structural Earth Wall", per square foot.
All costs in connection with furnishing materials for, and constructing, structural earth
walls, including constructing leveling pads when specified, shall be included in the unit
contract price per square foot for "Structural Earth Wall".
"Backfill for Structural Earth Wall Incl. Haul", per cubic yard.
All costs in connection with furnishing and placing backfill for structural earth wall,
including hauling and compacting the backfill, and furnishing and placing the wall facing
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 55
1
Cl
i
1
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
backfill for welded wire faced structural earth walls, shall be included in the unit contract
price per cubic yard for "Backfill for Structural Earth Wall Incl. Haul".
"SEW Traffic Barrier', per linear foot.
"SEW Pedestrian Barrier', per linear foot.
The unit contract price per linear foot for "SEW Barrier' shall be full pay for
constructing the barrier on top of the structural earth wall, except that when these bid
items are not included in the proposal, all costs in connection with performing the work
as specified shall be included in the unit contract price per square foot for "Structural
Earth Wall".
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
"Shoring Or Extra Excavation Class B", per square foot.-
SECTION
oot:
SECTION 6-14, GEOSYNTHETIC RETAINING WALLS
April 4, 2005
6-14.1 Description
This work consists of constructing geosynthetic retaining walls, including those shown in the
Standard Plans.
6-14.2 Materials
Materials shall meet the requirements of the following sections:
Gravel Borrow For Geosynthetic Retaining Wall 9-03.14(4)
Construction Geosynthetic 9-33
The requirements specified in Section 2-12.2 for geotextiles shall also apply to geosynthetic
and geogrid materials used for permanent and temporary geosynthetic retaining walls.
Other materials required shall be as specified in the Special Provisions.
6-14.3 Construction Requirements
Temporary geosynthetic retaining walls are defined as those walls and wall components
constructed and removed or abandoned before the physical completion date of the project or
as shown in the Plans. All other geosynthetic retaining walls shall be considered as
permanent.
6-14.3(1) Quality Assurance
The Contractor shall complete the base of the retaining wall excavation to within plus or
minus three inches of the staked elevations unless otherwise directed by the Engineer. The
Contractor shall place the external wall dimensions to within plus or minus two inches of that
staked on the ground. The Contractor shall space the reinforcement layers vertically and
place the overlaps to within plus or minus one inch of that shown in the Plans.
The completed wall(s) shall meet the following tolerances:
Deviation from the design
batter and horizontal alignment
for the face when measured
along a ten foot straight edge at
the midpoint of each wall layer
shall not exceed:
Deviation from the overall
design batter per ten feet. of wall
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005
Permanent Wall
611
3 inches
Temporary Wall
5 inches
1
2
3
4
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
'57
58
height shall not exceed:
Maximum outward bulge of
the face between backfill
reinforcement layers shall
not exceed:
2 inches 3 inches
4 inches 6 inches
6-14.3(2) Submittals
A minimum of 14 calendar days prior to beginning construction of each wall the Contractor
shall submit detailed plans for each wall in accordance with Section 6-01.9. As a minimum,
the submittals shall include the following:
1. Detailed wall plans showing the actual lengths proposed for the geosynthetic
reinforcing layers and the locations of each geosynthetic product proposed for use
in each of the geosynthetic reinforcing layers.
2. The Contractor's proposed wall construction method, including proposed forming
systems, types of equipment to be used and proposed erection sequence.
3. Manufacturer's Certificate of Compliance, samples of the retaining wall
geosynthetic and sewn seams for the purpose of acceptance as specified.
4. Details of geosynthetic retaining wall corner construction, including details of the
positive connection between the wall sections on both sides of the corner.
5. Details of terminating a top layer of retaining wall geosynthetic and backfill due to a
changing retaining wall profile.
Approval of the Contractor's proposed wall construction details and methods shall not relieve
the Contractor of their responsibility to construct the walls in accordance with the
requirements of these Specifications.
6-14.3(3) Excavation and Foundation Preparation
Excavation shall conform to Section 2-09.3(4), and to the limits and construction stages
shown in the Plans. Foundations soils found to be unsuitable shall be removed and
replaced in accordance with Section 2-O9.3(1)C.
The Contractor shall direct all surface runoff from adjacent areas away from the retaining
wall construction site.
6-14.3(4) Erection and Backfill
The Contractor shall begin wall construction at the lowest portion of the excavation and shall
place each layer horizontally as shown in the Plans. The Contractor shall complete each
layer entirely before beginning the next layer.
Geotextile splices shall consist of a sewn seam or a minimum 1'-0" overlap. Geogrid splices
shall consist of adjacent geogrid strips butted together and fastened using hog rings, or other
methods approved by the Engineer, in such a manner to prevent the splices from separating
during geogrid installation and backfilling. Splices exposed at the wall face shall prevent loss
of backfill material through the face. The splicing material exposed at the wall face shall be
as durable and strong as the material to which the splices are tied. The Contractor shall
offset geosynthetic splices in one layer from those in the other layers such that the splices
shall not line up vertically. Splices parallel to the wall face will not be allowed, as shown in
the Plans.
The Contractor shall stretch out the geosynthetic in the direction perpendicular to the wall
face to ensure that no slack or wrinkles exist in the geosynthetic prior to backfilling.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 57
11
1
1
t
1
t
1 For geogrids, the length of the reinforcement required as shown in the Plans shall be defined
2 as the distance between the geosynthetic wrapped face and the last geogrid node at the end
3 of the reinforcement in the wall backfill.
4
5 The Contractor shall place fill material on the geosynthetic in lifts such that six inches
6 minimum of fill material is between the vehicle or equipment tires or tracks and the
7 geosynthetic at all times. The Contractor shall remove all particles within the backfill material
8 greater than three inches in size. Turning of vehicles on the first lift above the geosynthetic
9 will not be permitted. The Contractor shall not end dump fill material directly on the
10 geosynthetic,without the prior approval of the Engineer.
11
12 Should the geosynthetic be damaged or the splices disturbed, the backfill around the
13 damaged or displaced area shall be removed and the damaged strip of geosynthetic
14 replaced by the Contractor at no expense to the Contracting Agency.
15
16 The Contractor shall use a temporary form system to prevent sagging of the geosynthetic
17 facing elements during construction. A typical example of a temporary form system and
18 sequence of wall construction required when using this form are detailed in the Plans. Soil
19 piles or the geosynthetic manufacturer's recommended method, in combination with the
20 forming system shall be used, to hold the geosynthetic in place until the specified cover
21 material is placed.
22
23 The Contractor shall place and compact the wall backfill in accordance with the wall
24 construction sequence detailed in the Plans and Method C of Section 2-O3.3(14)D, except as
25 follows:
26
27 1. The maximum lift thickness after compaction shall not exceed ten inches
28
29 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the
30 specified density.
31
32 3. Rollers shall have sufficient capacity to achieve compaction without causing
33 distortion to the face of the wall in accordance with Section 6-14.3(1).
34
35 4. The Contractor shall not use sheepsfoot rollers or rollers with protrusions.
36
37 5. The Contractor shall compact the zone within three feet of the back of the wall
38 facing panels without causing damage to or distortion of the wall facing elements
39 (welded wire mats, backing mats, construction geotextile for wall facing, precast
40 concrete facing panels, and concrete blocks) by using light mechanical tampers as
41 approved by the Engineer. No soil density tests will be taken within this area.
42
43 6. For wall systems with geosynthetic reinforcement, the minimum compacted backfill
44 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six
45 inches.
46
47 The Contractor shall construct wall corners at the locations shown in the Plans, and in
48 accordance with the wall corner construction sequence and method submitted by the
49 Contractor and approved by the Engineer. Wall angle points with an interior angle of less
50 than 150 degrees shall be considered to be a wall corner. The wall corner shall provide a
51 positive connection between the sections of the wall on each side of the corner such that the
52 wall backfill material cannot spill out through the corner at any time during the design life of
53 the wall. The Contractor shall construct the wall corner such that the wall sections on both
54 sides of the corner attain the full geosynthetic layer embedment lengths shown in the Plans.
55
56 Where required by retaining wall profile grade, the Contractor shall terminate top layers of
57 retaining wall geosynthetic and backfill in accordance with the method submitted by the
58 Contractor and approved by the Engineer. The end of each layer at the top of the wall shall
59 be constructed in a manner which prevents wall backfill material from spilling out the face of
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 58
SW 27TH STJSTRANDER BLVD. CONNECTION ,
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 59 1
1
the wall throughout the life of the wall. If the profile of the to of the wall changes at a rate of
9 P P 9
2
1:1 or steeper, this change in top of wall profile shall be considered to be a corner.
3
4
6-14.3(5) Guardrail Placement
5
The Contractor shall install guardrail posts as shown in the Plans after completing the wall,
6
but before the permanent facing is installed. The Contractor shall install the posts in a
7
manner that prevents bulging of the wall face and prevents ripping, tearing, or pulling of the
8
geosynthetic reinforcement. Holes through the geosynthetic reinforcement shall be the
9
minimum size necessary for the post. The Contractor shall demonstrate to the Engineer
10
prior to beginning guardrail post installation that the installation method will not rip, tear, or
11
pull the geosynthetic reinforcement.
12
13
6-14.3(6) Permanent Facing
14
The Contractor shall apply a permanent facing to the surface of all permanent geosynthetic
'
15
retaining walls as shown in the Plans. Shotcrete facing, if shown in the Plans, shall conform
16
to Section 6-18. Concrete fascia panel, if shown in the Plans, shall conform to Section 6-
17
15.3(9).
18
19
20
6-14.3(7) Geosynthetic Retaining Wall Traffic Barrier and Geosynthetic
Retaining Wall Pedestrian Barrier
21
Geosynthetic wall traffic barrier (single slope and f -shape) and geosynthetic retaining wall
22
pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-
,
23
10.3(2), and the details in the Plans.
24
25
6-14.4 Measurement
26
Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be
27
measured by the square foot of face of completed wall.
28
29
Borrow for geosynthetic retaining wall backfill will be measured as specified in Section 2-
30
03.4.
31
32
Shotcrete facing and concrete fascia panel will be measured by the square foot surface area
33
of the completed facing or fascia panel, measured to the neat lines of the facing or panel as
34
shown in the Plans.
35
36
Geosynthetic wall single slope traffic barrier, geosynthetic wall f -shape traffic barrier, and
37
geosynthetic retaining wall pedestrian barrier will be measured as specified in Section 6-10.4
38
for cast -in-place concrete barrier.
39
40
Structure excavation Class B, structure excavation Class B including haul, and shoring or
'
41
extra excavation Class B, will be measured in accordance with Section 2-09.4.
42
43'
6-14.5 Payment
44
Payment will be made in accordance with Section 1-04.1 for each of the following bid items
'
45
when they are included in the proposal:
46
47
"Geosynthetic Retaining Wall", per square foot.
48
"Temporary Geosynthetic Retaining Wall", per square foot.
49
All costs in connection with constructing the temporary or permanent geosynthetic
50
retaining wall as specified shall be included in the unit contract price per square foot for
"Temporary
51
"Geosynthetic Retaining Wall" and Geosynthetic Retaining Wall", including
52
compaction of the backfill material and furnishing and Installing the temporary forming
53
system.
54
55
"Borrow for Geosynthetic Wall Incl. Haul", per ton or per cubic yard.
56
All costs in connection with furnishing and placing backfill material for temporary or
57
permanent geosynthetic retaining walls as specified shall be included in the unit contract
58
price per ton or per cubic yard for "Borrow for Geosynthetic Wall Incl. Haul".
,
59
SW 27TH STJSTRANDER BLVD. CONNECTION ,
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 59 1
1
2
3
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
"Concrete Fascia Panel", per square foot.
All costs in connection with constructing the concrete fascia panels as specified shall be
included in the unit contract price per square foot for "Concrete Fascia Panel", including
all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
sealant, pvc pipe for weep holes, exterior surface, finish, and pigmented sealer (when
specified). .
Shotcrete facing will be paid for in accordance with Section 6-18.5.
"Geosynthetic Wall Single Slope Traffic Barrier", per linear foot.
"Geosynthetic Wall F -Shape Traffic Barrier", per linear foot.
"Geosynthetic Retaining Wall Pedestrian Barrier", per linear foot.
The unit contract price per linear foot for "Geosynthetic Wall Single Slope Traffic
Barrier", "Geosynthetic Wall F -Shape Traffic Barrier", and "Geosynthetic Retaining Wall
Pedestrian Barrier" shall be full pay for constructing the barrier on top of the
geosynthetic retaining wall.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
"Shoring Or Extra Excavation Class B", per square foot.
SECTION 6-15, SOIL NAIL WALLS
April 5, 2004
6-15.1 Description
This work consists of constructing soil nail walls.
6-15.2 Materials
Materials shall meet the requirements of the following section:
Prefabricated Drainage Mat
9-33.2(3)
Other materials required, including materials for soil nails, shall be as specified in the Special
Provisions.
6-15.3 Construction Requirements
6-15.3(1) General Description
Soil nailing shall consist of excavating to the layer limits shown in the Plans, drilling holes at
the specified angle into the native material, placing and grouting epoxy coated or
encapsulated steel reinforcing bars (soil nails) in the drilled holes, placing prefabricated
drainage material and steel reinforcement, and applying a shotcrete facing over the steel
reinforcement. After completing the wall to full height, the Contractor shall construct the
concrete fascia panels as shown in the Plans.
All proprietary items used in the soil nailed structure shall be installed in accordance with the
manufacturer's recommendations. In the event of a conflict between the manufacturer's
recommendations and these specifications, these specifications shall prevail.
6-15.3(2) Contractor's Experience Requirements
The Contractor or Subcontractor performing this work shall have completed at least five
projects, within the last five years, involving construction of retaining walls using soil nails or
ground anchors or shall have completed the construction of two or more projects totaling at
least 15,000 square feet of retaining wall with a minimum total of 500 soil nails or ground
anchors.
The Contractor shall assign an engineer with at least three years of experience in the design
and construction of permanently anchored or nailed structures to supervise the work. The
Contractor shall not use consultants or manufacturer's representatives in order to meet the
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 60
1
requirements of this section. Drill operators and on-site supervisors shall have a minimum of
2
one year experience installing permanent soil nails or ground anchors.
3
4
Contractors or Subcontractors that are specifically prequalified in Class 36 work will be
5
considered to have met the above experience requirements.
6
7
6-15.3(3) Submittals
8
Work shall not begin on any soil nail wall system until the Engineer has approved all of the
,
9
required submittals. The Contractor shall submit the following information in accordance
10
with Section 6-01.9 not less than 30 calendar days prior to the start of wall excavation.
11
1. A brief description of each project satisfying the Contractors Experience
,12
13
Requirements with the Owner's name and current phone number (this item is
14
not required if the Contractor or Subcontractor is prequalified in. Class 36).
15
,
16
2. A list identifying the following personnel assigned to this project and their
17
experience with permanently anchored or nailed structures:
18
a. Supervising Engineer
,19
20
21
b. Drill Operators
22
23
c. On-site Supervisors who will be assigned to the project.
24
25
26
3. The proposed detailed construction procedure which includes:
,
27
a. Proposed method(s) of excavation of the soil and/or rock.
28
29
b. A plan for the removal and control of groundwater encountered during
30
excavation, drilling, and other earth moving activities. Include a list of the
31
equipment used to remove and control groundwater.
32
33
c Proposed drilling methods and equipment.
34
35
d. Proposed hole diameter(s).
36
37
e. Proposed method of soil nail installation.
,
38
39
f. Grout mix design and procedures for placing the grout.
40
g. Shotcrete mix design with compressive strength test results.
,41
42
43
h. Procedures for placing the shotcrete (include placement in conditions
44
when ground water is encountered).
,
45
46
i. Encapsulation system for additional corrosion protection selected for the
47
soil nails and anchorages requiring encapsulation.
48
49
4. Detailed working drawings of the method proposed for the soil nail testing which
50
includes:
51
52
a. All necessary drawings and details to clearly describe the proposed
53
system of jacking support, framing, and bracing to be used during testing.
54
55
b. Calibration data for each load cell, test jack, pressure gauge, stroke
56
counter on the grout pump, and master gauge to be used. The calibration
,
57
tests shall have been performed by an independent testing laboratory, and
58
tests shall have been performed within 60 calendar days of the date
59
submitted. Testing or work shall not commence until the Engineer has
t
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
61
1 approved the load cell, jack, pressure gage, and master pressure gauge
2 calibrations.
3
4 5. Certified mill test results and typical stress -strain curves along with samples from
5 each heat, properly marked, for the soil nail steel. The typical stress -strain curve
6 shall be obtained by approved standard practices. The guaranteed ultimate
7 strength, yield strength, elongation, and composition shall be specified.
8
9 6-15.3(4) Preconstruction Conference
10 A soil nail preconstruction conference shall be held at least five working days prior to the
11 Contractor beginning any permanent soil nail work at the site to discuss construction
12 procedures, personnel and equipment to be used. The list of materials specified on the
13 Record of Materials Form (ROM) for this item of work will also be discussed. Those
14 attending shall include:
15
16 1. (representing the Contractor) The superintendent, on site supervisors, and all
17 foremen in charge of excavating the soil face, drilling the soil nail hole, placing the
18 soil nail and grout, placing the shotcrete facing, and tensioning and testing the soil
19 nail.
20
21 2. (representing the Contracting Agency) The Project Engineer, key inspection
22' personnel, and representatives from the WSDOT Construction Office and Materials
23 Laboratory Geotechnical Services Branch.
24
25 If the Contractor's key personnel change, or if the Contractor proposes a significant revision
26 of the approved permanent soil nail installation plan, an additional conference shall be held
27 before any additional permanent soil nail operations are performed.
28
29 6-15.3(5) Earthwork
30 The ground contour above the wall shall be established to its final configuration and
31 backslope as shown in the Plans prior to beginning excavation of the soil for the first row of
32 soil nails. All excavation shall conform to Section 2-03.
33
34 The excavation shall proceed from the top down in a horizontal lift sequence with the ground
35 level excavated no more than 3 feet below the elevation of the row of nails to be installed in
36 that lift. The excavated vertical wall face should not be left open more than 24 hours for any
37 reason. A lift shall not be excavated until the nail installation and reinforced shotcrete
38 placement for the preceding lift has been completed and accepted. After a lift is excavated,
39 the cut surface shall be cleaned of all loose materials, mud, rebound, and other foreign
40 matter that could prevent or reduce shotcrete bond.
41
42 The accuracy of the ground cut shall be such that the required thickness of shotcrete can be
43 placed within a tolerance of plus or minus 2 inches from the defined face of the wall, and
44 overexcavation does not damage overlying shotcrete sections by undermining or other
45 causes.
46
47 The Contractor should review the geotechnical recommendations report prepared for this
48 project for further information on the soil conditions at the location of each wall. Copies of
49 the geotechnical recommendations report are available for review by prospective bidders at
50 the location identified in the Special Provisions.
51
52 6-15.3(6) Soil Nailing
53 The Contractor shall not handle and transport the encapsulated soil nails until the
54 encapsulation grout has reached sufficient strength to resist damage during handling. The
55 Contractor shall handle the encapsulated soil nails in such a manner to prevent large
56 deflections or distortions during handling. When handling or transporting encapsulated soil
57 nails, the Contractor shall provide slings or other equipment necessary to prevent damage to
58 the soil nails and the corrosion protection. The Engineer may reject any encapsulated nail
59 which is damaged during transportation or handling. Damaged or defective encapsulation
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 62
1 shall be repaired in accordance with the manufacturer's recommendations and as approved
2 by the Engineer.
3
4 Soil nails shall be handled and sorted in such a manner as to avoid damage or corrosion.
5 Prior to inserting a soil nail in the drilled hole, the Contractor and the Engineer will examine
6 the soil nail for damage. If, in the opinion of the Engineer, the epoxy coating or bar has been
7 damaged, the nail shall be repaired. If, in the opinion of the Engineer, the damage is beyond
8 repair, the soil nail shall be rejected.
9
10 If, in the opinion of the Engineer, the epoxy coating can be repaired, the Contractor shall
11 patch_ the coating with an Engineer approved patching material.
12
13 Nail holes shall be drilled at the locations shown in the Plans or as staked by the .Engineer.
14 The nails shall be positioned plus or minus 6 inches from the theoretical location shown in
15 the Plans. The Contractor shall select the drilling method and the grouting pressure used for
16 the installation of the soil nail. The drill hole shall be located so that the longitudinal axis of
17 the drill hole and the longitudinal axis of the nail are parallel. At the point of entry the soil nail
18 shall be installed within plus or minus three degrees of the inclination from horizontal shown
19 in the Plans, and the nail shall be within plus or minus three degrees of a line drawn
20 perpendicular to the face of the wall unless otherwise shown in the Plans.
21
22 Water or other liquids shall not be used to flush cuttings during drilling, but air may be used.
23 After drilling, the nail shall be installed and fully grouted before placing the shotcrete facing.
24 The nail shall be inserted into the drilled hole with centralizers to the desired depth in such a
25 manner as to prevent damage to the drilled hole, sheathing or epoxy during installation. The
26 centralizers shall provide a minimum of 0.5 inches of grout cover over the soil nail and shall
27 be spaced no further than eight feet apart. When the soil nail cannot be completely inserted
28 . into the drilled hole without difficulty, the Contractor shall remove the nail from the drilled hole
29 and clean or redrill the hole to permit insertion. Partially inserted soil nails shall not be driven
30 or forced into the hole. Subsidence, or any other detrimental impact from drilling shall be
31 cause for immediate cessation of drilling and repair of all damages in a manner approved by
32 the Engineer at no additional cost to the Contracting Agency.
33
34 If caving conditions are encountered, no further drilling will be allowed until the Contractor
35 selects a method to prevent ground movement. The Contractor may use temporary casing.
36 The Contractor's method to prevent ground movement shall be approved by the Engineer.
37 The casings for the nail holes, if used, shall be removed as the grout is being placed.
38
39 Where necessary for stability of the excavation face, a sealing layer of shotcrete may be
40 placed before drilling is started, or the Contractor shall have the option of drilling and
41 grouting of nails through a stabilizing berm of native soil at the face of the excavation. The
42 stabilizing berm shall extend horizontally from the soil face and from the face of the shotcrete
43 a minimum distance of one foot, and shall be cut down from that point at a safe slope, no
44 steeper than 1H:1V unless approved by the Engineer. The berm shall be excavated to final
45 grade after installation and full length grouting of the nails. Nails damaged during berm
46 excavation shall be repaired or replaced by the Contractor, to the satisfaction of the
47 Engineer, at no added cost to the Contracting Agency.
48
49 If sections of the wall are constructed at different times than the adjacent soil nail sections,
50 the Contractor shall use stabilizing berms, temporary slopes, or other measures, as
51 approved by the Engineer, to prevent sloughing.or failure of the adjacent soil nail sections.
52
53 If cobbles and boulders are encountered at the soil face during excavation, the Contractor
54 shall remove all cobbles and boulders that protrude from the soil face into the design wall
55 section and fill the void with shotcrete. All shotcrete used to fill voids created by removal of
56 cobbles and boulders shall be incidental to shotcrete facing.
57
58 The grout equipment shall produce a grout free of lumps and undispersed cement. A
59 positive displacement grout pump shall be used. The pump shall be equipped with a
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 63
1 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge
2 shall be capable of measuring pressures of at least 150 psi or twice the actual grout
3 pressures used by the Contractor, whichever is greater. The grouting equipment shall be
4 sized to enable the grout to be pumped in one continuous operation. The mixer shall be
5 capable of continuously agitating the grout.
6
7 The grout shall be injected from the lowest point of the drilled hole. The grout shall be
8 pumped through grout tubes after insertion of the soil nail. The quantity of the grout and the
9 grout pressures shall be recorded. The grout pressures and grout takes shall be controlled
10 to prevent excessive ground heave.
11
12 6-15.3(7) Shotcrete Facing
13 Prior tQ placing any shotcrete on an excavated layer, the Contractor shall vertically center
14 prefabricated drainage mat between the columns of nails as shown in the Plans. The
15 prefabricated drainage mat shall be installed in accordance with the manufacturer's
16 recommendations. The permeable drain side shall be placed against the exposed soil face.
17 The prefabricated drainage mat shall be installed after each excavation lift and shall be
18 hydraulically connected with the prefabricated drainage mat previously placed, such that the
19 vertical flow of water is not impeded. The Contractor shall tape all joints in the prefabricated
20 drainage mat to prevent shotcrete intrusion during shotcrete application.
21
22 The Contractor shall place steel reinforcing bars and welded wire fabric, and apply the
23 shotcrete facing in accordance with Section 6-18 and the details shown in the Plans.
24
25 The shotcrete shall be constructed to the minimum thickness as shown in the Plans. Costs
26 associated with additional thickness of shotcrete due to overexcavation or irregularities in the
27 cut face shall be borne by the Contractor.
28
29 Each soil nail shall be secured at the shotcrete facing with a steel plate as shown in the
30 Plans. The plate shall be seated on a wet grout pad of a pasty consistency similar to that of
31 mortar for brick -laying. The nut shall then be sufficiently tightened to achieve full bearing
32 surface behind the plate. After the shotcrete and grout have had time to gain the specified
33 strength, the nut shall be tightened with at least 100 foot-pounds of torque.
34
35 6-15.3(8) Soil Nail Testing and Acceptance
36 Both verification and proof testing of the nails is required. The Contractor shall supply all
37 materials, equipment, and labor to perform the tests. The Contractor shall submit all test
38 data to the Engineer.
39
40 The testing equipment shall include a dial gauge or vernier scale capable of measuring to
41 0.001 inch of the ground anchor movement. A hydraulic jack and pump shall be used to
42 apply the test load. The movement -measuring device shall have a minimum travel equal to
43 the theoretical elastic elongation of the total nail length plus 1 inch. The dial gauge or
44 vernier scale shall be aligned so that its axis is within 5 degrees from the axis of the nail and
45 shall be monitored with a reference system that is independent of the jacking system and
46 excavation face.
47
48 The jack and pressure gauge shall be calibrated by an independent testing laboratory as a
49 unit. Each load cell, test jack and pressure gauge, grout pump stroke counter, and master
50 gauge, shall be calibrated as specified in Section 6-15.3(3) item 4b. Additionally, the
51 Contractor shall not use load cells, test jacks and pressure gauges, grout pump stroke
52 counters, and master gauges, greater than 60 calendar days past their most recent
53 calibration date, until such items are re -calibrated by an independent testing laboratory.
54
55 The pressure gauge shall be graduated in 100 psi increments or less. The pressure gauge
56 will be used to measure the applied load. The pressure gauge shall be selected to place the
57 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of
58 the jack shall not be less than the theoretical elastic elongation of the total length at the
59 maximum test load plus 1 inch. The jack shall be independently supported and centered
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 64
1 over the nail so that the nail does not carry the weight of the jack. The Contractor shall have
2 a second calibrated jack pressure gauge at the site. Calibration data shall provide a specific
3 reference to the jack and the pressure gauge.
4
5 The loads on the nails during the verification and proof tests shall be monitored to verify
6 consistency of load — defined as maintaining the test load within five percent of the specified
7 value. Test loads less than 20,000 pounds shall be monitored by the jack pressure gauge.
8 Test loads equal to or greater than 20,000 pounds shall be monitored with an electric or
9 hydraulic load cell. The Contractor shall provide the load cell, the readout device, and a
10 recent calibration curve. The load cell shall be selected to place the maximum test load
11 within the middle two-thirds of the range of the load cell. The stressing equipment shall be
12 placed over the nail in such a manner that the jack bearing plates, load cell and stressing
13 anchorage are in alignment.
14
15 Nails to be tested shall be initially grouted no closer to the excavation face than the
16 dimension shown in the Plans. After placing the grout, the nail shall remain undisturbed until
17 the grout has reached a strength sufficient to provide resistance during testing. Grouting to
18 the excavation face shall be completed after successful testing has been performed. Test
19 nails which are not part of the permanent wall may be left in the ground, provided the drill
20 holes for the nails are completely filled with grout or non-structural filler after testing.
21
22 Load testing shall be performed against a temporary bearing yoke or reaction frame which
23 bears directly against the existing soil or the shotcrete facing. Temporary bearing pads shall
24 be kept a minimum of 12 inches from the edges of the drilled hole unless a rigid steel plate is
25 used to distribute the stress around the drilled hole. If a steel plate is used, it shall be a
26 minimum of 3 feet square and of sufficient thickness that it will distribute the load evenly to
27 the soil. Where the reaction frame bears directly against the shotcrete, the reaction frame
28 shall be designed to prevent fracture of the shotcrete. No part of the reaction frame shall
29 bear within 12 inches of the edge of the test nail blockout unless otherwise approved by the
30 Engineer.
31
32 6-15.3(8)A Verification Testing
33 Verification testing shall be performed on nails installed within the pattern of production nails
34 to verify the Contractor's procedures, hole diameter, and design assumptions. No drilling or
35 installation of production nails will be permitted in any ground/rock unit unless successful
36 verification testing of anchors in that unit has been completed and approved by the Engineer,
37 using the same equipment, methods, nail inclination, nail length, and hole diameter as
38 planned for the production nails. Changes in the drilling or installation method may require
39 additional verification testing as determined by the Engineer and shall be done at no
40 additional expense to the Contracting Agency. Verification tests may be performed prior to
41 excavation for the soil nail wall.
42
43 Successful verification tests are required within the limits as specified in the Special
44 Provisions. Test nail locations within these limits shall be at locations selected by the
45 Engineer.
46
47 The design details of the verification testing, including the system for distributing test load
48 pressures to the excavation surface and appropriate nail bar size and reaction plate, shall be
49 developed by the Contractor, subject to approval by the Engineer. The intent is to stress the
50 bond between the grout and the surrounding soil/rock to at least twice the design load
51 transfer.
52
53 The bar shall be proportioned such that the maximum stress at 200 percent of the test load
54 does not exceed 80 percent of the yield strength of the steel. The jack shall be positioned at
55 the beginning of the test such that unloading and repositioning of the jack during the test will
56 not be required. The verification tests shall be made by incrementally loading the nails in
57 accordance with the following schedule of hold time:
58
59 AL 1 minute
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 65
1 0.25TL 10 minutes
2 0.50TL 10 minutes
3 0.75TL 10 minutes
4 1.00TL 10 minutes
5 1.25TL 10 minutes
6 1.50TL 60 minutes
7 1.75TL 10 minutes
8 2.00TL 10 minutes
9 AL = Nail Alignment Load
10 TL = Nail Test Load
11
12 The test load shall be determined by the following equation = Test Load (TL) = Bond
13 Length (BL) X Design Load Transfer (DLT).
14
15 The load shall be applied in increments of 25 percent of the test load. Each load increment
16 shall be held for at least 10 minutes. Measurement of nail movement shall be obtained at
17 each load increment. The load -hold period shall start as soon as the load is applied and the
18 nail movement with respect to a fixed reference shall be measured and recorded at 1
19 minute, 2, 3, 5, 6, 10, 20, 30, 50, and 60 minutes.
20
21 The Engineer will evaluate the results of each verification test and make a determination of
22 the suitability of the test and of the Contractor's proposed production nail design and
23 installation system. Tests which fail to meet the design criteria will require additional
24 verification testing or an approved revision to the Contractor's proposed production nail
25 design and installation system. If a nail fails in creep, retesting will not be allowed.
26
27 A verification tested nail with a 60 minute load hold at 1.50TL is acceptable if:
28
29 1. The nail carries the test load with a creep rate that does not exceed 0.08 inch per
30. log cycle of time and is at a linear or decreasing creep rate.
31
32 2. The total movement at the test load exceeds 80 percent of the theoretical elastic
33 elongation of the non -bonded length.
34
35 Furthermore, a pullout failure shall not occur for the verification test anchor at the 2.OTL
36 maximum load. Pullout failure load is defined as the load at which attempts to increase the
37 test load result only in continued pullout movement of the test nail without a sustainable
38 increase in the test load.
39
40 The nails used for verification tests shall be sacrificial and shall not be used for production.
41 The Contractor shall cut and remove the exposed end of all soil nails used for verification
42 tests a minimum of two feet inside the finished groundline.
43
44 6-15.3(8)B Proof Testing
45 Proof tests shall be performed on production nails at the locations selected by the Engineer.
46 Up to five percent of the production nails will be tested. Prior to testing, only the bond length
47 (BL) portion of the nail shall be grouted. The Contractor shall.maintain the side-wall stability
48 of the drill hole for the non -grouted portion during the test. Once proof testing is completed,
49 the remainder of the proof tested nail shall be grouted. The bond length shall be determined
50 from the Nail Schedule and Test Nail Detail shown in the Plans.
51
52 Proof tests shall be performed by incrementally loading the nail in accordance with the
53 schedule below. The anchor movement shall be measured and recorded to the nearest
54 0.001 inch with respect to an independent fixed reference point in the same manner as for
55 the verification tests at the alignment load and at each increment of load. The load shall be
56 monitored in accordance with Section 6-15.3(8). The scheduling of hold times shall be as
57 follows:
58
59 AL 1 minute
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 66
i]
1 0.25TL 5 minutes
2 0.50TL 5 minutes
3 0.75TL 5 minutes
4 1.00TL 5 minutes
5 1.25TL 5 minutes
6 1.50TL 10 minutes
7 AL = Nail Alignment Load
8 TL = Nail Test Load
9
10 The maximum load in a proof test shall be held for 10 minutes. The load hold period shall
11 start as soon as the maximum load is applied and the nail movement with respect to an
12 independent fixed reference shall be measured and recorded at 1, 2, 3, 4, 5, 6, and 10
13 minutes. The nail movement between .1 minute and 10 minutes shall not exceed 0.04
14 inches. If the nail movement between 1 and 10 minutes exceeds 0.04 inches, the maximum
15 load shall be held an additional 50 minutes. If the load hold is extended, the nail movement
16 shall be recorded at 20, 30, 50, and 60 minutes. If a nail fails in creep, retesting will not be
17 allowed.
18
19 A proof tested nail is acceptable if:
20
21 1. The nail carries the maximum load with less than 0.04 inches of movement
22 between 1 minute and 10 minutes, unless the load hold extended to 60 minutes, in
23 which case the nail would be acceptable if the creep rate does not exceed 0.08
24 inches per log cycle of time.
25
26 2. The total movement at the maximum load exceeded 80 percent of the theoretical
27 elastic elongation of the non -bonded length.
28
29 3 The creep rate is not increasing with time during the load hold period.
30
31 Due to the requirement for a non -bonded zone for testing purposes, the Contractor shall
32 develop an installation method which will assure the stability of the non -bonded portion of
33 the hole during testing and will allow for the non bonded zone to be grouted against the
34 ground after testing.
35
36 If .a proof test fails, the Engineer may direct the Contractor to replace some or all of the
37 installed production nails between the failed test and an adjacent proof test nail that has met
38 the test criteria. The Engineer may also require additional proof testing. All additional proof
39 tests, and all installation of additional or modified nails, shall be performed at no additional
40 expense to the Contracting Agency.
41
42 6-15.3(9) Concrete Fascia Panels
43 The Contractor shall construct the concrete fascia panels in accordance with Section 6-02
44 and the details in the Plans. The concrete fascia panels shall be cured in accordance with
45 the Section 6-02.3(11) requirements specified for retaining walls. The Contractor shall
46 provide the specified surface finish as noted, and to the limits shown, in the Plans to the
47 exterior concrete surface. When noted in the Plans, the Contractor shall apply pigmented
48 sealer to the limits shown in the Plans.
49
50 Asphalt or cement concrete gutter shall be constructed as shown in the Plans and as
51 specified in Section 8-04.
52
53 6-15.4 Measurement
54 Prefabricated drainage mat will be measured by the square yard of material furnished and
55 installed.
56
57 Soil nails will be measured per each for each soil nail installed and accepted.
58
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
67
SW 2f" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
68
1
The soil nail verification testing program will not be measured but will be paid for on a lump
2
sum basis.
3
4
Shotcrete facing and concrete fascia panel will be measured by the square foot surface area
5
of the completed facing or fascia panel, measured to the neat lines of the facing or panel as
6
shown in the Plans.
7
8
6-15.5 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
"Soil Nail —Epoxy Coated", per each.
13
"Soil Nail — Encapsulated", per each.
14
All costs in connection with furnishing and installing the soil nails as specified shall be
15
included in the unit contract price per each for "Soil Nail - including all drilling,
'
16
_",
grouting, centralizers, bearing plates, welded shear connectors, nuts, proof testing, and
17
other work required for installation of each soil nail.
'
18
19
"Prefabricated Drainage Mat", per square yard.
20
21
"Soil Nail Verification Test", lump sum.
22
'
23
"Concrete Fascia Panel", per square foot.
24
All costs in connection with constructing the concrete fascia panels as specified shall be
25
included in the unit contract price per square foot for "Concrete Fascia Panel", including
26
all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
'
27
sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when
28
specified).
'
29
30
Shotcrete facing will be paid for in accordance with Section 6-18.5.
31
32
Unless otherwise specified, all costs in connection with excavation in front of the back
33
face of the shotcrete facing shall be included in the unit contract price per cubic yard for
'
34
"Roadway Excavation" or "Roadway Excavation Incl. Haul" as specified in Section 2-
35
03.5.
36
37
SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
'
38
April 4, 2005
39
40
6-16.1 Description
This work consists of constructing soldier pile walls and soldier pile tieback walls.
41
42
6-16.2 Materials
43
Materials shall meet the requirements of the following sections:
44
45
Controlled Density Fill 2-09.3(1)E
46
Cement 9-01
47
Aggregates for Portland Cement Concrete 9-03.1
48
Gravel. Backfill 9-03.12
49,
Premolded Joint Filler 9-04.1(2)
50
51
Welded Shear Studs 9-06.15
Steel Reinforcing Bar 9-07.2
52
Epoxy Coated Steel Reinforcing Bar 9-07.3
53
Paints 9-08
54
Timber Lagging 9-09.2
'
55
Preservative Treatment for Timber Lagging 9-09.3(1)
56
Soldier Piles 9-10.5
57
Concrete Curing Materials and Admixtures 9-23
'
58
Fly Ash 9-23.9
SW 2f" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
68
SW 2f" STJSTRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005
69
'
1
Water 9-25
2
Prefabricated Drainage Mat 9-33.2(3)
3
4
Other materials required shall be as specified in the Special Provisions.
5
6
6-16.3 Construction Requirements
7
8
6-16.3(1) Quality Assurance
9
The steel soldier piles shall be placed so that the center line of the pile at the top is within 1
10
inch of the plan location. The steel soldier pile shall be plumb, to within 0.5 percent of the
11
length based on the total length of the pile.
'
12
13
Welding, repair welding, and welding inspection shall conform to the Section 6-03.3(25)
14
requirements for welding, repair welding, and welding inspection for all other steel
15
fabrication.
'
16
17
6-16.3(2) Submittals
18
The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural
19
steel, including the steel soldier piles and the permanent ground anchors to the Engineer for
20
approval.
21
22
The Contractor shall submit the permanent ground anchor grout mix design and the
,
23
procedures for placing the grout to the Engineer for approval.
24
25
The Contractor shall submit forming plans for the concrete fascia panels, as specified in
26
Sections 6-02.3(16) and 6-02.3(17), to the Engineer for approval.
27
28
1. Where the lateral pressure from concrete placement, as specified in Section 6-
29
02.3(17)J, is less than or equal to the design earth pressure, the Contractor may tie
30
forms directly to the soldier piles.
,
31
32
2. _Where the lateral pressure from concrete placement, as specified in Section 6-
33
02.3(17)J, is greater than the design earth pressure, the Contractor shall follow one
'
34
of the following procedures:
35
36
a. Tie the forms to strongbacks behind the lagging, or use some other
37
system that confines the pressure from concrete placement between the
'
38
lagging and the form panels, in addition to the ties to the soldier piles.
39
40
b. Reduce the rate of placing concrete to reduce the pressure from concrete
41
placement to less than or equal to the design earth pressure in addition to
'
42
the ties to the soldier piles.
43
44
c. Follow a procedure with a combination of a. and b.
45
46
3. The Contractor shall design the forms for an appropriate rate of placing concrete so
47
that no cold joints occur, considering the wall thickness and height, and volume of
48
concrete to be placed.
,
49
50
The Contractor shall submit four copies of a shaft installation plan in accordance with
51
Section 6-01.9 not less than 30 calendar days prior to the beginning of shaft construction. In
52
preparing the submittal, the Contractor shall reference the available subsurface data
,
53
provided in the contract test hole boring logs and the geotechnical report(s) prepared for this
54
project. This plan shall provide at least the following information:
55
,56
1. An overall construction operation sequence and the sequence of shaft construction.
57
58
2. List, description, and capacities of proposed equipment including but not limited to
59
cranes, drills, augers, bailing buckets, final cleaning equipment, and drilling units.
,
SW 2f" STJSTRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005
69
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 70
1
The narrative shall describe why the equipment was selected, and describe
2
equipment suitability to the anticipated site and subsurface conditions. The
3
narrative shall include a project history of the drilling equipment demonstrating the
'
4
successful use of the equipment on shafts of equal or greater size in similar
5
soil/rock conditions.
6
7
3. Details of shaft excavation methods including proposed drilling methods, methods
'
8
for cleanout of the shafts, disposal plan for excavated material and drilling slurry (if
.
9
applicable), and a review of method suitability to the anticipated site and
10
subsurface conditions.
11
12
4. Details of the method(s) to be used to ensure shaft stability (i.e., prevention of
13
caving, bottom heave, etc. using temporary casing, slurry, or other means) during
14
excavation and concrete placement. This shall Include a review of method
15
suitability to the anticipated site and subsurface conditions. If temporary casings
16
are proposed, casing dimensions and detailed procedures for casing installation
17
and removal shall be provided. If slurry is proposed, detailed procedures for
18
mixing, using, maintaining, and disposing of the slurry shall be provided. A detailed
'
19
mix design, and a discussion of its suitability to the anticipated subsurface
20
conditions shall also be provided for the proposed slurry.
21
22
5. Details of soldier pile placement including internal support bracing and
23
centralization methods.
24
25
6. Details of concrete placement including proposed operational procedures for
'
26
pumping and/or tremie methods.
27
28
7. Details of the device used to prevent unauthorized entry into a shaft excavation.
29
30
8. The method to be used to form the horizontal construction joint at the top elevation
31
specified for concrete Class 40O0P in the shaft.
32
33
Work shall not begin until the appropriate submittals have been approved in writing by the
34
Engineer.
35
36
6-16.3(3) Shaft Excavation
'
37
Shafts shall be excavated to the required depth as shown in the Plans. The minimum
38
diameter of the shaft shall be as shown in the Plans. The excavation shall be completed in a
39
continuous operation using equipment capable of excavating through the type of material
40
expected to be encountered.
'
41
42
The Contractor may use temporary telescoping casing to construct the shafts.
43
44
If the shaft excavation is stopped the shaft shall be secured by installation of a safety cover.
'
45
It shall be the Contractor's responsibility to ensure the safety of the shaft and surrounding
46
soil and the stability of the side walls. A temporary Casing, slurry, or other methods specified
47
in the shaft installation plan as approved by the Engineer shall be used if necessary to
48
ensure such safety and stability.
49
50
Where, caving in conditions are encountered, no further excavation will be allowed until the
51
Contractor has implemented the method to prevent ground caving as submitted in
'
52
accordance with item 4 of the Shaft Installation Plan and as approved by the Engineer.
53
54
No more than 2 inches of loose or disturbed material, for soldier piles with permanent ground
55
anchors, nor more than 12 inches of loose or disturbed material, for soldier piles without
56
permanent ground anchors, shall be present at the bottom of the shaft just prior to beginning
57
concrete placement.
58
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 70
1 The excavated shaft shall be inspected and approved by the Engineer prior to proceeding
2 with construction.
3
4 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An
5 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and
6 man made objects) encountered during the shaft excavation operation which prevents or
7 hinders the advance of the shaft excavation. When efforts to advance past the obstruction to
8 the design shaft tip elevation result in the rate of advance of the shaft drilling equipment
9 being significantly reduced relative to the rate of advance for the rest of the shaft excavation,
10 then the Contractor shall remove the obstruction under the provisions of Section 6-16.5 as
11 supplemented in the Special Provisions. The method of removal of such obstructions, and
12 the continuation of excavation shall be as proposed by the Contractor and approved by the
13 Engineer. -
14
15 Excavation of shafts shall not commence until a minimum of 12 hours after the shaft backfill
16 for the adjacent shafts has been placed.
17
18 The temporary casings for the shafts shall be removed. A minimum 5 foot head of concrete
19 shall be maintained to balance the soil and water pressure at the bottom of the casing. The
20 casing shall be smooth.
21
22 6-16.3(4) Installing Soldier Piles
23 Soldier piles, if spliced, shall conform to all requirements of Section 6-05.3(6).
24
25 The prefabricated steel soldier piles shall be lowered into the drilled shafts and secured in
26 position. Concrete cover over the soldier pile shall be 1 inch minimum.
27
28 The steel soldier piles and attachments shall be shop painted after fabrication to the limits
29 shown in the Plans with one coat of inorganic zinc primer. Application of the one coat of
30 primer shall be in accordance with Section 6-07. The welded shear studs may be attached
31 before or after painting. Paint damaged by welding shear studs in place does not require
32 repair.
33
34 6-16.3(5) Backfilling Shaft
35 The excavated shaft shall be backfilled with either controlled density fill (CDF), lean
36 concrete, or concrete Class 4000P, as shown in the Plans.
37
38 Placement of the shaft backfill shall commence immediately after completing the shaft
39 excavation and receiving the Engineer's approval of the excavation. Concrete Class 4000P
40 and lean concrete shall be placed in one continuous operation to the elevation shown in the
41 Plans. CDF shall be placed in one continuous operation to the top of the shaft. Vibration of
42 shaft backfill is not required.
43
44 If water is not present, the shaft backfill shall be deposited by a method which prevents
45 segregation of aggregates. The shaft backfill shall be placed such that the free -fall is vertical
46 down the shaft without hitting the sides of the soldier pile or the excavated shaft. The
47 Contractor's method for depositing the shaft backfill shall have approval of the Engineer prior
48 to the placement of the shaft backfill.
49
50 If water is present, the shaft backfill shall be deposited in accordance with Section 6-
51 O2.3(6)B.
52
53 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors
54 The excavation and removal of CDF and lean concrete for the lagging installation shall
55 proceed in advance of the lagging. The bottom of the excavation in front of the wall shall be
56 level. Excavation shall conform to Section 2-03.
57
58 For walls without permanent ground anchors, the bottom of excavation shall be not more
59 than three feet below the bottom level of the timber lagging already installed. For walls with
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005 71
1 permanent ground anchors, the bottom of excavation shall be not more than 3 feet below
2 tieback anchor level until all permanent ground anchors at that level are installed and
3 stressed. Installing, stressing, and testing the permanent ground anchors shall be in
4 accordance with Section 6-17 and the construction sequence specified in the Plans.
5
6 Unless otherwise specified, timber lagging in walls with concrete fascia panels shall be
7 untreated. Timber lagging for all other walls shall be treated.
8
9 The lagging shall be installed from the top of the pile proceeding downward. The timber
10 lagging shall make direct contact with the soil. Voids shall be filled with gravel backfill for
11 walls, which shall be considered incidental to the installation of the timber lagging.
12
13 Where timber lagging and backfill are above the existing or excavated groundline, the
14 lagging and backfill shall be placed concurrently. The backfill layers shall be placed in
15 accordance with Section 2-03.3(14) except that all layers shall be compacted to 90 percent
16. of maximum density.
17
18 6-16.3(7) Prefabricated Drainage Mat
19 For walls with concrete fascia panels, prefabricated drainage mat shall be installed full height
20 of the concrete fascia panel and full width between soldier pile flanges, unless otherwise
21 shown in the Plans.
22
23 The prefabricated drainage mat shall be attached to the lagging in accordance with the
24 manufacturer's recommendations. The fabric side shall face the lagging. Splicing of the
25 prefabricated drainage mat shall be in accordance with the manufacturer's
26 recommendations.
27-
28 The Contractor shall ensure the hydraulic connection of the prefabricated drainage mat to
29 the previously installed material so that the vertical flow of water is not impeded.
30
31 The Contractor shall tape all joints in the prefabricated drainage mat to prevent concrete
32 intrusion during concrete fascia panel construction.
33
34 6-16.3(8) Concrete Fascia Panel
35 The Contractor shall construct the concrete fascia panels as shown in the Plans, and in
36 accordance with the forming plan as approved by the Engineer. The concrete fascia panels
37 shall be cured in accordance with the Section 6-02.3(11) requirements specified for retaining
38 walls.
39
40 The Contractor shall provide the specified surface finish as noted, and to the limits shown, in
41 the Plans to the exterior concrete surface. When noted in the Plans, the Contractor shall
42 apply pigmented sealer to the limits shown in the Plans.
43
44 Asphalt or cement concrete gutter shall be constructed as shown in the Plans.
45
46 6-16.4 Measurement
47 Soldier pile shaft construction will be measured by the linear foot of shaft excavated below
48 the top of ground line for the shaft, defined as the highest existing ground point within the
49 shaft diameter.
50
51 Furnishing soldier pile will be measured by the linear foot of pile assembly specified in the
52 Proposal, including adjustments to the Plan quantity made in accordance with Section 1-
53 04.4.
54
55 Timber lagging will be measured by the thousand board feet measure (MBM) installed. The
56 quantity will be computed using the nominal thickness and width dimensions of the timber
57 lagging members, and the center to center spacing of the soldier piles as the length
58 dimension.
59 '
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 72
1
Prefabricated drainage mat will be measured by the square yard of material furnished and
'
2
installed.
3
4
Concrete fascia panel will be measured by the square foot surface area of the completed
5
fascia panel, measured to the neat lines of the panel as shown in the Plans.
'
6
7
6-16.5 Payment
8
Payment will be made in accordance with Section 1-04.1 for each of the following bid items
9
when they are included in the proposal:
10
11
"Shaft - Diameter", per linear foot.
12
All costs in connection with constructing soldier pile shafts shall be included in the unit
'
13
contract price per linear foot for "Shaft - Diameter', including shaft excavation,
14
temporary casing if used, CDF, lean concrete, concrete Class 4000P, and installing the
15
soldier pile assembly.
'
16
17
"Furnishing Soldier Pile - per linear foot.
18
_",
All costs in connection with furnishing soldier pile assemblies shall be included in the
"Furnishing ",
19
unit contract price per linear foot for Soldier Pile - including fabricating
,
20
and painting the pile assemblies. Payment will be made based on the quantity specified
21
in the Proposal unless changes are made to this quantity in accordance with Section 1-
22
04.4, in which case the quantity specified in the Proposal will be adjusted by the amount
23
of the change and will be paid for in accordance with Section 1-04.4.
,
24
25
"Timber Lagging", per MBM.
26
All costs in connection with furnishing and installing timber lagging shall be included in
'
27
the unit contract price per MBM for "Timber Lagging", including preservative treatment
28
when specified, and filling voids behind the lagging with gravel backfill for wall.
29
30
"Prefabricated Drainage Mat", per square yard.
,
31
32
"Concrete Fascia Panel", per square foot.
33
All costs in connection with constructing the concrete fascia panels as specified shall be
34
included in the unit contract price per square foot for "Concrete Fascia Panel", including
'
35
all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint
36
sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when
37
specified).
'
38
39
Unless otherwise specified, all costs in connection with non -shaft excavation, including
40
all excavation required for placement of timber lagging, shall be included in the unit
"Roadway
41
contract price per cubic yard for "Roadway Excavation" or Excavation Incl.
'
42
Haul" as specified in Section 2-03.5.
43
44
SECTION 6-17, PERMANENT GROUND ANCHORS
45
April 5, 2004
'
46
6-17.1 Description
47
This work consists of constructing permanent ground anchors.
48
49
6-17.2 Materials
50
Materials required, including materials for permanent ground anchors, shall be as specified
51
in the Special Provisions.
'
52
53
6-17.3 Construction Requirements
54
The Contractor shall select the ground anchor type and the installation method, and
55
determine the bond length and anchor diameter. The Contractor shall install ground anchors
'
56
that will develop the load indicated in the Plans and verified by tests specified in Sections 6-
57
17.3(8)A, 6-17.3(8)B, and 6-17.3(8)C.
58
,
SW 2f" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 73
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
6-17.3(1) Definitions
Anchor Devices: The anchorhead wedges or nuts which grip the prestressing steel.
Bearing Plate: The steel plate which evenly distributes the ground anchor force to the
structure.
Bond Length: The length of the ground anchor which is bonded to the ground and transmits
the tensile force to the soil or rock.
Ground Anchor: A system, referred to as a tieback or as an anchor, used to transfer tensile
loads to soil or rock. A ground anchor includes all prestressing steel, anchorage devices,
grout, coatings, sheathings and couplers if used.
Maintaining Consistency of Load: Maintaining the test load within five percent of the
specified value.
Minimum Guaranteed Ultimate Tensile Strength (MUTS): The minimum guaranteed
breaking load of the prestressing steel as defined by the specified standard.
Tendon Bond Length: The length of the tendon which is bonded to the anchor grout.
Tendon Unbonded Length: The length of the tendon which is not bonded to the anchor
grout.
Total Anchor Length: The unbonded length plus the tendon bond length.
6-17.3(2) Contractor Experience Requirements
The Contractor or Subcontractor performing this work shall have installed permanent ground
anchors for a minimum of three years. Prior to the beginning of construction, the Contractor
shall submit a list containing at least five projects on which the Contractor has installed
permanent ground anchors. A brief description of each project and a reference shall be
included for each project listed. As a minimum, the reference shall include an individual's
name and current phone number.
The Contractor shall assign an engineer to supervise the work with at least three years of
experience in the design and construction of permanently anchored structures. The
Contractor shall not use consultants or manufacturer's representatives in order to meet the
requirements of this section. Drill operators and on-site supervisors shall have a minimum of
one year experience installing permanent ground anchors.
Contractors or Subcontractors that are specifically prequalified in Class 36 work will be
considered to have met the above experience requirements.
The Contractor shall allow up to 15 calendar days for the Engineer's . review of the
qualifications and staff as noted above. Work shall not be started on any anchored wall
system nor materials ordered until approval of the Contractor's qualifications are given.
6-17.3(3) Submittals
The Contractor shall submit working drawings and structural design calculations in
accordance with Section 6-01.9 for the ground anchor system or systems intended for use.
The Contractor shall submit a detailed description of the construction procedure proposed
for use to the Engineer for approval.
The Contractor shall submit a ground anchor schedule giving:
1. Ground anchor number
2. Ground anchor design load
3. Type and size of tendon
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 74
1 4. Minimum total bond length
2 5. Minimum anchor length
3 6. Minimum tendon bond length
4 7. Minimum unbonded length
5
6 The Contractor shall submit working drawings of the ground anchor tendon and the
7 corrosion protection system. Include details of the following:
8
9 1. Spacers and their location
10 2. Centralizers and their location
11 3. Unbonded length corrosion protection system, including the permanent rubber seal
12 between the trumpet and the tendon unbonded length corrosion protection.
13 4. Bond length corrosion protection system
14 5. Anchorage and trumpet
15 6. Anchorage corrosion protection system
16 7. Anchors using non-restressable anchorage devices
17
18 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural
19 steel, including the permanent ground anchors to the Engineer for review and approval.
20
21 The Contractor shall submit the grout mix designs and the procedures for placing the grout
22 to the Engineer for approval. The Contractor shall also submit the methods and materials
23 used in filling the annulus over the unbonded length of the anchor.
24
25 The Contractor shall submit five copies of detailed working drawings in accordance with
26 Section 6-01.9 for the method proposed to be followed for the permanent ground anchor
27 testing to the Engineer for approval prior to the tests. This shall include all necessary
28 drawings and details to clearly describe the method proposed.
29
30 The Contractor shall submit to the Engineer calibration data for each load cell, test jack,
31 pressure gauge and master pressure gauge to be used. The calibration tests shall have
32 been performed by an independent testing laboratory and tests shall have been performed
33 within 60 calendar days of the date submitted. The Engineer shall approve or reject the
34 calibration data after receipt of the data. Testing shall not commence until the Engineer has
35 approved the load cell, jack, pressure gauge and master pressure gauge calibrations.
36
37 Work shall not begin until the appropriate submittals have been approved in writing by the
38 Engineer.
39
40 6-17.3(4) Preconstruction Conference
41 A permanent ground anchor preconstruction conference shall be held at least five working
42 days prior to the Contractor beginning any permanent ground anchor work at the site to
43 discuss construction procedures, personnel, and equipment to be used. The list of materials
44 specified on the Record of Materials Form (ROM) for this item of work will also be discussed.
45 Those attending shall include:
46
47 1. (representing the Contractor) The superintendent, on site supervisors, and all
48 foremen in charge of drilling the ground anchor hole, placing the permanent ground
49 anchor and grout, and tensioning and testing the permanent ground anchor.
50
51 2. (representing the Contracting Agency) The Project Engineer, key inspection
52 personnel, and representatives from the WSDOT Construction Office and Materials
53 Laboratory Geotechnical Services Branch.
54
55 If the Contractor's key personnel change, or if the Contractor proposes a significant revision
56 of the approved permanent ground anchor installation plan, an additional conference shall
57 be held before any additional permanent ground anchor operations are performed.
58
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 75
1
0
0
�J
'
1
6-17.3(5) Tendon Fabrication
2
The tendons can be either shop or field fabricated. The tendon shall be fabricated as shown
3
in the approved shop plans.
4
5
The Contractor shall select the type of tendon to be used. The tendon shall be sized so the
6
design load does not exceed 60 percent of the minimum guaranteed ultimate tensile strength
7
of the tendon. In addition, the tendon shall be sized so the maximum test load does not
'
8
exceed 80 percent of the minimum guaranteed ultimate tensile strength of the tendon.
9
10
The Contractor shall be responsible for determining the bond length and tendon bond length
11
necessary to develop the design load indicated in the Plans in accordance with Sections 6-
12
17.3(8)A, 6-17.3(8)6, and 6-17.3(8)C. The minimum bond length shall be ten feet in rock
13
and 15 feet in soil.
14
15
When the Plans require the tendon bond length to be encapsulated, the tendon bond length
16
portion of the tendon shall be corrosion protected by encapsulating the tendon in a grout -
17
filled PE or PVC tube as specified in Section 6-17.2 as supplemented in the Special
18
Provisions. The tendons can be grouted inside the encapsulation prior to inserting the
19
tendon in the drill hole or after the tendon has been placed in the drill hole. Expansive
20
admixtures can be mixed with the encapsulation grout if the tendon is grouted inside the
21
encapsulation while outside the drill hole. The tendon shall be centralized within the bond
22
length encapsulation with a minimum of 0.20 inches of grout cover. Spacers shall be used
23
along the tendon bond length of multi -element tendons to separate the elements of the
24
tendon so the prestressing steel will bond to the encapsulation grout.
25
26
Centralizers shall be used to provide a minimum of 0.5 inches of grout cover over the tendon
'
27
bond length encapsulation. Centralizers shall be securely attached to the encapsulation and
28
the center -to -center spacing shall not exceed ten feet. In addition, the upper centralizer shall
29
be located a maximum of five feet from the top of the tendon bond length and the lower
'
30
centralizer shall be located a maximum of one foot from the bottom of the tendon bond
31
length.
32
33
The centralizer shall be able to support the tendon in the drill hole and position the tendon so
'
34
a minimum of 0.5 inches of grout cover is provided and shall permit free flow of grout.
35
36
Centralizers are not required on encapsulated, pressure -injected ground anchor tendons if
37
the ground anchor is installed in coarse grained soils (more than 50 percent of the soil larger
38
than the number 200 sieve) using grouting pressures greater than 150 psi.
39
40
Centralizers are not required on encapsulated, hollow-stem-augered ground anchor tendons
41
if the ground anchor is grouted through and the hole is maintained full of a stiff grout (eight -
42
inch slump or less) during extraction of the auger.
43
44
The minimum unbonded length of the tendon shall be the greater of 15 feet or that indicated
45
in the Plans.
46
47
Corrosion protection of the unbonded length shall be provided by a sheath completely filled
48
with corrosion inhibiting grease or grout. If grease is used under the sheath, provisions shall
'
49
be made to prevent the grease from escaping at the ends of the sheath. The grease shall
50
completely coat the tendon and fill the voids between the tendon and the sheath. The
51
working drawings shall show how the Contractor will provide a transition between the tendon
52
bond length and the unbonded tendon length corrosion protection.
53
54
If the sheath is not fabricated from a smooth tube, a separate bondbreaker shall be provided.
'
55
56
The bondbreaker shall prevent the tendon from bonding to the anchor grout surrounding the
tendon unbonded length.
57
58
The total anchor length shall not be less than that indicated in the Plans or the approved
59
working drawings.
SW 27TH ST./STRANDER BLVD. CONNECTION
'
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 76
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
[7
Anchorage devices shall be capable of developing 95 percent of the minimum guaranteed
ultimate tensile strength of the prestressing steel tendon. The anchorage devices shall ,
conform to the static strength requirements of Section 3.1 of the Post Tensioning Institute
"Specification for Unbonded Single Strand Tendons, First Edition - 1993".
Non-restressable anchorage devices may be used except where indicated in the Plans.
Restressable anchorages shall be provided on those ground anchors that require reloading.
The post -tensioning supplier shall provide a restressable anchorage compatible with the -
post -tensioning system provided.
The bearing plates shall be sized so the bending stresses in the plate do not exceed the
yield strength of the steel when a load equal to 95 percent of the minimum guaranteed
ultimate tensile strength of the tendon is applied, and the average bearing stress on the
concrete does not exceed that recommended in Section 3.1.3 of the Post Tensioning
Institute, "Specification For Unbonded Single Strand Tendons, First Edition - 1993".
The trumpet shall have an inside diameter equal to or larger than the hole in the bearing
plate. The trumpet shall be long enough to accommodate movements of the structure during
testing and stressing. For strand tendons with encapsulation over the unbonded length, the
trumpet shall be long enough to enable the tendon to make a transition from the diameter or
the tendon in the unbonded length to the diameter of the tendon at the anchorhead without
damaging the encapsulation. Trumpets filled with corrosion -inhibiting grease shall have a
permanent rubber seal, as approved by the Engineer, provided between the trumpet and the
tendon unbonded length corrosion protection. Trumpets filled with grout shall have a
temporary seal provided between the trumpet and the tendon unbonded length corrosion
protection or the trumpet shall overlap the tendon unbonded length corrosion protection.
6-17.3(6) Tendon Storage And Handling
Tendons shall be handled and stored in such a manner as to avoid damage or corrosion.
Damage to the prestressing steel as a result of abrasions, cut, nicks, welds and weld splatter
will be cause for rejection by the Engineer. The prestressing steel shall be protected if
welding is to be performed in the vicinity. Grounding of welding leads to the prestressing
steel is forbidden. Prestressing steel shall be protected from dirt, rust, and deleterious
substances. A light coating of rust on the steel is acceptable. If heavy corrosion or pitting is
noted, the Engineer will reject the affected tendons.
The Contractor shall use care in handling and storing the tendons at the site. Prior to
inserting a tendon in the drill hole, the Contractor and the Engineer will examine the tendon
for damage to the encapsulation and the sheathing. If, in the opinion of the Engineer, the
encapsulation is damaged, the Contractor shall repair the encapsulation in accordance with
the tendon supplier's recommendations and as approved by the Engineer. If, in the opinion
of the Engineer, the smooth sheathing has been damaged, the Contractor shall repair it with
ultra high molecular weight polyethylene (PE) tape. The tape shall be spiral wound around
the tendon so as to completely seal the damaged area. The pitch of the spiral shall ensure a
double thickness at all points.
6-17.3(7) Installing Permanent Ground Anchors
The Contractor shall select the drilling method, the grouting procedure, and the grouting
pressure used for the installation of the ground anchor.
When caving conditions are encountered, no further drilling will be allowed until the
Contractor selects a method to prevent ground movement. The Contractor may use a
temporary casing. The Contractor's method to prevent ground movement shall be approved
by the Engineer. The casings for the anchor holes, if used, shall be removed. The drill hole
shall be located so the longitudinal axis of the drill hole and the longitudinal axis of the
tendon are parallel. The ground anchor shall not be drilled in a location that requires the
tendon to be bent in order to enable the bearing plate to be connected to the supported
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 77
n
0
1
1 structure. At the point of entry the ground anchor shall be installed within plus or minus three
2 degrees of the inclination from horizontal shown in the Plans or the approved working
3 drawings. The ground anchors shall not extend beyond the right of way limits.
4
5 The tendon shall be inserted into the drill hole to the desired depth. When the tendon cannot
6 be completely inserted without difficulty, the Contractor shall remove the tendon from the drill
7 hole and clean or redrill the hole to permit insertion. Partially inserted tendons shall not be
8 driven or forced into the hole.
9
10 The Contractor shall use a grout conforming to Section 6-17.2 as supplemented in the
11 Special Provisions.
12
13 The grout equipment shall produce a grout free of lumps and undispersed cement. A
14 positive displacement grout pump shall be used. The pump shall be equipped with a
15 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge
16 shall be capable of measuring pressures of at least 150 psi or twice the actual grout
17 pressures used by the Contractor, whichever is greater. The grouting equipment shall be
18 sized to enable the grout to be pumped in one continuous operation. The mixer shall be
19 capable of continuously agitating the grout.
20
21 The grout shall be injected from the lowest point of the drill hole. The grout may be pumped
22 through grout tubes, casing, or drill rods. The grout can be placed before or after insertion of
23 the tendon. The quantity of the grout and the grout pressures shall be recorded. The grout
24 pressures and grout takes shall be controlled to prevent excessive heave in soils or
25 fracturing of rock formations.
26
27 After grouting, the tendon shall not be loaded for a minimum of 3 days.
28
29 No grout shall be placed above the top of the bond length during the time the bond length
30 grout is placed. The grout at the top of the drill hole shall not contact the back of the
31 structure or the bottom of the trumpet. Except as otherwise noted, only nonstructural filler
32 shall be placed above the bond length grout prior to testing and acceptance of the anchor.
33 The Contractor may place structural grout above the bond length grout prior to testing and
34 acceptance of the anchor subject to the following conditions:
35
36 1. The anchor unbonded length shall be increased by eight feet minimum.
37
38 2. The grout in the unbonded zone shall not be placed by pressure grouting methods.
39
40 The corrosion protection surrounding the unbonded length of the tendon shall extend up
41 beyond the bottom seal of the trumpet or one foot into the trumpet if no trumpet seal is
42 provided. If the protection does not extend beyond the seal or sufficiently far enough into the
43 trumpet, the Contractor shall extend the corrosion protection or lengthen the trumpet.
44
45 The corrosion protection surrounding the no load zone length of the tendon shown in the
46 Plans shall not contact the bearing plate or the anchorhead during testing and stressing. If
47 the protection is too long, the Contractor shall trim the corrosion protection to prevent
48 contact.
49
50 The bearing plate and anchorhead shall be placed so the axis of the tendon and the drill hole
51 are both perpendicular to the bearing plate within plus or minus three degrees and the axis
52 of the tendon passes through the center of the bearing plate.
53
54 The trumpet shall be completely filled with corrosion inhibiting grease or grout. Trumpet
55 grease can be placed anytime during construction. Trumpet grout shall be placed after the
56 ground anchor has been tested. The Contractor shall demonstrate to the Engineer that the
57 procedure selected by the Contractor for placement of either grease or grout produces a
58 completely filled trumpet.
59
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 78
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 79
be
1
All anchorages permanently exposed to the atmosphere shall covered with a corrosion
2
inhibiting grease -filled or grout -filled cover. The Contractor shall demonstrate to the
3
Engineer that the procedures selected by the Contractor for placement of either grease or
4
grout produces a completely filled cover. If the Plans require restressable anchorages,
5
corrosion inhibiting grease shall be used to fill the anchorage cover and trumpet.
6
7
6-17.3(8) Testing And Stressing
8
Each ground anchor shall be tested. The test load shall be simultaneously applied to the
9
entire tendon. Stressing of single elements of multi -element tendons will not be permitted.
10
Test data will be recorded by the Engineer.
11
-
12
The testing equipment shall consist of a dial gauge or vernier scale capable of measuring to
13
0.001 inches shall be used to measure the ground anchor movement. The movement -
14
measuring device shall have a minimum travel equal to the theoretical elastic elongation of
15
the total anchor length plus 1 inch. The dial gauge or vernier scale shall be aligned so that
16
its axis is within 5 degrees from the axis of the tieback. A hydraulic jack and pump shall be
17
used to apply the test load. The jack and pressure gauge shall be calibrated by an
18
independent testing laboratory as a unit. Each load cell, test jack and pressure gauge, and
19
master pressure gauge, shall be calibrated as specified in Section 6-17.3(3). Additionally,
20
the Contractor shall not use load cells, test jacks and pressure gauges, and master pressure
21
gauges, greater than 60 calendar days past their most recent calibration date, until such
22
items are re -calibrated by an independent testing laboratory.
23
24
The pressure gauge shall be graduated in 100 -psi increments or less. The pressure gauge
25
will be used to measure the applied load. The pressure gauge shall be selected to place the
26
maximum test load within the middle two-thirds of the range of the gauge. The ram travel of
27
the jack shall not be less than the theoretical elastic elongation of the total anchor length at
28
the maximum test load plus one inch. The jack shall be independently supported and
29
centered over the tendon so that the tendon does not carry the weight of the jack. The
30
Contractor shall have a second calibrated jack pressure gauge at the site. Calibration data
31
shall provide a specific reference to the jack and the pressure gauge.
32
33
The loads on the tiebacks during the performance and verification tests shall be monitored to
34
verify consistency of load as defined in Section 6-17.3(1). Test loads less than 20,000
35
pounds shall be monitored by the jack pressure gauge. Test loads equal to or greater than
36
20,000 pounds shall be monitored with an electric or hydraulic load cell. The Contractor
37
shall provide the load cell and a readout device. The load cell shall be selected to place the
38
maximum test load within the middle two-thirds of the range of the load cell. The stressing
39
equipment shall be placed over the ground anchor tendon in such a manner that the jack,
40
bearing plates, load cell and stressing anchorage are in alignment.
41
42
6-17.3(8)A Verification Testing
43
Verification tests shall be performed to verify the design of the anchor system. These
44
ground anchor test results shall verify the Contractor's design and be approved by the
45
Engineer prior to ordering anchor material for the tieback retaining walls. The tests shall be
46
performed on sacrificial test anchors. A minimum of two successful verification tests shall be
47
conducted. The locations shall be close to the anchor location of the production anchors.
48
The test locations shall be selected by the Contractor and approved by the Engineer.
49
50
The drilling method, anchor diameter, and depth of anchorage for the test anchor shall be
51
identical as for the production anchors. The no-load zone shall be backfilled prior to
52
withdrawing the casing.
53
54
The anchor tested shall be loaded to 200 percent of the design load (DL). The prestressing
55
tendon shall be proportioned such that the maximum stress does not exceed 80 percent of
56
the ultimate strength of the steel. The jack shall be positioned at the beginning of the test
57
such that unloading and repositioning of the jack during the test will not be required.
58
'
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 79
��I
1
The verification tests shall be made by incrementally loading the anchors in accordance with
2
the following schedule.
3
4
AL - Anchor Alignment Load
5
DL -Anchor Design Load
6
7
8
Load Hold Time
9
AL 1 Min.
10
0.25DL 10 Min.
11
0.50DL 10 Min.
12
0.75DL 10 Min.
13
1.00DL 10 Min.
14
1.25DL 10 Min.
15
1.50DL 60 Min.
16
1.75DL 10 Min.
17
2.00DL 10 Min.
18
AL 1 Min.
19
20
The test load shall be applied in increments of 25 percent of the design load. Each load
21
increment shall be held for at least 10 minutes. Measurement of anchor movement shall be
22
obtained at each load increment. The load -hold period shall start as soon as the test load is
23
applied and the anchor movement, with respect to a fixed reference, shall be measured and
24
recorded at 1 minute, 2, 3, 4, 5, 6, 10, 15, 20, 25, 30, 45, and 60 minutes.
'
25
26
The verification test will be considered successful if the anchor meets the criteria for a
27
performance tested ground anchor in Section 6-17.3(9), and in addition, a pull-out failure
28
does not occur at the 2.ODL maximum load.
29
30
The Engineer will give the Contractor a written order concerning ground anchor construction
31
within seven working days after completion of the verification tests. This written order will
32
either confirm the bond lengths as shown in the Contractor's plans for ground anchors or
33
reject the anchors based upon the result of the verification tests.
34
35
6-17.3(8)6 Performance Testing
36
Performance tests shall be done in accordance with the following procedures. Five percent
37
of the ground anchors or a minimum of three ground anchors, whichever is greater, shall be
38
performance tested-. The Engineer shall select the ground anchors to be performance
39
tested. The first production anchor shall be performance tested.
40
41
The performance test shall be made by incrementally loading and unloading the ground
42
anchor in accordance with the following schedule. The load shall be raised from one
43
increment to another immediately after a deflection reading.
44
45
Performance Test Schedule
46
47
Load Load
48
49
AL AL
50
0.25DL 0.25DL
51
AL 0.50DL
52
0.25DL 0.75DL
53
0.50DL 1.00DL
54
AL 1.25DL
55
0.25DL AL
56
0.50DL 0.25DL
57
0.75DL 0.50DL
58
AL 0.75DL
59
0.25DL 1.00DL
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 80
��I
1 0.50DL 1.25DL
2 0.75DL 1.50DL
3 1.00DL AL
4 Jack to lock -off load
5
6 Where: AL - is the alignment load DL - is the anchor design load.
7
8 The maximum test load in a performance test shall be held for ten minutes. The load -hold
9 period shall start as soon as the maximum test load is applied and the anchor movement,
10 with respect to a fixed reference, shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6,
11 and 10 minutes. If the anchor movement between one minute and ten minutes exceeds
12 0.04 inches, the maximum test load shall be held for an additional 50 minutes. If the load
13 hold is extended, the anchor movement shall be recorded at 15 minutes, 20, 25, 30, 45, and
14 60 minutes. If an anchor fails in creep, retesting will not be allowed. All anchors not
15 performance tested shall be proof tested.
16
17 6-17.3(8)C Proof Testing
18 Proof tests shall be performed by incrementally loading the ground anchor in accordance
19 with the following schedule. The load shall be raised from one increment to another
20 immediately after a deflection reading. The anchor movement shall be measured and
21 recorded to the nearest 0.001 inches with respect to an independent fixed reference point at
22 the alignment load and at each increment of load. The load shall be monitored with a
23 pressure gauge. At load increments other than the maximum test load, the load shall be
24 held just long enough to obtain the movement reading.
25
26 Proof Test Schedule
27
28 Load Load
29
30 AL 1.00DL
31 0.25DL 1.25DL
32 0.50DL 1.50DL
33 0.75DL Jack to lock -off load
34
35 Where: AL - is the alignment load
36 DL - is the anchor design load
37
38 The maximum test load in a proof test shall be held for ten minutes. The load -hold period
39 shall start as soon as the maximum test load is applied and the anchor movement with
40 respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, and
41 10 minutes. If the anchor movement between one minute and ten minutes exceeds 0.04
42 inches, the maximum test load shall be held of an additional 50 minutes. If the load hold is
43 extended, the anchor movements shall be recorded at 15 minutes, 20, 25, 30, 45, and 60
44 minutes. If an anchor fails in creep, retesting will not be allowed.
45
46 6-17.3(9) Permanent Ground Anchor Acceptance Criteria
47 A performance or proof tested ground anchor with a ten minute load hold is acceptable if the:
48
49 1. Ground anchor carries the maximum test load with less than 0.04 inches of
50 movement between one minute and ten minutes; and
51
52 2. Total movement at the maximum test load exceeds 80 percent of the theoretical
53 elastic elongation of the tendon unbonded length.
54
55 A verification, performance or proof tested ground anchor with a 60 -minute load hold is
56 acceptable if the:
57
58 1. Ground anchor carries the maximum test load with a creep rate that does not
59 exceed 0.08 inches/log cycle of time and is a linear or decreasing creep rate.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE1,SEGMENT1
CITY OF RENTON
JULY 2005 81
1
2
2. Total movement at the maximum test load exceeds 80 percent of the theoretical
3
elastic elongation of the tendon unbonded length.
4
5
If the total movement of the ground anchors at the maximum test load does not exceed 80
6
percent of the theoretical elastic elongation of the tendon unbonded length, the Contractor
7
shall replace the ground anchor at no additional cost to the Contracting Agency. Retesting of
8
a ground anchor will not be allowed.
9
10
Ground anchors which have a creep rate greater than 0.08 inches/log cycle of time can be
11
incorporated in the finished work at a load equal to one-half its failure load. The failure load
12
is the load carried by the anchor after the load has been allowed to stabilize for ten minutes.
13
14
When a ground anchor fails, the Contractor shall modify the design, the construction_
15
16
procedures, or both. These modifications may include, but are not limited to, installing
replacement ground anchors, modifying the installation methods, increasing the bond length
17
or changing the ground anchor type. Any modification which requires changes to the
18
structure shall have prior approval of the Engineer. Any modifications of design or
19
construction procedures shall be at the Contractor's expense.
20
21
Upon completion of the test, the load shall be adjusted to the lock -off load indicated in the
22
Plans and transferred to the anchorage device. The ground anchor may be completely
23
unloaded prior to lock -off. After transferring the load and prior to removing the jack a lift-off
24
reading shall be made. The lift-off reading shall be within ten percent of the specified lock -off
25
load.
26
27
If the load is not within ten percent of the specified lock -off load, the anchorage shall be reset
28
and another lift-off reading shall be made. This process shall be repeated until the desired
29
lock -off load is obtained.
30
31
6=17.4 Measurement
32
Permanent ground anchors will be measured per each for each permanent ground anchor
33
installed and accepted.
34
35
Permanent ground anchor performance tests will be measured per each for each anchor
36
performance tested.
37
38
The permanent ground anchor verification testing program will not be measured but will be
39
paid for on a lump sum basis.
40
41
6-17.5 Payment
42
Payment will be made in accordance with Section 1-04.1 for each of the following bid items
43
when' they are included in the proposal:
44
45
"Permanent Ground Anchor", per each.
46
All costs in connection with furnishing and installing permanent ground anchors shall be
47
included in the unit contract price per each for "Permanent Ground Anchor', including
.48
49
proof testing of the installed anchor as specified.
50
"Permanent Ground Anchor Performance Test", per each.
51
"Permanent Ground Anchor Verification Test", lump sum.
52
53
SECTION 6-18, SHOTCRETE FACING
54
April 5, 2004
55
6-18.1 Description
56
This work consists of constructing shotcrete facing as shown in the Plans. Shotcrete
57
constructed as concrete slope protection shall be constructed in accordance with Section 8-
58
16.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 82
2
6-18.2 Materials
3
Materials shall meet the requirements of the following sections:
4
'
5
Cement 9-01
6
Aggregates for Portland Cement Concrete 9-03.1
7
Premolded Joint Filler 9-04.1(2)
8
Steel Reinforcing Bar 9-07.2
,
9
Epoxy -Coated Steel Reinforcing Bar 9-07.3
10
Concrete Curing Materials and Admixtures 9-23
11
Fly Ash 9-23.9
12
Water 9-25
13
-
1-4
Other materials required, including materials for shotcrete, shall be as specified in the
15
Special Provisions.
,
16
17
6-18.3 Construction Requirements
18
19
6-18.3(1) Submittals
20
The Contractor shall submit the following information to the Engineer at least 14 calendar
21
days prior to beginning construction of the shotcrete facing:
22
23
1. The shotcrete mix design with compressive strength test results.
24
2. Method and equipment used to finish and cure the shotcrete facing.
25
3. Documentation of the experience of the nozzle operators in applying shotcrete.
26
27
The Contractor shall not begin construction of the shotcrete facing until receiving the
28
Engineer's approval of the above submittals.
29
30
6-18.3(2) Mix Design
31
Shotcrete shall be proportioned to produce a 4,000 psi compressive strength at 28 days.
32
The Contractor shall submit the shotcrete mix design, proposed method of placement, and
33
evidence that the proposed design and placement method will produce the desired
34
compressive strength at 28 days, to the Engineer at least 14 calendar days prior to the
35
anticipated beginning of shotcrete placement. Shotcrete placement will not be allowed until
36
the Engineer has approved the mix design and method of placement.
37
38
Admixture shall be used only after receiving permission from the Engineer. If admixtures are
39
used to entrain air, to reduce water -cement ratio, to retard or accelerate setting time, or to
40
accelerate the development of strength, the admixtures shall be used at the rate specified by
41
the manufacturer and approved by the Engineer.
42
43
6-18.3(3) Testing
44
The Contractor shall make shotcrete test panels for evaluation of shotcrete quality, strength,
45
and aesthetics. Both preproduction and production test panels, shall be prepared. All cores
46
obtained for the purpose of shotcrete strength testing shall have the following minimum
47
dimensions:
48
49
a. The core diameter shall be at least 3 times the maximum aggregate size, but not
50
less than 2 inches.
51
52
b. The core height shall be a minimum of 1.5 times the core diameter.
53
54
The Contractor shall remove at least three cores from each 36 -inch by 36 -inch shotcrete test
55
panel in accordance with AASHTO T 24. Cores removed from the panel shall be
56
immediately wrapped in wet burlap and sealed in a plastic bag. Cores shall be clearly
57
marked to identify from where they were taken and whether they are for pre -production or
58
production testing. If for production testing, the section of the wall represented by the cores
'
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005 83
1
shall be clearly marked on the cores. Cores shall be delivered to the Engineer within 2
2
hours of coring. The remainder of the panels shall remain the property of the Contractor.
3
4
6-18.3(3)A Pre -production Testing
I
5
At least one 36 -inch by 36 -inch panel for each mix design shall be prepared for evaluation
6
and testing of the shotcrete quality and strength. One 48 -Inch by 48 -inch qualification panel
7
shall be prepared for evaluation and approval of the proposed method for shotcrete
8
installation, finishing, and curing. Both the 36 -inch and the 48 -inch panels shall be
9
constructed using the same methods and initial curing proposed to construct the shotcrete
10
facing, except that the 36 -inch panel shall not include wire reinforcement. The 36 -inch panel
11
shall be constructed to the minimum thickness necessary to obtain the required core
12
samples. The 48 -inch panel shall be constructed to the same thickness as proposed for the
13
production facing. Production shotcrete work shall not begin until satisfactory test results are
14
obtained and the panels are approved by the Engineer.
15
16
6-18.3(3)B Production Testing
17
The Contractor shall make at least one 36 -inch by 36 -inch panel for each section of facing
18
shot, or as many as directed by the Engineer. A section is defined as one day's placement.
19
The production panels shall be constructed using the same methods and initial curing used
t
20
to construct the shotcrete wall, but without wire reinforcement. The panels shall be
21
constructed to the minimum thickness necessary to obtain the required core samples. If the
22
production shotcrete is found to be unsuitable based on the results of the test panels, the
23
section(s) of the wall represented by the test panel(s) shall be repaired or replaced to the
24
satisfaction of the Engineer at no cost to the Contracting Agency.
25
26
6-18.3(4) Qualifications of Contractor's Personnel
27
All nozzle operators shall have had at least one year of experience in the application of
28
shotcrete. Each nozzle operator will be qualified, by the Engineer, to place shotcrete, after
29
successfully completing one test panel for each shooting position and surface type which will
30
be encountered.
31
32
Qualification will be based on a visual inspection of the shotcrete density, void structure, and
33
finished appearance along with a minimum 7 -day compressive strength of 2,500 psi
34
determined from the average test results from two cores taken from each test panel.
35
36
The Contractor shall notify the Engineer not less than 2 days prior to the shooting of a
37
qualification panel. The mix design for the shotcrete shall be the same as that slated for the
1
38
wall being shot.
39
40
Shotcrete shall be placed only by personnel qualified by the Engineer.
41
42
if shotcrete finish Alternative B or C is specified, evidence shall be provided that all shotcrete
43
crew members have completed at least three projects in the last five years where such
44
finishing, or sculpturing and texturing of shotcrete was performed.
I
45
46
6-18.3(5) Placing Wire Reinforcement
47
Reinforcement of the shotcrete shall be placed as shown in the Plans. The wire
48
49
reinforcement shall be securely fastened to the steel reinforcing bars so that it will be 1 to 1.5
inches from the face of the shotcrete at all locations, unless otherwise shown in the Plans.
50
Wire reinforcement shall be lapped 1.5 squares in all directions, unless otherwise shown in
51
the Plans.
52
53
6-18.3(6) Alignment Control
54
The Contractor shall install non -corroding alignment wires and thickness control pins to
55
establish thickness and plane surface. The Contractor shall install alignment wires at
56
corners and offsets not established by formwork. The Contractor shall ensure that the
57
alignment wires are tight, true to line, and placed to allow further tightening. The Contractor
58
shall remove the alignment wires after facing construction is complete.
59
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 84
1 6-18.3(7) Shotcrete Application
2 A clean, dry supply of compressed air sufficient for maintaining adequate nozzle velocity for
3 all parts for the work and for simultaneous operation of a blow pipe for cleaning away
4 . rebound shall be maintained at all times. Thickness, method of support, air pressure, and
5 rate of placement of shotcrete shall be controlled to prevent sagging.or sloughing of freshly -
6 applied shotcrete.
7
8 The shotcrete shall be applied from the lower part of the area upwards. Surfaces to be shot
9 shall be damp, but free of standing water.
10
11 The nozzles shall be held at an angle approximately perpendicular to the working face and
12 at a distance that will keep rebound at a minimum and compaction will be maximized.
13 Shotcrete shall emerge from the nozzle in a steady uninterrupted flow. If, for any reason, the
14 flow becomes intermittent, the nozzle shall be diverted from the work until a steady flow
15 resumes.
16
17 Surface defects shall be repaired as soon as possible after initial placement of the shotcrete.
18 All shotcrete which lacks uniformity; which exhibits segregation, honeycombing, or
19 lamination; or which contains any dry patches, slugs, voids, or sand pockets, shall be
20 removed and replaced with fresh shotcrete by the Contractor, to the satisfaction of the
21 Engineer at no cost to the Contracting Agency.
22
23 Construction joints in the shotcrete shall be uniformly tapered over a minimum distance of
24 twice the thickness of the shotcrete layer. The surface of the joints shall be cleaned and
25 thoroughly wetted before adjacent shotcreting is performed. Shotcrete shall be placed in a
26 manner which provides a finish with uniform texture and color across the construction joint.
27
28 The shotcrete shall be cured by applying a clear curing compound in accordance with
29 Section 9-23.2. The curing compound shall be applied immediately after final gunning. The
30 air in contact with shotcrete surfaces shall be maintained at temperatures above 5OF for a
31 minimum of 7 days. Curing compounds shall not be used on any surfaces against which
32 additional shotcrete or other cementitious finishing materials are to be bonded unless
33 positive measures such as sandblasting, are taken to completely remove the curing
34 compounds prior to the application of such additional materials.
35
36 If field inspection or testing, by the Engineer, indicates that any shotcrete produced, fails to
37 meet the requirements, the Contractor shall immediately modify procedures, equipment, or
38 system, as necessary, and as approved by the Engineer to produce specification material.
39 All substandard shotcrete already placed shall be repaired by the Contractor, to the
40 satisfaction of the Engineer, at no additional cost to the Contracting Agency. Such repairs
41 may include removal and replacement of all affected materials.
42
43 6-18.3(8) Shotcrete Finishing
44 When the shotcrete facing is an Interim coating to be covered by a subsequent shotcrete
45 coating or a cast -in-place concrete fascia later under the same contract, the Contractor shall
46 strike off the surface of the shotcrete facing with a roughened surface as specified in Section
47 6-02.3(12). The grooves of the roughened surface shall be either vertical or horizontal.
48
49 When the shocrete facing provides the finished exposed final surface, the shotcrete face
50 shall be finished using the alternative aesthetic treatment shown in the Plans. The
51 alternatives are as follows:
52
53 Alternative A
54 After the surface has taken its initial set (crumbling slightly when cut), the surface shall
55 be broom finished to secure a uniform surface texture.
56
57 Alternative B
58 Shotcrete shall be applied in a thickness a fraction beyond the alignment wires and
59 forms. The shotcrete shall stiffen to the point where the surface does not pull or crack
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 85
1
when screeded with a rod or trowel. Excess material shall be trimmed, sliced, or
2
scraped to true lines and grade. Alignment wires shall be removed and the surface
3
shall receive a steel trowel finish, leaving a smooth uniform texture and color. Once the
4
shotcrete has cured, pigmented sealer shall be applied to the shotcrete face. The
5
shotcrete surface shall be completed to within a tolerance of '/2 inch of true line and
6
grade.
7
8
Alternative C
9
Shotcrete shall be hand -sculptured, colored, and textured to simulate the relief, jointing,
10
and texture of the natural backdrop surrounding the facing. The ends and base of the
11
facing shall transition in appearance as appropriate to more nearly match the color and
12
texture of the adjoining roadway fill slopes. This may be achieved by broadcasting fine
13
and coarse aggregates, rocks, and other native materials into the final surface of the
14
shotcrete while it is still wet, allowing sufficient embedment into the shotcrete to become
15
a permanent part of the surface.
16
17
6-18.4 Measurement
18
Shotcrete facing will be measured by the square foot surface area of the completed facing
19
measured to the neat lines of the facing as shown in the Plans.
20
21
6-18.5 Payment
22
Payment will be made in accordance with Section 1-04.1 for each of the following bid items
23
when they are included in the proposal:
24
25
"Shotcrete Facing", per square foot.
26
27
All costs in connection with constructing shotcrete facing as specified shall be included
28
in the unit contract price per square foot for "Shotcrete Facing" including all steel
29
reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, pvc
30
pipe for weep holes, exterior surface finish, and pigmented sealer (when specified).
31
32
SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
33
August 2, 2004
34
7-05.5 Payment
35
The sentence following "Catch Basin Type 2_ In. Diam.", per each" is deleted.
36
37
The following is inserted after "Concrete Inlet", per each":
38
39
All costs associated with furnishing and installing gravel backfill for bedding manholes,
40
inlets and catch basins shall be included in the unit contract price for the item installed.
41
42
The following is inserted after "Precast Concrete Drywell", per each.
43
44
"Combination Inlet", per each.
45
All costs associated with furnishing and installing gravel backfill for bedding manholes,
46
inlets, and catch basins shall be in the unit contract price for the item installed.
47
48
SECTION 7-12, VALVES FOR WATER MAINS
49
April 5, 2004
1
50
7-12.3 Construction Requirements
51
In the third paragraph the reference to Section 7-10 is revised to Section 7-09.
52
53
54
In the fourth paragraph the reference to Section 7-11 is revised to Section 7-09.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 86
1 SECTION 7-14, HYDRANTS
2 April 5, 2004
3 7-14.3(1) Setting Hydrants
4 In the third paragraph the reference to Section 7-11 is revised to Section 7-09.
5
6 7-14.3(6) Hydrant Extensions
7 The reference to Section 7-11 is revised to Section 7-09.
8
9 SECTION 7-15., SERVICE CONNECTIONS
10 April 5, 2004
11 7-15.3 Construction Requirements
12 In the second paragraph the reference to Section 7-10 is revised to Section 7-09.
13
14 SECTION 7-17, SANITARY SEWERS
15 April 5, 2004
16 7-17.3(2)6 Exfiltration Test
17 In the third paragraph, "Maximum leakage (in gallons per hour)" = 0.28 x SIH x D x L
18 V6 100.
19 7-17.3(2)C Infiltration Test
20 In the second paragraph, "Maximum leakage (in gallons per hour)" = 0.16 x SIH x D x L
21 _2 100 .
22
23 7-17.3(2)E Low Pressure Air Test for Sanitary Sewers Constructed of Air -
24 Permeable Materials
25 In the seventh paragraph, the statement "If CT —1, then time = KT" is revised to "If CT < 1,
26 then time = KT."
27
28 In the seventh paragraph, the statement "If CT • 1.75, then time = KT/1.75" is revised to "If CT
29 > 1.75, then time = KT/1.75."
30
31 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
32 August 2, 2004
33 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
34 This section is revised to read:
35
36, The Contractor shall identify the ESC Lead at the preconstruction discussions. The
37 ESC Lead shall have, for the life of the contract, a current Certificate of Training in
38 Construction Site Erosion and Sediment Control from a course approved by WSDOT's
39 Statewide Erosion Control Coordinator.
40
41 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC)
42 plan. Implementation shall include, but is not limited to:
43
44 1. Installing and maintaining all temporary erosion and sediment control Best
45 Management Practices (BMPs) included in the TESC plan to assure continued
46 performance of their intended function. Damaged or inadequate TESC BMPs
47 shall be corrected immediately.
48
49 2. Inspecting all on-site erosion and sediment control BMPs at least once every
50 five working days and each working day there is a runoff event. Inspections
51 shall occur within 24 hours of the runoff event. ATESC Inspection Report shall
52 be prepared for each inspection and shall be included in the TESC file. A copy
53 of each TESC Inspection Report shall be submitted to the Engineer no later
54 than the end of the next working day following the inspection. The report shall
55 include, but not be limited to:
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 87
L
1
2
a. When, where and how BMPs were installed, maintained, modified,
3
and removed;
4
b. Observations of BMP effectiveness and proper placement;
5
c. Recommendations for improving future BMP performance with
6
upgraded or replacement BMPs when inspections reveal TESC plan
7
inadequacies.
8
9
3. Updating and maintaining a TESC file on site that includes, but is not limited to:
10
11
a. TESC Inspection Reports.
12
b. Temporary Erosion and Sediment Control (TESC) plan narrative.
13
c. National Pollutant Discharge Elimination System construction ,permit
14
(Notice of Intent).
I
15
d. Other applicable permits.
16
17
Upon request, the file shall be provided to the Engineer for review.
18
19
SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
20
December 6, 2004
21
8-04.3(1)A Extruded Cement Concrete Curb
22
The second and third paragraphs are revised to read:
23
24
The pavement shall be dry and cleaned of loose and deleterious material prior to curb
25
placement. Cement concrete curbs shall be anchored to the existing pavement by
26
placing steel tie bars 1 foot on each side of every joint.
27
28
Tie bars shall meet the dimensions shown in the Standard Plans.
29
30
SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB
31
August 2, 2004
32
8-07.1 Description
33
This section is revised to read:
34
35
This work shall consist of furnishing and installing precast traffic curb, block traffic curb,
36
sloped mountable curb, or dual faced sloped mountable curb of the design and type
37
specified in the plans in accordance with these Specifications and in conformity to the
38
Standard Plans and the locations indicated in the plans or as directed by the Engineer.
39
40
8-07.3(1) Installing Curbs
41
This section is supplemented with the following:
42
43
For sloped mountable curb installed in curves, the units shall be either curved blocks
44
precast to the radii shown in the plans or tangent blocks sawn to the dimensions shown
45
in the Standard Plans to conform to the specified radii.
'
46
47
8-07.3(2) Painting of Curbs
48
The first sentence is revised to read:
49
50
Concrete curbing shall be painted with two full coats of paint conforming to Section 9-
51
34.2, as shown in the Plans or as designated by the Engineer.
52
53
8-07.4 Measurement
1
54
This section is supplemented with the following:
55
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 88
L
1
2
3
5
6
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
Sloped mountable curb will be measured by the linear foot along the front face of the
curb. Dual faced sloped mountable curb will be measured by the linear foot of tapered
block and nosing block installed. Measurement of both faces shall not be allowed.
8-07.5 Payment
This section Is supplemented with the following:
"Precast Sloped Mountable Curb", per linear foot.
"Precast Dual Faced Sloped Mountable Curb", per linear foot.
SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE
August 2, 2004
8-12.3(1)A Posts -
The seventh paragraph is revised to read:
Pullposts shall be spaced at 1,000 -foot maximum intervals for Type 1, 3, and 6 fence,
and at 500 -foot maximum intervals for Type 4 fence.
SECTION 8-14, CEMENT CONCRETE SIDEWALKS
April 4, 2005
8-14.3(3) Placing and Finishing Concrete
The fourth paragraph is revised to read:
Sidewalk ramps shall be of the type specified in the Plans. The detectable warning
pattern shall have the truncated dome shape shown in the Standard Plans and may be
installed using a manufactured material before or after the concrete has cured, or by
installing masonry or ceramic tiles. Embossing or stamping the wet concrete to achieve
the truncated dome pattern or using a mold into which a catalyst hardened material is
applied shall not be allowed. Acceptable manufacturers' products are shown on the
Qualified Products List.
When masonry or ceramic tiles are used to create the detectable warning pattern, the
Contractor shall block out the detectable warning pattern area to the depth required for
installation of the tiles and finish the construction of the concrete ramp. After the
concrete has set and the forms have been removed, the Contractor shall install the tiles
using standard masonry practices.
The two -foot wide detectable warning pattern area on the ramp shall be yellow and shall
match Federal Standard 595a, color number 33538. When painting the detectable
warning pattern is required, paint shall conform to section 9-34.2(1).
8-14.3(5) Ramp Detectable Warning Retrofit
This section is supplemented with the following:
t
1
n
t
Where shown in the plans, the Contractor shall retrofit existing cement concrete ,
sidewalk ramps by installing a detectable warning pattern having the truncated dome
shape shown in the Standard Plans. The warning pattern shall be the width of the ramp
and cover the bottom two feet of the ramp. The truncated dome pattern shall be
perpendicular to the long axis of the ramp.
The Contractor shall use one of the detectable warning pattern products listed in the
Qualified Products List or submit another manufacturer's product for approval by the
Engineer. The warning pattern shall be capable of being bonded to an existing cement
concrete surface. The surface of the warning pattern, excluding the domes, shall not be
more than 3/8 inch above the surface of the concrete after installation.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
89
r�
1
1 8-14.4 Measurement
2 This section is supplemented with the following:
3
4 Ramp detectable warning retrofit will be measured by the square foot of truncated dome
5 material installed on the existing ramp.
6
7 8-14.5 Payment
8 The following new bid item is inserted after "Cement Conc. Sidewalk Ramp Type _", per
9 each.
10
11 "Ramp Detectable Warning Retrofit", per square foot.
12
13 SECTION 8-15, RIPRAP
14 April 5, 2004
15 8-15.3(6) Quarry Spalls
16 The second sentence is revised to read:
17
18 After placement, the quarry spalls shall be compacted to be uniformly dense and
19 unyielding.
20
21 8-15.5 Payment
22 In the second paragraph, the first sentence is revised to read:
23
24 The unit contract price per ton or per cubic yard for the class or kind of riprap specified
25 above shall be full pay for furnishing all labor, tools, equipment, and materials required
26 to construct the riprap protection, except for excavation.
27
28 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS
29 April 5, 2004
30 This section is revised to read:
31
32 8-17.1 Description
33 This work shall consist of furnishing, constructing, repairing, and removing permanent
34 and temporary impact attenuator systems selected from the approved list shown in the
35 Plans.
36
37 8-17.2 Materials
38 Sand for inertial barrier systems shall not contain more than 5% water by weight.
39 Commercial grade urea shall be thoroughly mixed with the sand in an amount equal to 5
40 percent, by weight, of the sand.
41
42 Undamaged sand barrel impact attenuators that have been previously utilized may be
43 utilized in a temporary impact attenuator array only, if inspected and approved by the
44 Engineer prior to use.
45
46 8-17.3 Construction Requirements
47 The assembly and installation of all attenuator systems, except those utilizing sand
48 barrels, shall be supervised at all times by either a manufacturer's representative or an
49 installer who has been trained and certified by the manufacturer of the system. If the
50 supervision is provided by a trained installer, a copy of the installer certification shall be
51 provided to the Engineer prior to installation.
52
53 Assembly and installation shall be in accordance with the manufacturer's
54 recommendations. This work shall include the connection to a concrete barrier, bridge
55 abutment or a transition section identified in the Plans, construction of a steel reinforced
56 concrete pad or concrete backup, and anchorage to the pavement, if required by the
57 manufacturer's assembly and installation procedures.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 90
1
2
3
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
The Contractor shall have a complete set of replacement parts on the jobsite for each
type of temporary impact attenuator in use on the project and shall repair all damaged
impact attenuators immediately.
When the Engineer determines that a temporary impact attenuator is no longer needed,
then the Contractor shall remove that attenuator from the project. The removed
equipment shall remain the property of the Contractor.
8-17.4 Measurement
Temporary and permanent impact attenuators will be measured per each for each
installation.
Resetting impact
adjusted or reset
measure resetting
operations.
attenuators will be measured per each for each installation that is
to a new location on the project. The Contracting Agency will not
impact attenuators when it is for the benefit of the Contractor's
8-17.5 Payment
Payment will be made in accordance with Section 1-04.1, for the following bid items
when they are included in the proposal:
"Temporary Impact Attenuator", per each.
The unit contract price for "Temporary Impact Attenuator" shall be full pay for all
work associated with the installation, maintenance, and the final removal of the
temporary impact attenuator.
"Permanent Impact Attenuator", per each.
The unit contract price for "Permanent Impact Attenuator" shall be full pay for all
work associated with furnishing, installing and all other costs involved with
installing the impact attenuator in accordance with the manufacturer's
recommendations.
"Resetting Impact Attenuator", per each.
The unit contract price for "Resetting Impact Attenuator" shall be full pay for all work
associated with the removing, transporting, and resetting an impact attenuator.
If an impact attenuator is damaged, it will be repaired in accordance with Section 1-
07.13(4) under the bid item "Reimbursement For Third Party Damage". No
payment will be made for repair of impact attenuators damaged by the Contractor's
operations.
SECTION 8-18, MAILBOX SUPPORT
August 2, 2004
8-18.2 Materials
This section is revised to read:
Materials shall meet the requirements of the following sections:
Steel Posts
_Bracket, Platform, and Anti -Twist Plate
Type 2 Mailbox Support
Timber Sign Posts
Fasteners
Snow Guard
Concrete Base
Steel pipe
U -Channel Post
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 91
9-32.1
9-32.2
9-32.7
9-28.14(1)
9-32.5
9-32.6
9-32.8
9-32.9
9-32.10
P-,
II
L�
1
2
Mailboxes will be furnished by others.
3
4
8-18.3 Construction Requirements
5
This section is supplemented with the following:
6
r
7
8
8-18.3(1) Type 3 Mailbox Support
The concrete base shall be constructed using commercial concrete, with the pipe set to
9
the dimensions shown in the Standard Plans. The base shall be crowned so as to shed
10
water. The concrete may be mixed on the jobsite as specified in Section 6-02.3(4)B.
11
12
The U -channel post may be driven in place provided the method of driving does not
13
damage the post.
14
15
With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other
16
durable material, that meets the NCHRP 350 crash test criteria may be used in place of
17
the design shown in the Standard Plans. In which case, the manufacturer's
18
recommendations concerning installation shall be followed; however, the mailbox itself
19
shall be positioned on the roadway according to the dimensions shown in the Standard
20
Plans.
21
22
SECTION 8-19, REDIRECTIONAL LAND FORM
'
23
April 5, 2004
24
This section is deleted, and the section title is revised to VACANT.
25
26
SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
27
April 5, 2004
'
28
8-20.3(5) Conduit
29
The third sentence in the seventeenth paragraph is revised to read:
30
31
Grout shall obtain a minimum of 4000 psi compressive strength at 7 days.
32
33
8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes
34
35
This section is supplemented with the following:
36
Where conduit and junction boxes are placed in barrier, the Prime Contractor shall
37
coordinate the work of the Contractor constructing the barrier and the electrical
38
Contractor so that each junction box placed in the barrier is placed in correct alignment
39
with respect to the barrier, with the face of the box flush or uniformly chamfered within
40
inch of the barrier surface. If any point on the surface of the junction box placed in
41
barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor
42
shall install a box extension meeting the Engineer's approval and grout around the
43
extension or remove and replace the entire section of barrier.
44
45
8-20.3(9) Bonding, Grounding
46
The first paragraph is revised to read:
47
48
All metallic appurtenances containing electrical conductors (luminaires, light standards,
49
cabinets, metallic conduit, non-metallic conduit, etc.) shall be made mechanically and
50
electrically secure to form a continuous systems which shall be effectively grounded.
51
Where metallic conduit systems are employed, the conduit system constitutes the
52
equipment grounding conductor. Where nonmetallic conduit is installed, the installation
53
shall include an equipment ground conductor, in addition to the conductors noted in the
54
contract. Bonding jumpers and equipment grounding conductors shall be installed in
55
accordance with Section 9-29.3. The equipment ground conductor between the
56
isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper
57
conductor. Where parallel circuits are enclosed in a common conduit, the equipment
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 92
1
2
3
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
grounding conductor shall be sized by the rating of the largest overcurrent device
serving any circuit contained within the conduit.
8-20.3(11) Testing
The fourth paragraph is revised to read:
When the project includes a traffic signal system, the Contractor shall conduct tests
noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a minimum of
five days advance written notice of the proposed traffic signal turn -on date and time.
The traffic signal turn -on procedure shall not begin until all required channelization,
pavement markings, illumination, signs, and sign lights are substantially complete and
operational unless otherwise allowed by the Engineer. The Contractor shall provide
traffic control to stop all traffic from entering the intersection. The Contracting Agency
electronics technician will program the controller and enter the timing data, then turn
the traffic signal system to its flash mode to verify proper flash indications. The
Contracting Agency electronics technician will then conduct functional tests to
demonstrate that each part of the traffic signal system functions as specified. The
Contractor shall conduct functional tests to demonstrate that each part of the
illumination system, or other electrical system, functions as specified. These
demonstration shall be conducted in the presence of a Contracting Agency electronic
technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or
his/her designee. The Contracting Agency electronics technician will then turn the traffic
signal to stop -and -go operation for no less than one full cycle. Based on the results of
the turn -on, the Engineer will direct the Contracting Agency electronics technician to
either turn the traffic signal on to normal stop -and -go operation, to turn the signal to
flash mode for a period not to exceed five calendar days, or to turn the signal off and
require the Contractor to cover all signal displays and correct all deficiencies.
SECTION 8-22, PAVEMENT MARKING
April 4, 2005
8-22.1 Description
Transverse Markings
This section is revised to read:
Crosswalk Line
A series of SOLID WHITE lines, 24 inches wide and 8 feet long, conforming to
details in the Standard Plans.
Stop Line
A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract.
Symbol Markings
This section is supplemented with the following:
Access Parking Space Symbol with Background
A WHITE marking with, a BLUE background and WHITE border conforming to
details in the Standard Plans that is used to a designate restricted parking stall on
cement concrete pavement surfaces.
Yield Line Symbol
A series of WHITE markings conforming to details in the Standard Plans forming a
transverse line across a vehicle path and used to designate the point when vehicles
shall yield before entering a traffic lane.
Yield Ahead Symbol
A WHITE marking conforming to details in the Standard Plans that is used in
advance of a yield line.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
93
1
1
u
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
Speed Bump Symbol
WHITE marking used to identify a speed bump placed in a traffic lane.
8-22.3(2) Preparation of Roadway Surfaces
This section is revised to read:
For the application of paint the pavement surface temperature and ambient temperature
shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free
of contaminants such as surface oils. Portland cement concrete pavement shall have a
minimum compressive strength of 2500 psi and shall be dry, clean and free of
contaminants. Contaminants shall be removed by approved mechanical means.
For the application of plastic pavement marking material surface temperature and
ambient temperature shall be 50° F and rising. New and existing HMA pavement shall
be dry, clean, and free of contaminants such as surface oils and existing pavement
marking materials. Portland cement concrete pavement shall also be free of
contaminants including curing agents. Contaminants shall be removed by approved
mechanical means.
Pavement surfaces shall be prepared for plastic marking application in accordance with
the previous paragraph and the pavement marking material manufacturer's
recommendations. Manufacturers of Type. D material also require a pavement cure
period prior to application. Typically, Type D material applied on hot mix asphalt
pavement requires a pavement cure period of 21 days. Typically, Type D material
applied on portland cement concrete pavement requires a pavement cure period of 28
days. These cure periods may be reduced if the manufacturer performs a successful
bond test.
Existing pavement marking material shall be removed, measured, and paid for in
accordance with the provisions in this section of the Standard Specifications.
8-22.3(3) Marking Application
The first paragraph is revised to read:
Lane line and right edge line shall be white in color. Center line and left edge line shall
be yellow in color. All temporary pavement markings shall be retroreflective. Paint and
sprayed or extruded plastic material shall be applied with a top dressing of glass
breads. Two applications of paint will be required to complete all paint markings. The
time period between paint applications will vary depending on the type of pavement and
paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows:
Pavement Type Paint Type
Bituminous Surface Treatment Low VOC Waterborne
Hot Mix Asphalt Pavement
Cement Concrete Pavement
Bituminous Surface Treatment
Hot Mix Asphalt Pavement
Cement Concrete Pavement
Low VOC Waterborne
Low VOC Waterborne
High and Low VOC Solvent
High and Low VOC Solvent
High and Low VOC Solvent
The first sentence of the second paragraph is revised to read:
SW 27TH ST.ISTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 94
Time Period
4 hours min., 48
hours max.
4 hours min., 30
days max.
4 hours min., 30
days max.
40 min. min., 48
hrs. max.
40 min: min.; 30
days max.
40 min. min., 30
days max.
1 Where paint is -applied on centerline on two-way roads with bituminous surface
2 treatment or centerline rumble strips, the second paint application shall be applied in the
3 opposite direction as the first application.
4
5 The ninth and tenth paragraphs are revised to read:
6
7 Profiles are defined as that portion of the plastic line that is applied at a greater
8 thickness than the base line thickness. Profiles shall be applied using the extruded
9 method in the same application as the base line. See the Standard Plans for details.
10
11 Embossed plastic lines are defined as a plastic line applied with a transverse groove.
12 Embossed plastic lines may be applied with profiles. See the Standard Plans for details.
13
14 The last paragraph is revised to read:
15
16 When two or more spray applications are required to meet thickness requirements for
17 Type A and Type D materials, top dressing with glass beads is only allowed on the last
18 application. Any loose beads, dirt or other debris shall be swept or blown off the line
19 prior to application of each successive application. Successive applications shall be
20 applied squarely on top of the preceding application.
21
22 8-22.4 Measurement
23 The sixth paragraph is revised to read:
24
25 Diagonal and chevron -shaped lines used to delineate medians, gore areas, and parking
26 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and
27 pattern shown in the Standard Plans. These lines will be measured as painted or plastic
28 line or wide line by the linear foot of line installed. Crosswalk line will be measured by
29 the square foot of marking installed.
30
31 The seventh paragraph is revised to read:
32
33 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad
34 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and
35 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be
36 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each,
37 regardless of the number of arrow heads.
38
39 The ninth paragraph is revised to read:
40
41 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane
42 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
43 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed
44 bump symbol will be measured per each. Removal of crosswalk lines will be measured
45 by the square foot of lines removed.
46
47 8-22.5 Payment
48 The following items are deleted:
49
50 "Painted HOV Lane Symbol Type "
51 "Plastic HOV Lane Symbol Type "
52
53 This section is supplemented with the following:
54
55 "Painted Access Parking Space Symbol with Background", per each.
56 "Plastic Access Parking Space Symbol with Background", per each.
57 "Painted HOV Lane Symbol", per each.
58 "Plastic HOV Lane Symbol", per each.
59 "Painted Yield Line Symbol", per each.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005 95
C�
n
Lj
t
L
t
t
1
1
"Plastic Yield Line Symbol", per each.
2
"Painted Yield Ahead Symbol", per each.
3
"Plastic Yield Ahead Symbol", per each.
4
"Painted Speed Bump Symbol", per each.
5
"Plastic Speed Bump Symbol", per each.
6
7
8
SECTION 9-01, PORTLAND CEMENT
December 6, 2004
9
9-01.2(1) Portland Cement
10
This section is revised to read:
11
12
Portland cement shall conform to the requirements for Types 1, II, or III cement of the
13
Standard Specifications for Portland Cement, AASHTO M 85 or ASTM C 150, except
14
that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na20
15
plus 0.658 K20and except that the content of Tricalcium aluminate (C3A) shall not
16
exceed 8 percent by weight calculated as 2.650A1203 minus 1.692Fe203. The total
17
amount of processing additions used shall not exceed 1% of the weight of portland
1
18
cement clinker. The type and amount of processing additions used shall be shown on
19
mill test reports.
20
21
The time of setting shall be determined by the Vicat Test method, AASHTO T 131 or
22
ASTM C 191.
23
24
9-01.2(4) Blended Hydraulic Cement
25
This section is revised to read:
26
27
Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM)
28
(MS) cement conforming to AASHTO M 240 and meet the following additional
29
requirements:
30
31
1. Type IP(MS) Portland - Pozzolan Cement with moderate sulfate resistance.
32
33
This product shall be limited to Portland Cement and Pozzolan. Pozzolan shall
34
be limited to fly ash or ground granulated blast furnace slag. Fly ash is limited
35
between 15 percent and 35 percent by weight of the cementitious material.
36
Ground granulated blast furnace slag is limited between 15 percent and 25
37
percent by weight of the cementitious material.
38
39
2. Type I(SM) (MS) Slag Modified Portland Cement with moderate sulfate
40
resistance.
41
42
This product shall be limited to Portland Cement and ground granulated blast
43
furnace slag. The addition of ground granulated blast furnace slag shall be
44
limited to a maximum of 25 percent by weight of the cementitious material.
45
46
3. Type I(PM)(MS) Pozzolan — Modified Portland Cement with moderate sulfate
'
47
resistance.
48
49
The product shall be limited to Portland Cement and pozzolan. The pozzolan
50
shall be limited to fly ash or ground granulated blast furnace slag at a
51
maximum of 15 percent by weight of the cementitious material.
52
53
The source and weight of the fly ash or ground granulated blast furnace slag shall be
54
certified on the cement. mill test certificate and shall be reported as a percent by weight
55
of the total cementitious material. The fly ash or ground granulated blast furnace slag
56
constituent content in the finished cement will not vary morethan plus or minus 5
57
percent by weight of the finished cement from the certified value.
58
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 96
1
2
3
4
5
6
7
9
10
11
12
13
14
15
16
17
18
19
Fly ash shall meet the requirements of Section 9-23.9 of these Standard Specifications.
Ground granulated blast furnace slag shall meet the requirements of Section 9-23.10 of
these Standard Specifications.
SECTION 9-02, BITUMINOUS MATERIALS
August 2, 2004
9-02.1(3) Rapid -Curing (RC) Liquid Asphalt
The column headings MC -70, MC -250, MC -800, and MC -3000 are revised to RC -70, RC -
250, RC -800, and RC -3000 respectively.
The RC -250 requirement for "Residue of 680°F distillation % volume by difference" is revised
from .67 to 65.
9-02.1(4)A Performance Grade (PG) Asphalt Cement
This section including title is revised to read:
9-02.1(4)A Performance Graded Asphalt Binder
�►3�1•dJa�c� �di��di;:��t� ld�.■�l:��ci ld�,i �'�a•1
Original Binder
PG58
PG64
PG70
PG76
Performance Grade
Viscosity, AASHTO T316
Maximum 3 Pa -s, test
�►3�1•dJa�c� �di��di;:��t� ld�.■�l:��ci ld�,i �'�a•1
Original Binder
Flash point temp,
AASHTO T48 Minimum
230
°C
Viscosity, AASHTO T316
Maximum 3 Pa -s, test
135
temp, *C
Dynamic shear, AASHTO
T315 G*/sin8, minimum
58
64
70
76
1.00 kPa Test temp. @
10 rad/s, *C
Rolling Thin Film Oven Residue (AASHTO T240)
Mass Change, Maximum,
1,00
percent
Dynamic shear, AASHTO
T315 G*/sin8, minimum
58
64
70
76
2.20 kPa Test temp. @ 10
rad/s, C
Pressure Aging Vessel Residue (AASHTO R28)
PAV aging temperature,
100
,C
Dynamic shear, AASHTO
T315 G*sins, maximum
22
19
16
25
22
19
28
25
22
31
28
5000 kPa Test temp. @
10 rad/s, *C
Creep stiffness, AASHTO
T313 S, maximum 300
-12
-18
-24
-12
-18
-24
-12
-18
-24
-12
-18
MPa, m - value, minimum
0.300 Test temp. @ 60 s,
°C
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
97
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 SECTION 9-03, AGGREGATES
6 April 4, 2005
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
13
size than two times the maximum sieve size for the specified grading measured along
14
the line of greatest dimension.
15
16
9-03.8(2) HMA Test Requirements
17
Number 1 is revised to read:
18
19
Vacant.
20
21
The last paragraph of this section is revised to read:
22
23
When material is being produced and stockpiled for use on a specific contract or for a
24
future contract, the fine aggregate angularity, fracture, and sand equivalent
25
requirements shall apply at the time of stockpiling. When material is used from a
26
stockpile that has not been tested as provided above, the specifications for fine
27
aggregate angularity, fracture, and sand equivalents shall apply at the time of its
28
introduction to the cold feed of the mixing plant.
'
29
30
9-03.12(4) Gravel Backfill for Drains
31
The percent Passing for Sieve size 3/8" square is revised from "10 - 40" to "0 - 40".
32
33
9-03.12(5) Gravel Backfill for Drywells
34
The percent passing for sieve size 1" square is revised to "50-100".
35
36
9-03.14 Borrow
37
This section is supplemented with the following:
38
39
9-03.14(1) Gravel Borrow
40
Ballast may be substituted for gravel borrow for embankment construction.
41
42
9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall
43
All backfill material used in the reinforced soil zone of the geosynthetic retaining wall
44
shall conform to requirements of Section 9-03.14(1) and shall be free draining, free from
45
organic or otherwise deleterious material. The material shall be substantially free of
46
shale or other soft, poor durability particles, and shall not contain recycled materials,
47
such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete.
48
rubble. The backfill material shall meet the following requirements:
49
50
51
Property Test Method Allowable Test Value
Los Angeles Wear,
52
500 rev. AASHTO T 96 35 percent max.
53
Degradation WSDOT Test Method 113 15 min.
54
pH AASHTO T 289-91 **
55
56
** 4.5 to 9 for permanent walls and 3 to 10 for temporary walls
57
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 98
1
2
3
5
6
7
8
X
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
Wall backfill material satisfying these gradation, durability and chemical requirements
shall be classified as nonaggressive.
9-03.21(2) Recycled Hot Mix Asphalt
The Maximum Bitumen Content (Percent) for Gravel Borrow is revised from "0" to "1.2"
SECTION 9-04, JOINT AND CRACK SEALING MATERIALS
April 5, 2004
9-04.2(2) Two Component Poured Rubber Joint Sealer
The section title is revised to read:
9-04.2(2) Poured Rubber Joint Sealer
SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
April 5, 2004
9-05.4(3) Protective Treatment
Treatments 3, 4, and 6 are revised to read:
This treatment is no longer available.
9-05.4(4) Asphalt Coatings and Paved Inverts
The second paragraph under item 2 is revised to read:
The paved invert for Treatment 2 shall consist of bituminous material applied in such a
manner that one or more smooth pavements will be formed in the invert filling the
corrugations for at least 40 percent of the circumference. The pavement shall have a
minimum thickness of 1/8 inch above the crest of the corrugations except where the
upper edges intercept the corrugation. The pavements shall be applied following the
coating with asphalt . Treatment 5 may be substituted for Treatment 2, at the option of
the Contractor.
9-05.10 Steel Storm Sewer Pipe
The first sentence is revised to read:
Steel storm sewer pipe shall conform to the requirements of Section 9-05.4 for steel
culvert pipe, except that protective coating shall be Treatment 1 or 5, and be
constructed of either helically corrugated lock seam or helically corrugated continuous
welded steel pipe.
9-05.11 Aluminum Storm Sewer Pipe
The first sentence is revised to read:
Aluminum storm sewer pipe shall conform to the requirements of Section 9-05.5 for
aluminum culvert pipe, except that the protective coating shall be Treatment 1 or 5, and
the pipe shall be constructed of helically corrugated lock seam aluminum pipe.
9-05.16 Grate Inlets and Drop Inlets
The first and second paragraphs are revised to read:
t
r�
Fi
1
t
1
Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except
structural tube shall conform to ASTM A 500, Grade B, and structural shapes may ,
conform to ASTM A 992. After fabrication, the steel shall be galvanized in accordance
with AASHTO M 111, or galvanized with a hot -sprayed (plasma flame applied) 6 mil
minimum thickness plasma coating.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005
99
1
Steel grating shall be fabricated by weld connections. Welds, welding procedures, and
2
welding materials shall conform with the AWS D1.1/D1.1M, latest edition, Structural
3
Welding Code.
4
5
SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
6
January 5, 2004
r
7
9-06.16 Roadside Sign Structures
8
The third paragraph is revised to read:
9
10
Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A
I
11
992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as
12
an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not
13
otherwise specified shall conform to either, ASTM A 36 or ASTM A 992.
14
15
9-06.18 Metal Railings
16
The first paragraph is revised to read:
17
'
18
Metal bridge railing shall conform to the type and material specifications set forth in the
19
Plans and Special Provisions. Steel used for metal railings, when galvanized after
20
fabrication in accordance with AASHTO M 111, shall have a controlled silicon content of
21
either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the
22
silicon content of the steel shall be submitted to both the galvanizer and the Engineer
23
prior to beginning galvanizing operations.
24
25
SECTION 9-07, REINFORCING STEEL
26
April 4, 2005
27
9-07.3 Epoxy Coated Steel Reinforcing Bars
'
28
This section Is revised to read:
29
30
Epoxy coated rebar shall be coated according to AASHTO M 284 with the additional
31
following modifications:
'
32
33
1. The list of steel reinforcing bars acceptable for coating shall include ASTM A
34
706.
35
36
2 The Contractor shall furnish a written certification that properly identifies the
37
material, the number of each batch of coating material used, quantity
38
represented, date of manufacture, name and address of manufacturer, and a
39
statement that the supplied coating material meets the requirements of
40
AASHTO M 284.
41
42
3. Prior to coating the bars, the Contractor shall submit to the Engineer for
43
review, the coating material manufacturer's recommendation on the proper use
44
and application requirements of the coating material. For Pre Approved Epoxy
45
Coating Facilities this information will be available to the Fabrication Inspector
46
upon request.
47
48
4. A certification stating that all bars have been coated in accordance with the
49
coating material manufacturer's recommendations and these Specifications
50
shall be furnished with each shipment. This certification shall include for each
51
bar size the preheat temperatures, cure times, thickness checks, holidays
52
detected, and test results. Two copies of these certifications shall be furnished
53
to the Engineer.
54
55
5. The Contractor shall give advance notice to the Engineer of the coating
'
56
schedule in the coating plant so that Contracting Agency inspection may be
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 100
1 provided. The Engineer may inspect the coated bars at the coating plant for '
2
approval.
3
4
6. The patching material, compatible with the coating material and inert in
'
5
concrete, shall be supplied with each shipment.
6
Formula A-6-86 Zinc Dust Zinc Oxide Primer
7
7. For projects where epoxy coated steel reinforcing bars are used in the top mat
8
of bridge decks only, the maximum amount of damage to the coating shall not
'
9
exceed 0.25 percent of the surface area of each bar.
10
SECTION 9-09, TIMBER AND LUMBER
11
8. The thickness of epoxy coating shall be 10 mils plus or minus 2 mils.
'
12
9-09.2 Grade Requirements
13
9. Samples, when required, shall be shipped to the Washington State Department
14
15
of -Transportation, Materials Laboratory, 1655 South 2nd Ave, Tumwater,
Washington 98504.
'
16
Hem -Fir No. 1.
17
9-07.10 Prestressing Reinforcement Strand
18
The fourth paragraph is revised to read:
19
April 5, 2004
20
For every 5 reels furnished, one sample, not less than 5 feet long, shall be sent to the
21
Engineer for testing. Samples of the furnished reels with Manufacturer's Certificate of
22
Compliance, a mill certificate, and test report may be shipped directly by the
23
manufacturer to the Engineer. An independent inspector, approved by the Contracting
'
24
Agency, shall be present during sampling and shall provide a written certification to the
25
Engineer.
26
27
9-07.11 Prestressing Reinforcement Bar
28
The sixth paragraph is revised to read:
29
For each heat of steel for high-strength steel bar, the Contractor shall submit two
,30
31
samples, each not less than 5 feet long, to the Engineer for testing.
32
33
SECTION 9-08, PAINTS
'
34
April 5, 2004
35
9-08.2 Paint Formulas — General
36
The following paint formulas and associate specifications are deleted:
'
37
38
Formula A-6-86 Zinc Dust Zinc Oxide Primer
39
Formula H -2 -83 -White Masonry Paint for Precast Curbs
40
Formula H-3-83 Yellow Masonry Paint for Precast Curbs
,
41
42
SECTION 9-09, TIMBER AND LUMBER
43
January 5, 2004
,
44
9-09.2 Grade Requirements
45
Under "Structures", the last sentence is revised to read:
46
47
Timber lagging for soldier pile walls shall be Douglas Fir -Larch, grade No. 2 or better or
48
Hem -Fir No. 1.
49
50
SECTION 9-10, PILING
51
April 5, 2004
52
9-10.5 Steel Piling
53
This section is revised to read:
54
55
The material for steel piling and pile splices shall conform to ASTM A 36 or ASTM A 992,
56
except the material for steel pipe piling and splices shall conform to the requirements of
,
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005
101
I
1
ASTM A 252, Grade 2. Steel soldier piles, and associated steel bars and plates, shall
2
conform to ASTM A 36 or ASTM A 992, except as otherwise noted in the Plans. All steel
3
piling may be accepted by the Engineer based on the Manufacturer's Certification of
4
Compliance.
6
SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
7
August 2, 2004
8
9-14.4(l) Straw
9
The first sentence is revised to read:
10
11
All straw material shall be in an air dried condition free of noxious weeds and other
12
materials detrimental to plant life.
13
'
14
9-14.4(8) Compost
15
The fourth paragraph is revised to read:
16
'
17
18
Compost production and quality shall comply with the Chapter 173-350 Section 220
WAC.
19
20
Under the fifth paragraph, item 1 is revised to read:
21
'
22
1. Compost material shall be tested in accordance with AASHTO Test Method T87
23
and Section 7 of AASHTO T88.
24
25
Compost Type 1 shall meet the following:
26
27
100% shall pass through a 2" sieve
28
29
90% to 100% shall pass through a 1" sieve.
70% to 100% shall pass through a3/4" sieve.
30
40% to 75% shall pass through a'/4" sieve.
31
Maximum particle length of 6 inches.
32
33
Compost Type 2 shall meet the following:
34
35
100% shall pass through a 3" sieve
36
90% to 100% shall pass through a 1" sieve.
37
70% to 100% shall pass through a3/4" sieve.
38
40% to 60% shall pass through a'/4" sieve.
39
Maximum particle length of 6 inches.
40
41
In the seventh paragraph, the first sentence is revised to read:
42
43
Approval of sources for composted products shall be based on the following submittals
44
by the Contractor:
45
46
This section is supplemented with the following:
47
'
48
.
Acceptance will be based upon a satisfactory Test Report from the State Materials Lab
49
indicating that the lot (or lots) of compost meets the specification requirements.
50
51
SECTION 9-15, IRRIGATION SYSTEM
52
January 5, 2004
53
9-15.2 Drip Tubing
54
The second sentence is revised to read:
55
56
Drip tubing shall have a minimum wall thickness of 0.045 inch.
57
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 102
1 SECTION 9-16, FENCE AND GUARDRAIL '
2 April 4, 2005
4
5
7
8
9
10
11
12
1-3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
9-16.1 Chain Link Fence and Gates
All sub -sections under Section 9-16.1 are deleted and replaced with the following:
9-16.1(1) General
All material used in the construction of chain link fence and gates shall be new. Iron or
steel material shall be galvanized unless specified otherwise. Material upon which
serious abrasions of galvanizing occur shall not be acceptable.
9-16.1(1)A Post Material for Chain Link Fence
Except as noted otherwise, post material shall conform to the requirements of AASHTO
M 181, Type I (zinc -coated steel), Grade 1 or 2, and shall be understood to include all
round and roll -formed material (brace rails, top rails, line posts, brace posts, end posts,
corner posts and pull posts).
Grade 1 post material shall conform to the weight per linear foot, minimum wall
thickness and detail requirements of Standard Plan L-2. Grade 1 post material that
exceeds the maximum wall thickness requirement of Standard Plan L-2 may be
accepted, provided it does not interfere with the proper construction of the fence.
Grade 2 post material shall meet the organic exterior coatings requirements of AASHTO
M 181 (Section 33) and the additional requirement that the interior coated surface shall
be capable of resisting 300 hours of exposure to salt fog with a maximum of 5% red rust
when tested in accordance with ASTM B 117.
Round Post Material
Round post material shall be Grade 1 or 2.
• Roll Form Material
Roll -formed post material shall be Grade 1. Roll -formed end, corner, and pull ,
posts shall have integral fastening loops to connect to the fabric for the full
length of each post. Top rails and brace rails shall be open rectangular
sections with internal flanges as shown in Standard Plan L-2.
9-16.1(1)B Chain Link Fence Fabric ,
Chain link fabric shall consist of 11 gage wire for Types 3, 4, and 6 fence, and 9 gage
wire for Type 1 fence. The fabric shall be zinc -coated steel wire conforming to AASHTO
M 181, Class C. '
The wire shall be woven into approximately 2 -inch diamond mesh. The width and top
and bottom finish of the fabric shall be as specified in AASHTO M 181.
9-16.1(1)C Tension Wire
Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing
shall be Class 1.
9-16.1(1)D Fittings and Hardware
Except where indicated, fittings shall be malleable cast iron or pressed steel and shall
conform to the requirements of ASTM F626 or AASHTO M232, whichever is applicable.
Fittings for any particular fence shall be those furnished by the manufacturer of the
fence.
Tension truss rods shall be 3/8 inch round galvanized rods with drop forged turnbuckles
or other approved type of adjustment. Couplings for tubular sections shall be outside
sleeve type and shall be at least 6 inches long.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE1,SEGMENT1
CITY OF RENTON
JULY 2005 103
1
' SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
104
1
Eye bolts for attaching tension wire shall be 3/8 inch diameter and of sufficient length to
2
fasten to the type of post being used.
3
4
Tension bars shall be 3/16 inch by 3/4 inch nominal and cross sectional area shall be
5
0.141 int +/-5%. _
6
7
Hog rings shall be 12 gage galvanized steel wire. Tie wire shall be 9 gage galvanized
8
steel wire or 9 gage aluminum wire meeting the requirements of ASTM F626.
9
10
9-16.1(E) Chain Link Gates
11
Gate frames shall be constructed of not less that 11/2 inch (I.D.) hot -dipped galvanized
12
pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-
13
16.1(1)A. The corners of the gate frame shall be fastened together and reinforced with
14
a malleable iron or pressed steel fitting designed for the purpose, or they may be
15
welded. Welding shall conform to the requirements of Section 6-03.3(25). All welds
16
shall be ground smooth and painted with an A-9-73 or A-11-99 primer meeting the
17
requirements of Section 9-08.2. The paint shall be applied in one or more coats to
18
provide a minimum dry film thickness of 3.5 mils.
19
20
Chain link fence fabric for filling the gate frame shall meet the requirements of Section
21
9-16.1(1)13 for the fence type being furnished.
22
23
..Cross trussing shall be 5/16 inch steel adjustable rods galvanized in accordance with
24
Section 9-16.1(1)D.
25
26
Each gate shall be furnished complete with necessary hinges, latch, and drop bar
27
locking device designed for the type of gate posts and gate used on the project. Gates
28
shall have positive type latching devices with provisions for padlocking. Hinges, latches,
29
and locking devices shall be galvanized in accordance with Section 9-16.1(1)D.
30
31
Gate frames constructed of steel sections, other than pipe, that are fabricated in such a
32
manner as to form a gate of equal or better rigidity may be used provided they are
33
approved by the Engineer.
34
35
9-16.1(1)F Concrete
36
All concrete for chain link fence shall be as specified in Section 6-02.3(2)B.
'
37
38
9-16.1(2) Approval
39
Approval of materials for chain link fence shall be by evaluation of independent test
40
41
results from a certified testing laboratory or by QPL. Independent test results for
evaluation shall be submitted to the State Materials Engineer in Tumwater WA.
42
43
9-16.2 Wire Fence and Gates
44
All sub -sections under Section 9-16.2 are deleted and replaced with the following:
45
46
9-16.2(1) General
47
All materials used in the construction of the wire fence shall be new. All iron or steel
48
material shall be galvanized. Material upon which serious abrasions of galvanizing
49
occur will not be acceptable.
50
51
52
9-16.2(1)A Steel Post Material
• Round Post Material
53
Round post material shall conform to AASHTO M 181, Type I, Grade 1.
54
55
0 Angle Post Material (Channel, T, U, Y, or Other Approved Style)
'
56
All angle PoStr material shall be hot -dipped galvanized in accordance with the
57
requirements of AASHTO M 111 grade 75. Galvanizing shall be 1.7 oz/ft2 Of
58
surface area. Angle post used for end, corner, gate and pull post and brace shall
59
have a minimum weight of 3.1 Ib/ft.
' SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
104
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Posts shall be not less than 7 feet in length. A tolerance of -5% on the weight of
individual posts, braces or anchor plates will be permitted. One type of line post shall
be used throughout the project. Line posts shall be studded, slotted, or properly
adapted for attaching either wire or mesh in a manner that will not damage the
galvanizing of posts, wire or mesh during the fastening. Line posts shall have a
minimum weight of 1.33 lbs/ft and shall be provided with a tapered galvanized steel
anchor plate. The anchor plate shall be securely attached and have a surface area of
20 +/-2 int, a minimum weight of 0.67 pounds and 1.7 oz/ft2 galvanizing.
9-16.2(1)B Wood Fence Posts and Braces
Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of
wood fence posts and braces. The material shall be of good quality and approved by
the Engineer before use. Peeler cores shall not be used for round posts. Wood fencing
materials shall have sufficient sapwood in the outer periphery to obtain the specified
penetration of preservative. Western red cedar will not require preservative treatment.
Fencing materials shall be cut to the correct length before pressure treatment.
Line posts shall be 3 inch minimum diameter round posts or nominal 3 inch by 3 inch
square sawed posts. If the posts are to be pointed for driving, they shall be pointed
before treatment. Line posts shall be at least 7 feet in length.
Pull posts and brace posts shall be 6 inch diameter round posts or nominal 6 inch by 6
inch material not less than 7 feet in length.
End, gate, and corner posts, and posts at an intersecting fence shall be 6 inch diameter
round posts or nominal 6 inch by 6 inch material not less than 7 feet 10 inches in length.
All sawed posts and timbers shall meet the requirements in the table under Section 9-
09.2.
The preservatives used to pressure treat wood fencing materials shall meet the
requirements of Section 9-09.3.
The retention and penetration of the preservative shall be as follows:
Minimum Retention in Pounds Per Cubic Foot
Preservative
Sawed Posts
Round Posts
Creosote
10.00
8.00
Pentachlorophenol
0.50
0.40
ACA
0.40
0.40
ACZA
0.40
0.40
CCA
0.40
0.40
Minimum Penetration
for material 5" or less - 0.40 inches penetration and 90% of sapwood
for material 5" or greater - 0.50 inches penetration and 90% of sapwood
9-16.2(1)C Brace Wire
Brace wire shall be 9 gage wire galvanized to meet the requirements of AASHTO M
279, Type Z, Class 1.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
105
1
I
[I
I']
'
1
9-16.2(1)D Staples and Wire Clamps
2
The staples used to attach the wire fencing to wood posts shall be 9 gage wire, 1 1/2
3
inches long, galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
4
5
The wire clamps used to attach the wire fencing to steel posts shall be 11 gage wire,
6
galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
7
8
9-16.2(1)E Barbed Wire
9
Barbed wire shall conform to the requirements of AASHTO M 280, Type Z and shall
10
consist of two strands of 12 1/2 gage wire, twisted with four point 14 gage barbs with
11
barbs spaced 5 inches apart (Design 12-4-5-14R). Galvanizing shall be Class 3.
12
13
9-16.2(1)F Wire Mesh
14
Wire mesh shall conform to the requirements of AASHTO M 279, Type Z and shall
15
consist of eight horizontal wires with vertical stays spaced 6 inches apart. The top and
16
bottom wires shall be 10 gage, and the intermediate wires and vertical stays shall be 12
17
1/2 gage. The mesh shall have a total width of 32 inches (Design 832-6-12 1/2).
18
Galvanizing shall be Class 3.
19
20
The zinc coated wire as represented by the test specimens shall be capable of being
21
wrapped in a close helix at a rate not exceeding 15 turns/minute around a cylindrical
22
steel mandrel having a diameter the same as the specimen being tested, without
23
cracking or flaking the zinc coating to such an extent that any zinc can be removed by
24
rubbing with the bare fingers.
25
26
9-16.2(1)G Vertical Cinch Stays
'
27
Vertical cinch stays shall be 10 gage galvanized wire meeting the requirements of
28
AASHTO M 279, Type Z, Class 1.
'
29
30
9-16.2(1)H Miscellaneous Hardware
31
Bolts, nuts, hinges, latches and other miscellaneous hardware shall be galvanized in
32
accordance with AASHTO M 232.
33
34
9-16.2(1)1 Wire Gates
35
Gate frames shall be constructed of galvanized pipe with a nominal diameter of not less
36
than 1 inch._ The pipe shall conform to the requirements of AASHTO M181 Type I,
37
Grade 1. Wire gates shall be not less than 48 inches in height and shall be designed to
38
fit openings of the width called for in the Plans or as indicated by the bid items. Each
39
gate shall be provided with two upright braces of the same material as the frame,
40
spaced at 1/3 points in the gate. All gates shall be provided with adjustable 5/16 inch
41
diameter galvanized diagonal truss rods from corner to corner. Galvanizing shall be in
42
accordance with Section 9-16.2(1)H.
43
44
The gate frame shall be provided with wire mesh conforming to the requirements
45
specified in Section 9-16.2(1)F, except that it shall consist of 10 horizontal wires and
46
have a total width of 47 inches.
47
48
Each gate shall be furnished complete with necessary galvanized hinges and latch
49
designed for use with the type of gate posts used on the project. The hinges shall be so
50
designed as to be securely attached to the gate post and to enable the gate to be swing
51
back against the fence. Double gates shall be hinged in the same manner as single
52
gates and shall be provided with an approved galvanized drop bar locking device.
53
Galvanizing for hinges, latches, and locking devices shall be in accordance with Section
54
9-16.2(1)H.
'
55
56
9-16.2(1)J Concrete
57
All concrete for wire fence shall be as specified in Section 6-02.3(2)B.
58
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 106
1 9-16.2(2) Approval
2 Approval of materials for wire fence shall be by evaluation of independent test results
3 from a certified testing laboratory or by QPL. Independent test results for evaluation
4 shall be submitted to the State Materials Engineer in Tumwater WA.
5
6 9-16.3(1) Rail Element
7 The third paragraph is revised to read:
8
9 The 6 -inch channel rails and splice plates shall conform to ASTM A 36, except that the
10 channel rails may conform to ASTM A 992. All fabrication shall be complete before
11 galvanizing.
12
13 9-16.3(2) Posts and Blocks
14 The first sentence of the first paragraph is revised to read:
15
16 Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber,
17 waterborne chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), or
18 ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel; except
19 only treated timber posts and blocks may be used for weathering steel beam guardrail.
20
21 In the second paragraph, the treatment for Pentachlorophenol is revised from 060 lbs. pcf to
22 0.60 lbs. pcf.
23
24 The fourth paragraph is revised to read:
25
26 Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36 or
27 ASTM A 992, and shall be galvanized in accordance with AASHTO M 111. Welding
28 shall conform to Section 6-03.3(25). All fabrication shall be completed prior to
29 galvanizing.
30
31 9-16.3(4) Hardware
32 This section is revised to read:
33
34 Bolts, unless otherwise specified, shall comply with ASTM A 307 Grade A specifications.
35 High strength bolts shall conform to the requirements of AASHTO M 164. Nuts, unless
36 otherwise specified, shall comply with ASTM A 563 Grade A specifications. Washers,
37 unless otherwise specified, shall meet ASTM F 844 specifications. The Contractor shall
38 submit a manufacturer's certificate of compliance for high strength bolts, nuts, and
39 washers prior to installing any of the hardware. A307 Bolts will be accepted by field
40 verification and documentation that bolt heads are stamped 307A.
41
42 9-16.3(5) Anchors
43 The sixth paragraph is revised to read:
44
45 The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming to
46 the specifications of ASTM A 36, except that the W200 x 27 may conform to ASTM A
47 992.
48
49 SECTION 9-17, FLEXIBLE GUIDE POSTS
50 December 6, 2004
51 9-17.1 General
52 The first paragraph is revised to read:
53
54 Flexible guide posts shall be made of a flexible, nonwarping, nonmetallic, durable plastic
55 material; shall be resistant to damage due to impact, ultraviolet light, ozone,
56 hydrocarbons, and other effects of atmospheric weathering; shall resist stiffening with
57 age; and shall exhibit good workmanship and be free of burns, discoloration,
58 contamination and other objectionable marks or defects that affect appearance or
SW 27TH ST.ISTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 107
f!
1
serviceability. The portion of ground mounted guide post installed below ground may be
2
the same material as the portion above ground or other durable material suitable for
3
firmly anchoring the post in the ground. When iron or steel are used for the in ground
'
4
portion, galvanize in accordance with AASHTO M 111. The top of tubular posts shall be
5
closed to prevent moisture or debris from entering. Surface mounted guide posts shall
6
be mounted on a base made of a rigid high impact resistant material and be resistant to
7
ultraviolet light, ozone, and hydrocarbons. The post shall mount directly into or onto the
'
8
base in a tamper proof .manner and shall allow for easy replacement. Guardrail
9
mounted guide posts shall. be the same as ground mounted guide posts except the
10
length shall be adjusted to meet .the mounting height requirements in the Standard
11
Plans. Appropriate holes shall be provided for fastening the guide post to the guard rail
12
post.
13
14
The second sentence in the second paragraph is revised to read:
'
15
16
If analysis by the Materials Laboratory determines there is a change in material
17
composition, such change shall constitute grounds for rejection and/or removal from the
18
Qualified Products List.
'
19
20
The second sentence in the fifth paragraph is deleted.
21
22
Section 9-17.1 is supplemented with the following new sub -sections:
'
23
24
9-17.1(1) Dimensions
25
1. Flat Type — The post has a minimum width of 3 inches of continuous flat surface
26
with no curvature for the entire length of the post. This will allow for ridges on the
27
outer edges and back of post intended for structural support.
28
29
2. Tubular Type — The post is tubular or round/circular in shape. This allows for a
'
30
tubular post with a minimum diameter of 3 inches or a tubular post with a minimum
31
diameter of 2 inches with a flat or flattened oval surface at least 3 inches wide and
32
12 inches long measured from the top for mounting reflective sheeting.
33
34
3. Non -flat and Non -tubular Type —This includes all post that do not fit into the two
35
types indicated above. This would include convex, w -shape, oval, and other post
36
designs. The post shall be wide enough to accept a 3 inch wide reflective sheeting.
37
Any curvature or rounding shall not significantly reduce the brightness value of the
38
reflective sheeting.
39
40
4. Surface Mount Guide Post Base — The base for surface mount guide posts shall be
41
approximately 8 inches in diameter with a maximum height of 2 inches.
42
43
5. Guide posts shall be of such length to provide the required mounting height above
44
the pavement surface in accordance with the Standard Plans.
45
46
9-17.1(2) Reflective Sheeting
47
Reflective sheeting for guide posts shall be Type III, IV, V, or VII conforming to Section
48
9-28.12. The reflective panel on a flat or elliptical guidepost shall have a minimum width
49
of 3 inches facing traffic. The reflective sheeting shall have a minimum area of 24
50
square inches (3 inches by 8 inches). The reflective panel on a round guidepost shall
51
have an 8 -inch minimum band of reflective sheeting visible for 360 degrees. Mount the
52
reflective sheeting on the guide post as detailed in the Standard Plans. Sheeting shall
53
remain in place during the life of the post.
54
55
9-17.2 Laboratory Tests
56
This section including title is revised to read:
57
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 108
1 9-17.2 Ultraviolet Resistance Test Procedure (Laboratory Test)
2 Two posts will be tested initially for tensile strength and elongation according to ASTM
3 D-638 and again after 1,000 hours QUV weatherometer exposure (ASTM G53).
4
5 Six bow tie specimens shall be prepared from the delineator post samples submitted for
6 the purpose of ultraviolet (UV) exposure. The specimens shall be cycled at 1,000 hours
7 in a weatherometer in accordance with ASTM G 53 (3 hr. 60C UV, 3 hr. 50C CON).
8 Three of each type shall be used for control purposes. The remaining three shall be
9 subjected to 1000 hours of UV exposure in the QUV weatherometer. Specimen
10 dimensions conform to those outlined below.
11
12 The laboratory test data shall summarize the tensile strength of each, and the average
13 tensile strength for both control and weathered samples. The data shall also summarize
14 the elongation of each, and the average elongation for both control and weathered
15 samples. The average values shall be used to show the percent change in tensile and
16 elongation.
17
18 Section 9-17.2 is supplemented with the following new sub -section:
19
20 9-17.2 (1) Acceptance
21 The specimens shall show no signs of delamination, distress, or discoloration. Physical
22 properties of tensile strength and rigidity shall be maintained within 80 percent of the
23 unconditioned values.
24
25 9.17.3 Field Tests
26 This section including title is revised to read:
27
28 9-17.3 Field Impact Test Procedure
29 Sample size of eight units will be tested the following way:
30
31 Flexible Ground Mounted Posts
32 Eight flexible ground mounted posts installed by the manufacturer (four installed
33 manually and four installed mechanically). The delineators will be hit ten times
34 (four posts for glancing bumper hits and four posts for wheel hits). A standard
35 sedan with a bumper height of approximately 18" while traveling at a speed of 55 ±
36 2 mph will be used for impact testing. Five of the impacts will be at an ambient
37 temperature of 32 ± 5°F and the remaining five impacts at an ambient temperature
38 of 85 ±_50F. The test vehicle shall impact four of the posts at an angle
39 perpendicular to the front of the post and shall impact the remaining posts at an
40 angle of 250 clockwise from the angle perpendicular to the front of the posts. The
41 same test samples will be used for the ten hits. Two flexible posts will be used for
42 weatherometer testing. A glancing hit is defined as one on the bumper near the
43 vehicle headlight. The delineators shall be installed a minimum of eight hours prior
44 to being hit.
45
46 Flexible Surface Mounted Posts
47 Eight flexible surface mounted posts installed by the manufacturer will be hit ten
48 times (four posts for glancing bumper hits and four posts for wheel hits). A standard
49 sedan with a bumper height of approximately 18" while traveling at a speed of 55 ±
50 2 mph will be used for impact testing. Five of the impacts will be at an ambient
51 temperature of 32 ± 5°F and the remaining five impacts at an ambient temperature
52 of 85 ± 5°F. The test vehicle shall impact four of the posts at an angle
53 perpendicular to the front of the post and shall impact the remaining posts at an
54 angle of 250 clockwise from the angle perpendicular to the front of the posts. The
55 same test samples will be used for the ten hits. Two flexible posts will be used for
56 weatherometer testing. A glancing hit is defined as one on the bumper near the
57 vehicle headlight. The delineators shall be installed a minimum of eight hours prior
58 to being hit.
59
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 109
v
1
Section 9-17.3 is supplemented with the following new sub -sections:
2
3
9-17.3 (1) Test Observations
4
Inspect each post after each impact and document the following:
'
5
6
1. Any splits, cracks, breaks or other forms of deformation or distress;
7
8
2. The percent list to vertical two minutes after each impact;
9
10
3. The approximate percentage of the reflective area that is damaged after each
'
11
12
impact to an extent.it no longer performs as intended;
13
4. Any problems or comments associated with the installation and removal of the
14
posts and bases. The testing agent will document any special equipment or
15
techniques required for installing or removing the posts and bases.
'
16
17
5. Any problems or comments associated with the performance of each ground
18
mounted flexible delineator post that would be of interest to the states;
'
19
20
6. Type of soil and impact surface.
21
22
23
9-17.3 (2) Acceptance
A failure is defined as any of the following:
24
25
1. A minimum of 50 percent of the reflective sheeting shall be retained
26
undamaged. An area of damage greater than 50 percent is considered a
'
27
failure.
28
29
2. If the guide post leans more than 10 degrees from vertical it is considered a
'
30
failure.
31
32
3. Any cracking, other than surface cracking evident on only one face of the post,
33
34.
is considered a failure.
35
4. Pullout in excess of 3 inches is considered a failure.
36
37
At least six of the guide posts must pass each criteria in the 55 + 2 miles per hour series
38
of impacts to be acceptable.
39
40
SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES
41
April 4, 2005
42
This section is supplemented with the following new sub -sections:
43
44
9-23.10 Ground Granulated Blast Furnace Slag
45
Ground granulated blast furnace slag shall meet the requirements of AASHTO M 302,
46
Grade 100 or Grade 120. The grade of the ground granulated blast furnace slag, the
47
source, and type of manufacturing facility shall be certified on the cement mill test
48
certificate.
49
50
9-23.11 Microsilica Fume
51
Microsilica Fume shall conform to the requirements of AASHTO M 307. The optional
52
physical requirement for Reactivity with Cement Alkalies . set forth in Table 3 will be
53
required when Microsilica Fume is being used as an ASR mitigation measure.
54
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 110
v
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
SECTION 9-28, SIGNING MATERIALS AND FABRICATION
December 6, 2004
9-28.1 General
The third sentence in the first paragraph is deleted.
9-28.6 Destination Sign Messages
The second paragraph is deleted.
9-28.8 Sheet Aluminum Signs
The sheet thickness chart is revised to read:
Maximum Horizontal Dimension
Overlay panels
Up to 20 inches
20 inches to 36 inches, inclusive
Over 36 inches (Permanent Signs)
The fourth paragraph is revised to read:
u
Sheet Aluminum Thickness
0.050 inch '
0.063 inch
0.080 inch
0.125 inch
Before placing aluminum in contact with untreated steel, the steel surfaces shall be
protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-11-
99 and two coats of aluminum paint D-1-57.
9-28.10 Plywood Signs
This section is deleted.
9-28.11 Hardware
The entry for hardware item "Angle and "Z" Bar' in the table in this section is revised to read
Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum
ASTM A 36 or ASTM A 992 Steel
9-28.14(2) Steel Structures and Posts
This section is revised to read:
Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for
sign bridge structures and cantilever sign structures shall conform to either ASTM A 36
or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall
thickness shall be as shown in the Plans or Standard Plans. All other structural steel for
sign bridge structures and cantilever sign structures shall conform to either ASTM A 36
or ASTM A 992. Truss member connection hardware shall conform to Section 9-
06.5(3).
Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B
Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural
steel for bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A
992. U bolts, and associated nuts and washers, shall be stainless steel conforming to
Section 9-28.11, and shall be fabricated hot.
Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts
and washers for sign bridge and cantilever sign structure foundations shall conform to
AASHTO M 291 Grade DH and AASHTO M 293, respectively.
Steel sign structures and posts shall be galvanized after fabrication in accordance with
AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall
be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise
specified in the Plans or Special Provisions, metal surfaces shall not be painted.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 111
'
1
2
Except as otherwise noted, steel used for sign structures and posts shall have a
3
controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the
4
Plans or Special Provisions specify painting of the galvanized steel surfaces, then the
'
5
controlled silicon content requirement does not apply for those steel members. Mill test
6
certificates verifying the silicon content of the steel shall be submitted to both the
7
galvanizer and the Engineer prior to beginning galvanizing operations.
8
9
Minor fabricating and modifications necessary for galvanizing will be allowed if not
10
detrimental to the end product as determined by the Engineer. If such modifications are
11
12
contemplated, the Contractor shall submit to the Engineer, for approval, six copies of
the proposed modifications, prior to fabrication.
13
14
SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL
'
15
April 4, 2005
16
9-29.3 Conductors, Cable
17
Under the second paragraph, item 5 is revised to read:
18
19
5. -Pole and bracket cable shall be atwo-conductor cable rated for 600 volts. The
20
individual conductors shall be one red and one black 19 -strand No. 10 AWG
21
copper, assembled parallel. The conductor insulation shall be 45 -mil polyvinyl
22
chloride or a 600 volt rated cross-linked polyethylene. The Jacketing shall be
23
polyethylene or polyvinyl chloride not less than 45 -mils thick. If luminaires with
24
remote ballasts are specified in the contract, this same cable shall be used
25
between luminaire and ballast for both timber and ornamental pole construction. If
26
the luminaire requires fixture wire temperatures greater than 75°C, the outer jacket
27
shall be stripped for that portion of the cable inside the luminaire. The single
28
conductors shall then be sheathed with braided fiberglass sleeving of the
29
temperature rating recommended by the luminaire manufacturer.
30
31
9-29.6 Light and Signal Standards
32
The first paragraph is supplemented with the following:
33
34
Fabrication of light and signal standards shall conform to the applicable requirements of
35
Section 6-03.3(14).
36
37
9-29.6(1) Light and Signal Standards
38
This section including title is revised to read:
39
40
9-29.6(1) Steel Light and Signal Standards
41
Steel plates and shapes for light and signal standards shall conform to ASTM A 36,
42
except that structural shapes may conform to ASTM A 992. Shafts for light and signal
43
standards, except Type PPB signal standards, shall conform to ASTM A 572 Grade 50.
'
44
Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM
45
signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for
46
light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in
47
the Standard plans for fixed base light standards. Base plates for signal standards shall
48
conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners
49
for handhole covers, bands on lighting brackets, and connector attachment brackets
50
shall conform to ASTM F 593.
51
52
Light and signal standards shall be hot -dipped galvanized in accordance with AASHTO
53
M 111 and AASHTO M 232.
54
55
Steel used for light and signal standards shall have a controlled silicon content of either
56
0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon
57
content of the steel shall be submitted to both the galvanizer and the Engineer prior to
58
beginning galvanizing operations.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 112
v
1
2 9-29.6(2) Slip Base Hardware
3 This section is revised to read:
4
5 Slip plates and anchor plates for light standards and for Type FB and RM signal
6 standards shall conform to the requirements of ASTM A 572 Grade 50. The keeper
7 plate shall be 28 gage, conforming to ASTM A 653 coating designation G 90. Clamping
8 bolts for slip base assemblies and slip base adapters shall conform to AASHTO M 164.
9 Studs and bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall
10 conform to AASHTO M 291 Grade DH. Hardened washers shall conform to AASHTO M
11 293. Plate washers shall conform to ASTM A 36.
12
13 Galvanized bolts shall meet standard specification 9-06.5(4).
14
15 9-29.10 Luminaires
16 Under the first paragraph, the third sentence in item D is revised to read:
17
18 All internal luminaire assemblies shall be assembled on or fabricated from either
19 stainless steel or galvanized steel.
20
21 9-29.13 Traffic Signal Controllers
22 This section is supplemented with the following:
23
24 All Traffic Signal Control Equipment Shall be Tested As Follows.
25
26 The supplier shall:
27
28 1. Seven days prior to shipping, arrange appointment for controller cabinet
29 assembly, and testing at the WSDOT Materials Laboratory or the facility
30 designated in the Special Provisions.
31
32 2. Assembly shall be defined as but not limited to tightening all screws, nuts
33 and bolts, verifying that all wiring is clear of moving parts and properly
34 secured, installing all pluggables, connecting all cables, Verify that all
35 contract required documents are present, proper documentation is
36 provided, and all equipment required by the contract is installed.
37
38 3. The assembly shall be done at the designated WSDOT facility in the
39 presence of WSDOT personnel.
40
41 4. The supplier shall demonstrate that all of the functions required by this
42 specification and the contract Plans and Special Provisions perform as
43 intended. Demonstration shall include but not be limited to energizing the
44 cabinet and verifying that all 8 phases, 4 pedestrian movements, 4
45 overlaps (as required by the Contract Provisions) operate per Washington
46 State Standard Specifications Section 9-29.13. The supplier shall place
47 the controller in minimum recall with interval timing set at convenient value
48 for testing purposes. Upon a satisfactory demonstration the controller
49 assembly will then be accepted by WSDOT for testing.
50
51 5. If the assembly, and acceptance for testing is not complete within 5
52 working days of delivery, the Project Engineer may authorize the return of
53 the assembly to the supplier, with collect freight charges to the supplier.
54
55 6. The Contractor will be notified when the testing is complete, and where
56 the assembly is to be picked -up for delivery to the project.
57
58 7. The supplier has 5 working days to repair or replace any components that
59 fail during the testing process at no cost to the Contracting Agency. A
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 113
t
t
1
failure shall be defined as a component that no longer functions as
2
intended under the conditions required or does not meet the requirements
3
of the Contract Specifications and is at the soul discretion of WSDOT.
4
5
8. Any part or component of the controller assembly, including the cabinet
6
that is rejected shall not be submitted for use by WSDOT or any City or
7
County in the State of Washington.
8
9
9-29.13(6) Radio Interference Suppressers
10
In the first paragraph, the second sentence is revised to read:
11
12
Interference suppressers shall be of a design which will minimize interference in both
13
broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50
14
decibels over a frequency range of 200 kilohertz to 75 megahertz when used in
15
connection with normal installations
16
17
9-29.13(7) Traffic -Actuated Controllers
18
In the first paragraph, item 3 is revised to read:
19
20
3. A minimum of four overlaps.
21
22
9-29.13(7)B Auxiliary Equipment for NEMA Controllers
23
Under the first paragraph, item 2 is supplemented with the following:
24
25
The controller cabinet shall have all cabinet wiring installed for eight vehicle phases,
26
four pedestrian phases, four emergency pre-empts, four overlaps (OL A, B, C, D).
27
28
Under the first paragraph, item 7 is revised to read:
29
30
7. A "Display Panel" when noted in the contract. The display panel shall depict a
31
generic eight -phase operation. The panel shall be mounted on the inside of the
32
front cabinet door and the mounting shall be of a design that allows positioning of
33
the panel in four orientations 90 degrees from each other. The mounting shall be
34
removable without use of any tools. Incandescent red, yellow, green, walk and don't
35
walk indicator lights shall be provided for each phase. The indicator lights shall be
36
connected to the associated field terminals. The connecting cable shall be long
37
enough to allow for any mounting orientation. No diodes will be allowed in the
38
display panel. A means of disconnecting all wiring entering the panel shall be
39
provided. Switches shall be provided on the panel with labels and functions as
40
follows:
41
42
a. Display On — Signal indicator lamps will display the operation of the
43
intersection.
44
45
b. Test —All indicator lamps shall be energized.
46
47
c. Display Off — all signal- indicator lamps shall be de -energized.
48
49
A "Detector Panel", as specified in Standard Specification Section 9-29.12(7)D,
50
shall be installed. The panel shall be mounted on the inside of the front cabinet
51
door. The detector panel shall be constructed as a single unit. Detector switches
52
with separate operate, test, and off positions shall be provided for each field
53
detector input circuit. A high intensity light emitting diode (LED) shall be provided
54
for each switch. The lamp shall energize upon vehicle, pedestrian or test switch
55
actuation. The test switch shall provide a spring loaded momentary contact that will
56
place a call into the controller. When in the OFF position, respective detector
57
circuits will be disconnected. In the operate . position, each respective detector
58
circuit shall operate normally. Switches shall be provided on the panel with labels
59
and functions as follows:
SW 2f" ST.ISTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 114
1
2
a. Display On — Detector indicator lights shall operate consistent with their
3
respective switches.
4
5
b. Display Off — detector indicator lights shall be de -energized.
6
7
A means of disconnecting all wiring entering the panel shall be provided. The
8
disconnect shall include a means to jumper detection calls when the display panel
9
is disconnected. All switches on the panel shall be marked with its associated plan
10
detector number. All markers shall be permanent.
11.
12
9-29.13(7)D NEMA Controller Cabinets
13
This section is revised to read:
14
15
Each traffic -actuated NEMA controller shall be housed in a weatherproof cabinet
16
conforming to the following requirements:
17
18
1. Construction shall be of 0.073 -inch minimum thickness series 300 stainless
19
steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The
20
stainless steel shall be annealed or one -quarter -hardness complying- with
21
ASTM A666 stainless steel sheet. Cabinets may be finished inside with an
22
approved finish coat of exterior white enamel. If no other coating is specified
23
in the Contract Provisions the exterior of all cabinets shall be bare metal. All
24
controller cabinets shall be furnished with front and rear doors.
25
26
2. The cabinet shall contain shelving, brackets, racks, etc., to support the
27
controller and auxiliary equipment. All equipment shall set squarely on shelves
28
or be mounted in racks and shall be removable without turning, tilting, or
29
rotating or relocating one device to remove another. A 24 slot rack or racks
30
shall be installed. The rack(s) shall be wired for 2 channel loop detectors and
31
as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop
32
detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop
33
detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6
34
loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase
35
8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5
36
detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23
37
wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4
38
channel discriminator, wired for channel A, B, C, D. All loop detector slots shall
39
be wired for presence/ pulse detection/ extension. If an external power supply
40
is required in order for the entire racks(s) to be powered it shall be installed.
41
All rack(s) slots shall be labeled with engraved identification strips.
42
43
3. Additional detection utilizing the "D" connector shall be installed in accordance
44
with the contract. The cabinet shall be of adequate size to properly house the
45
controller and all required appurtenances and auxiliary equipment in an upright
46
position with a clearance of at least 3 inches from the vent fan and filter to
47
allow for proper air flow. In no case shall more than 70 percent of the cabinet
48
volume be used. There shall be at least a 2 -inch clearance between shelf
49
mounted equipment and the cabinet wall or equipment mounted on the cabinet
50
wall.
51
52
4. The cabinet shall have an air intake vent on the lower half of the front door,
53
with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in
54
place with a spring-loaded framework.
55
56
5. The cabinet door(s) shall be provided with: '
57
58
a. Spring loaded construction core locks capable of accepting a Best
59
type CX series six segment (core installed by others) shall be
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 115
'
1
installed in each door with the exception of the police panel door.
2
Cabinet doors shall each have a three point latch system.
3
4
b. A police panel assembly shall be installed in the front door and shall
5
have a stainless steel hinge pin and a police panel lock. Two police
6
keys with shafts a minimum of 1 3/4 inches long shall be provided
7
with each cabinet.
8
9
c. All doors and police panel door shall have one piece closed cell,
10
neoprene gaskets.
11
12
d. A two position doorstop assembly. Front and rear interior light control
13
switches.
14
15
9-29.1-3(7)E Type 170E, 170E -HC -11, 2070, 2070 Lite, ATC Controller Cabinets
16
This section is revised to read:
17
18
The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303
19
ITS/ATC cabinets, or as specified in the contract. Each door shall be furnished with a
20
construction core lock conforming to Standard Specifications 9-29.13 (7)D 5a, b and c
21
above. A police panel with door, stainless steel hinge pin and lock shall be provided.
22
Two police keys with shafts a minimum of 1 3/4" long shall be, provided with each
23
cabinet. Each of these cabinets shall be furnished with auxiliary equipment described in
24
Standard Specification 9-29.13(7)C. Type 334 cabinets for traffic data station controller
25
furnished shall meet current Caltrans 170E specifications, as stated in Standard
26
Specification 9-29.13(7) and as follows. Camera control and DMS local control cabinets
27
shall contain the equipment shown in the Plans. The cabinet shall have the same
28
external physical dimensions and appearance of Model 334 cabinets.
29
30
1. The cabinet shall be fabricated of stainless steel or sheet aluminum in
31
accordance with Section 9-29.13(7)D, Item number 1. Painted steel, painted or
32
anodized aluminum is not allowed.
33
34
2. Cabinet doors shall have athree-point latch and two -position stop assembly
35
with spring loaded construction core lock capable of accepting a Best lock
36
company type, with 6 -pin CX series core. The Contractor shall supply
37
construction cores. Upon contract completion, the Contractor shall deliver two
38
master keys to the Engineer.
39
40
3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart.
41
42
4. A shatterproof fluorescent interior cabinet lights with self-starting ballast shall
43
be furnished, one fixture mounted on the rear rack near the top and the second
44
mounted at the top of the front rack. Door switches shall automatically turn on
45
both lights when either door is opened.
46
47
5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall
48
be provided in lieu of the two controller unit support angles. The shelf shall be
49
fabricated from aluminum and shall be installed such that it does not interfere
50
with access to any terminal block. The shelf shall contain a rollout flip -top
51
drawer for storage of wiring diagrams and manuals.
52
53
A disposable paper filter element of at least 180 square inches shall be provided in lieu
54
of a metal filter.
55
56
All traffic data and ramp meter cabinets shall include the following accessories:
57
58
1. Each cabinet shall be equipped with a fully operable controller equipped as
59
specified in the Contract Provisions.
sw 27TH ST.ISTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 116
a
2
2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each
3
using 133 millimeters of rack height.
4
5
3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989
6
Caltrans 170 specification, with all current amendments.
7
8
The PDA #3 shall contain three Model 200 Load Switches.
9
10
A transient voltage protection device shall be provided, which plugs into the
11
controller unit receptacle and in turn accepts the controller plug and meets the
12
electrical requirements of Section 9-29.13(7)B(3) item e.
13
14
A second transfer relay, Model 430, shall be mounted on the rear of the PDA
15
#3 and wired as shown in the Plans.
16
17
4. Police Panel shall contain only one DPDT toggle switch. The switch shall be
18
labeled POLICE CONTROL, ON-OFF.
19
20
5. Display Panel
21
22
A. General
23
Each cabinet shall be furnished with a display panel. The panel shall be
24
mounted, showing and, providing detection for inputs and specified
25
controller outputs, at the top of the front rack above the controller unit.
26
The display panel shall be fabricated from brushed aluminum and
27
constructed according to the detail in the Plans.
28
29
B. Text
30
All text on the display panel shall be black in color and silk screened
31
directly to the panel except the Phenolic detector and cabinet nameplates.
32
A nameplate for each loop shall be engraved with a 1/4 inch nominal text
33
according to the ITS Field Wiring Charts. The nameplates shall be
34
permanently affixed to the display panel.
35
36
C. LEDs
37
The LEDs for the display panel shall meet the following specifications:
38
39
Case size T 1-3/4
40
Viewing angle 500 minimum
41
Brightness 8 Milli candelas
42
43
LEDs with RED, YELLOW or GREEN as part of their labels shall be red,
44
yellow or green in color. All other LEDs shall be red. All LEDs shall have
45
tinted diffused lenses.
46
47
D. Detector Display Control Switch
48
Each display panel shall be equipped with one detector display control
49
switch on the panel with labels and functions as follows:
50
51
ON
52
Detector display LEDs shall operate consistent with their separate
53
switches.
54
55
OFF
56
All detector indicator LEDs shall be de -energized. Detector calls shall
57
continue to reach the controller.
58
59
TEST
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 117
1
All detector indicator LEDs shall illuminate and no calls shall be
2
placed to the controller.
3
4
E.
Advance Warning Sign Control Switch
5
Each display panel shall be equipped with one advance warning sign
6
control switch on the panel with labels and functions as follows:
7
8
AUTOMATIC
9
Sign Relay shall energize upon ground true call from controller.
10
1-1
SIGN OFF
12
Sign Relay shall de -energize.
13
14
SIGN ON
15
Sign Relay shall energize.
16
17
F.
Sign Relay
18
19
The sign relay shall be plugged into a socket installed on the rear of the
display panel. The relay shall be wired as shown in the Plans. The relay
20
coil shall draw (or sink) 50 milliamperes ± 10% from the 170E controller
21
and have a DPDT contact rating not less than 10 amperes. A 1N4004
22
diode shall be placed across the relay coil to suppress voltage spikes.
23
The anode terminal shall be connected to terminal #7 of the relay as
24
labeled in the Plans. The relay shall energize when the METERING
25
indicator LED is lit.
26
27
G.
Detector Input Indicators
28
One display LED and one spring-loaded two -position SPST toggle switch
29
shall be provided for each of the 40 detection inputs. These LEDs and
30
switches shall function as follows:
31
32
TEST
33
When the switch is in the test position, a call shall be placed to the
�
34
controller and energize the associated LED. The switch shall
g
35
automatically return to the run position when it is released.
36
37
RUN
38
In the run position the LEDs shall illuminate for the duration of each
39
call to the controller.
40
41
H.
Controller Output Indicators
42
The display panel shall contain a series of output indicator LEDs mounted
43
below the detection indicators. The layout shall be according to the detail
44
in the Plans. These LEDs shall illuminate upon a ground true output from
45
the controller via the C5 connector.
46
47
The output indicator LEDs shall have resistors in series to drop the voltage
48
from 24 volts DC to their rated voltage and limit current below their rated
49
current. The anode connection of each LED to +24 VDC shall be wired
50
through the resistor.
51
52
I.
Connectors
53
Connection to the display panel shall be made by three connectors, one
54
pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1
55
and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin
56
connectors and shall be compatible such that the two connectors can be
57
connected directly to one another to bypass the input detection. Wiring for
58
the P1, P2 and C5 connectors shall be as shown in the Plans.
59
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
118
1 The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and
2 C6 according to the pin assignments shown in the Plans.
3
4 6. Model 204 Flasher Unit
5 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign
6 flasher unit mounted on the right rear side panel. The flasher shall be powered
7 from T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6.
8
9 7. Fiber Optic Patch Panel
10 The Contractor shall provide and install a rack -mounted fiber optic patch panel
11 as identified in the Plans.
12
13 Cabinet Wiring
14 1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel.
15 Layout and position assignment of the terminal blocks shall be as noted in
16 the Plans.
17
18 Terminals for field wiring in traffic data and/or ramp metering controller
19 cabinet shall be labeled, numbered and connected in accordance with the
20 following:
21
22 Terminal Terminal and Connection
23 Block Pos. Wire Numbers Identification
24 TBS 501-502 AC Power, Neutral
25 T1-2 641 Sign on
26 T1-4 643 Sign off
27 T1-5 644 Flasher Output NC
28 T1-6 645 Flasher Output NO
29 T471 631 Lane 3 - Red
30 T4-2 632 Lane 3 - Yellow
31 T4-3 633 Lane 3 - Green
32 T4-4 621 Lane 2 - Red
33 T4-5 622 Lane 2 - Yellow
34 T4-6 623 Lane 2 - Green
35 T4-7 611 Lane 1 - Red
36 T4-8 612 Lane 1 - Yellow
37 T4-9 613 Lane 1 - Green
38
39 Loop lead-in cables shall be labeled and connected to cabinet terminals
40 according to the ITS Field Wiring Chart. This chart will be provided by the
41 Engineer within 20 days of the Contractor's request.
42
43 9-29.16(2)A Optical Units
44 Under the first paragraph, number 4 (warranty) is deleted.
45
46 9-29.19 Pedestrian Push Buttons
47 The third paragraph is deleted
48
49 9-29.21 Flashing Beacon
50 This section is revised to read:
51
52 Flashing beacons shall be installed as detailed in the Plans, as specified in the Special
53 Provisions, and as described below:
54
55 Controllers for flashing beacons shall be as specified in Section 9-29.15.
56
57 Beacons shall consist of single section, 8 -inch or 12 -inch traffic signal heads, three
58 or four-way adjustable, meeting all of the applicable requirements of Section 9 -
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 119
'.
1
29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch
2
yellow displays shall be dimmed 50% after dark.
3
The bracket, platform, and anti -twist plate shall be 16 gage sheet steel, conforming to
4
Mounting brackets, mountings, and installation shall meet all applicable
5
requirements of Section 9-29.17.
6
9-32.4 Wood Posts
7
Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans
8
or as determined by the Engineer.
9
Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar.
10
9-29.24 Service Cabinets
11
Under the first paragraph, item F is revised to read:
12
CITY OF RENTON
13
F. The, minimum size of control c_ ircuit conductors used in service cabinets shall be
14
No. 14 AWG stranded copper.
15
16
All electrical contactors shall have the loadside terminals toward the front (door
17
side) of the service cabinet.
18
19
Under the first paragraph, the fourth sentence of item I is revised to read:
20
21
No electrical devices shall be connected to the dead front panel.
22
23
9-29.25 Amplifier, Transformer, and Terminal Cabinets
24
Under the first paragraph, the fourth sentence of item 3 is revised to read:
25
26
The Contractor shall supply construction cores with two master keys. The keys shall be
27
delivered to the Engineer.
28
29
30
SECTION 9-30, WATER DISTRIBUTION MATERIALS
August 2, 2004
31 9-30.6(1) Saddles
32 The first sentence is revised to read:
33
34 Saddles shall be ductile iron, bronze, brass, or stainless steel.
35
36 9-30.6(2) Corporation Stops
37 The first sentence is revised to read:
38
39 Corporation stops shall be made of bronze or brass alloy.
40
41 9-30.6(4) Service Fittings
42 The first sentence is revised to read:
43
44 Fittings used for service connections shall be made of bronze or brass alloy.
45
46 SECTION 9-32, MAILBOX SUPPORT
47 August 2, 2004
48
9-32.2 Bracket, Platform and Anti -Twist Plate
49
50
This section is revised to read:
51
The bracket, platform, and anti -twist plate shall be 16 gage sheet steel, conforming to
52
ASTM A 36.
53
54
9-32.4 Wood Posts
55
This section is revised to read:
56
57
Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar.
SW 2f" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 120
1
2 Section 9-32 is supplemented with the following:
3
4 9-32.8 Concrete Base
5 The concrete in the concrete base shall meet or exceed the requirements of Section 6-
6 02.3(2)B.
7
8 9-32.9 Steel pipe
9 The requirements for commercially available, Schedule 40, galvanized steel pipe,
10 elbows, and couplings shall be met for all parts not intended to be bent or welded.
11 Welded and bent parts shall be galvanized after fabrication in accordance with AASHTO
12 M 111.
13 -
14 9-32.10 U -Channel Post
15 U -channel posts shall meet the requirements of ASTM A 29, weigh a minimum of 3
16 pounds per linear foot, and shall be galvanized according to AASHTO M 111.
17
18 SECTION 9-33, CONSTRUCTION GEOTEXTILE
19 April 5, 2004
20 This section including title is revised to read:
21
22 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
23 April 5, 2004
24 9-33.1 Geosynthetic Material Requirements
25 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and
26 prefabricated drainage mats.
27
28 Geotextiles, including geotextiles attached to prefabricated drainage core to form a
29 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns
30 formed into a stable network such that the fibers or yarns retain their position relative to
31 each other during handling, placement, and design service life. At least 95 percent by
32 weight of the material shall be polyolefins or polyesters. The material shall be free from
33 defects or tears. The geotextile shall also be free of any treatment or coating which
34 might adversely alter its hydraulic or physical properties after installation.
35
36 Geogrids shall consist of a regular network of integrally connected polymer tensile
37 elements with an aperture geometry sufficient to permit mechanical interlock with the
38 surrounding backfill. The long chain polymers in the geogrid tensile elements, not
39 including coatings, shall consist of at least 95 percent by mass of the material of
40 polyolefins or polyesters. The material shall be free of defects,.cuts, and tears.
41
42 Prefabricated drainage core shall consist of a three dimensional polymeric material with
43 a structure that permits flow along the core laterally, and which provides support to the
44 geotextiles attached to it.
45
46 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in
47 Section 9-33.2, and additional tables as required in the Special Provisions for each use
48 specified in the Plans. Specifically, the geosynthetic uses included in this section and
49 their associated tables of properties are as follows:
50
51 Applicable
52 Geotextile Application Property Tables
53 Underground Drainage, Low Survivability,
54 Classes A, B, and C Tables 1 and 2
55
56 Underground Drainage, Moderate Survivability,
57 Classes A, B, and C Tables 1 and 2
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 121
u
I 1
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Separation
Soil Stabilization
Permanent Erosion Control, Moderate Survivability,
Classes A, B, and C
Permanent Erosion Control, High Survivability
Classes A, B, and C
Ditch Lining
Temporary Silt Fence
Permanent Geosynthetic Retaining Wall
Temporary Geosynthetic Retaining Wall
Prefabricated Drainage Mat
Tables 9 and 10 will be included in the Special Provisions.
Table 3
Table 3
Tables 4 and 5
Tables 4 and 5
Table 4
Table 6
Tables 7 and 9
Tables 7 and 10
Table 8
Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the
properties specified in Table 9 for permanent walls, and Table 10 for temporary walls.
For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material
placed at the wall face to retain the backfill material as shown in the Pians shall conform
to the properties for Construction Geotextile for Underground Drainage, Moderate
Survivability, Class A.
Thread used for sewing geotextiles shall consist of high strength polypropylene,
polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew
permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of
temporary or permanent geosynthetic retaining walls, shall also be resistant to
ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile
itself.
9-33.2 Geosynthetic Properties
9-33.2(1) Geotextile Properties
Table 1: Geotextile for underground drainage strength properties for survivability.
Geotextile Property Requirements'
Low Moderate
Survivability Survivability
Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan
Grab Tensile Strength, ASTM D4632 180 lbs./115 lbs. min. 250 lbs./160 lbs. min.
min. in machine and
x -machine direction
Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50%
machine and x -machine
direction
Seam Breaking Strength ASTM D46323 160 lbs./100 lbs. min. 220 lbs./140 lbs. min.
Puncture Resistance ASTM D4833 67 lbs./40 lbs. min. 80 lbs./50 lbs. min.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
122
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Tear Strength, min. in ASTM D4533 67 lbs/40 lbs. min
machine and x -machine
direction
80 lbs./50 lbs. min.
Ultraviolet (UV)
ASTM D4355 50% strength
50% strength
Rediation stability
retained min.,
retained min.,
after 500 hrs. in
after 500 hrs. in
weatherometer
weatherometer
Table 2: Geotextile for underground drainage filtration properties.
Geotextile Property Requirements'
Geotextile Property
Test Method 2 Class A Class B Class C
AOS
ASTM D4751 .43 mm `max. .25 mm max. .18 mm max.
(#40 sieve) (#60 sieve) (#80 sieve)
Water Permittivity
ASTM D4491 .5 sec' min. .4 sec' min. .3 sec' min.
Table 3: Geotextile for separation or soil stabilization.
Geotextile Property Requirements'
Separation
Soil Stabilization
Geotextile Property
Test Method 2 Woven/Nonwoven
Woven/Nonwovan
AOS
ASTM D4751 .60 mm max.
.43 mm max.
(430 sieve)
(#40 sieve)
Water Permittivity
ASTM D4491 .02 sec' min.
.10 sec' min.
Grab Tensile Strength,
ASTM D4632 250 lbs./160 lbs. min.
315 lbs./200 lbs. min.
min. in machine and
x -machine direction
Grab Failure Strain, in
ASTM D4632 <50%/>50%
<50%/>50%
machine and x -machine
direction
Seam Breaking Strength ASTM D46322 220 lbs./140 lbs. min.
270 lbs./180 lbs. min.
Puncture Resistance
ASTM D4833 80 lbs./50 lbs. min.
112 lbs./79 lbs. min.
Tear Strength, min. in
ASTM D4533 80 lbs/50 lbs. min.
112 lbs./79 lbs. min.
machine and x -machine
direction
Ultraviolet (UV)
ASTM D4355 50% strength
50% strength
Rediation stability
retained min.,
retained min.,
after 500 hrs. in
after 500 hrs. in
weatherometer
weatherometer
Table 4: Geotextile for
permanent erosion control and ditch lining.
Geotextile Property Requirements'
Permanent Erosion Control
Ditch Lining
Moderate High
Servicability Servicability
Geotextile Property Test
Method 2 Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan
AOS ASTM
D4751 See Table 5 See Table 5
.60 mm max (#30 sieve)
Water Permittivity ASTM
D4491 See Table 5 See Table 5
.02 sec' min.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 123
1
2
Grab Tensile Strength, ASTM
D4632 250 lbs./160 lbs. min. 315 lbs./200 lbs. min.
250 lbs./160 lbs. min.
3
min. in machine and
4
x -machine direction
6
Grab Failure Strain, in ASTM
D4632 15%-50%/>50% 15%-50%/>50%
<50%/>50%
7
machine and x -machine
8
direction
9
10
Seam Breaking Strength th ASTM
D46322 220 lbs./140 lbs. min. 270 lbs./180 lbs. min.
220 lbs./140 lbs. min.
11
12
Burst Strength ASTM
D3785 400 pse/190 psi min. 500 psi/320 psi min.
13
14
Puncture Resistance ASTM
D4833 80 lbs./50 lbs. min. 112 lbs./79 lbs. min.
80 lbs./50 lbs. min.
15
16
Tear Strength, min. in ASTM
D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min.
80 lbs./50 lbs. min.
17
machine and x -machine
18
19
direction
20
Ultraviolet (UV) ASTM
D4355 70% strength 70% strength
70% strength
21
Rediation stability
retained min., retained min.,
retained min.,
22
after 500 hrs. in after 500 hrs. in
after 500 hrs. in
23
weatherometer weatherometer
weatherometer
24
25
Table 5: Filtration properties
for geotextile for permanent erosion control.
26
j
27
Geotextile Property Requirements'
28
Geotextile Property
2
Test Method Class A Class B Class C
29
30
AOS
ASTM D4751 .43 mm max. .25 mm max. .22 mm max.
(#40 sieve) (#60 sieve) (#70 sieve)
31
II,
32
Water Permittivity
ASTM D4491 .7 sec' min. .4 sec' min. .2 sec' min.
33
34
Table 6: Geotextile for temporary silt fence.
35
36
Geotextile Property Requirements'
37
Supported
38
Between
39
Unsupported
Posts with Wire or
40
Geotextile Property
Test Method 2 Between Posts
Polymeric Mesh
41
AOS
ASTM D4751 .60 mm max. for slit
.60 mm max. for slit
42
film wovens
film wovens
43
(#30 sieve)
(#30 sieve)
44
.30 mm max. for all
.30 mm max. for all
�.
45
other geotextile
other geotextile
46
types (#50 sieve)
types (#50 sieve)
47
.15 mm min.
.15 mm min.
®r
48
(#100 sieve)
(#100 sieve)
49
50
Water Permittivity
ASTM D4491 .02 sec' min.
.02 sec - min.
51
52
Grab Tensile Strength,
ASTM D4632 180 lbs. min. in
100 lbs. min.
53
min. in machine and
machine direction,
54
x -machine direction
100 lbs. min. in
55
x -machine direction
56
57
Grab Failure Strain, in
ASTM D4632 30% max. at 180 lbs.
58
machine and x -machine
or more
(�
59
direction
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
I
JULY 2005
124
�,
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Ultraviolet (UV) ASTM D4355
Rediation stability
70% strength
retained min.,
after 500 hrs. in
weatherometer
70% strength
retained min.,
after 500 hrs. in
weatherometer
'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the
test result for any sampled roll in a lot shall meet or exceed the values shown in the
table).
2The test procedures used are essentially in conformance with the most recently
approved ASTM geotextile test procedures, except for geotextile sampling and
specimen conditioning, which are in accordance with WSDOT Test Methods 914 and
915, respectively. Copies of these test methods are available at the State Materials
Laboratory in Tumwater.
3With seam located in the center of 8 -inch long specimen oriented parallel to grip faces.
9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced
Slopes
All geotextile properties provided in Table 7 are minimum average roll values. The
average test results for any sampled roll in a lot shall meet or exceed the values shown
in the table. The test procedures specified in the Table are in conformance with the
most recently approved ASTM geotextile test procedures, except for geotextile sampling
and specimen conditioning, which are in accordance with WSDOT Test Methods. 914
and 915, respectively.
Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic
reinforced slopes and retaining walls.
Geotextile Property
Water Permittivity
AOS
Grab Tensile Strength, min. in
machine and x -machine
direction
Grab Failure Strain,
in machine and x -machine
direction
Seam Breaking Strengthl
Puncture Resistance
Tear Strength, min.
in machine and x -machine
direction
Ultraviolet (UV) Radiation
Stability
SW 27" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
Test Method
ASTM D4491
ASTM D4751
ASTM D4632
ASTM D4632
ASTM D4632
ASTM D4833
ASTM D4533
ASTM D4355
125
Geotextile Property
Requirements
Woven/Nonwoven
02 sec. -1 min.
.84 mm max.
(No. 20 Sieve)
200 lbs/120 lbs min
< 50% / > 50%
160 lbs/100 lbs min.
63 lbs/50 lbs min.
63 lbs/50 lbs min.
70% (for polypropylene
and polyethyelene) and
50% (for polyester)
Strength Retained min.,
1
1
1
1
t
t
1
t
11
after 500 Hr. in
weatherometer
1
2
1Applies only to seams perpendicular to the wall face.
3
4
The ultraviolet (UV) radiation stability, ASTM D4355, shall be a minimum of 70%
5
strength retained after 500 hours in the weatherometer for polypropylene and
6
polyethylene geogrids and geotextiles, and 50% strength retained after 500 hours in the
7
weatherometer for polyester geogrids and geotextiles.
8
9
9-33.2(3) Prefabricated Drainage Mat
10
Prefabricated drainage mat shall have a single or double dimpled polymeric core with a
11
geotextile attached and shall meet the following requirements:
12
13
Table 8: Minimum properties required for prefabricated drainage mats.
14
15
Property Test Method Prefabricated Drainage
16
Material/Geotextile
17
Property Requirements
18
19
Width 12 inches min.
20
21
Thickness ASTM D 5199 0.4 inches min.
22
Compressive Strength at
23
Yield ASTM D 1621 100 psi min.
24
25
In Plan Flow Rate ASTM D 4716
26
Gradient = 0.1,
27
Pressure-= 5.5 psi 5.0 gal. /min./ft.
28
29
Gradient = 1.0,
30
Pressure = 14.5 psi 15.0 gal. /min./ft.
31
' 32
Geotextile -AOS ASTM D 4751 #60 US Sieve max.
33
34
Geotextile - Permittivity ASTM D 4491 > 0.4 SEC -1
35
36
Geotextile -Grab Strength ASTM D 4632 Nonwoven - 110 Ib. min.
37
38
Prefabricated drainage mats will be accepted based on the manufacturer's certificate of
39
compliance that the material furnished conforms to these specifications. The Contractor
40
shall submit the manufacturer's certificate of compliance to the Engineer in accordance
41
with Section 1-06.3.
42
43
9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
44
Aggregate cushion for permanent erosion control geotextile, Class A shall meet the
45
requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control
46
geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2).
47
48
9-33.4 Geosynthetic Approval and Acceptance
49
50
9-33.4(1) Source Approval
51
The Contractor shall submit to the Engineer the following information regarding each
52
geosynthetic proposed for use:
53
54
Manufacturer's name and current address,
55
Full product name,
56
Geotextile structure, including fiber/yarn type,
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 126
1 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining
2 walls), and
3 Proposed geotextile use(s).
4
5 If the geosynthetic source has not been previously evaluated, or is not listed in the
6 current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic
7 shall be submitted to the State Materials Laboratory in Tumwater for evaluation. After
8 the sample and required information for each geosynthetic type have arrived at the
9 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be
10 required for this testing. Source approval will be based on conformance to the
11 applicable values from Tables 1 through 8 in Section 9-33.2 and additional tables as
12 specified in the Special Provisions. Source approval shall not be the. basis of
13 acceptance of specific lots of material unless the lot sampled can be clearly identified
14 and the number of samples tested and approved meet the requirements of WSDOT Test
15 Method 914.
16
17 Geogrid and geotextile products that are qualified for use in permanent geosynthetic
18 retaining walls and reinforced slopes (Classes 1, 2, or both) are listed in the current
19 WSDOT QPL.
20
21 For geogrid and geotextile products proposed for use in permanent geosynthetic
22 retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor
23 shall submit test information and the calculations used in the determination of Ta,
24 performed in accordance with WSDOT Standard Practice T925 to the State Materials
25 Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30
26 calendar days after receipt of the information to complete the evaluation.
27
28 9-33.4(3) Acceptance Samples
29 Samples will be randomly taken by the Engineer at the job site to confirm that the
30 geosynthetic meets the property values specified.
31
32 Approval will be based on testing of samples from each lot. A "lot" shall be defined for
33 the purposes of this specification as all geosynthetic rolls within the consignment (i.e.,
34 all rolls sent the project site) that were produced by the same manufacturer during a
35 continuous period of production at the same manufacturing plant and have the same
36 product name. After the samples have arrived at the State Materials Laboratory in
37 Tumwater, a maximum of 14 calendar days will.be required for this testing.
38
39 If the results of the testing show that a geosynthetic lot, as defined, does not meet the
40 properties required for the specified use as indicated in Tables 1 through 8 in Section 9-
41 33.2, and additional tables as specified in the Special Provisions, the roll or rolls which
42 were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic
43 retaining walls shall meet the requirements of Table 7, and Table 10 in the Special
44 Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall
45 meet the requirements of Table 7, and Table 9 in the Special Provisions, and both
46 geotextile and geogrid acceptance testing shall meet the required ultimate tensile
47 strength T, as provided in the current QPL for the selected product(s). If the selected
48 product(s) are not listed in the current QPL, the result of the testing for T.„shall be
49 greater than or equal to T,, as determined from the product data submitted and
50 approved by the State Materials Laboratory during source approval.
51
52 Two additional rolls for each roll tested which failed from the lot previously tested will
53 then be selected at random by the Engineer for sampling and retesting. If the retesting
54 shows that any of the additional rolls tested do not meet the required properties, the
55 entire lot will be rejected. If the test results from all the rolls retested meet the required
56 properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic
57 that has defects, deterioration, or damage, as determined by the Engineer, will also be
58 rejected. All rejected geosynthetic shall be replaced at no additional expense to the
59 Contracting Agency.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE1,SEGMENT1
CITY OF RENTON
JULY 2005 127
1
2 9-33.4(4) Acceptance by Certificate of Compliance
3 When the quantities of geosynthetic proposed for use in each geosynthetic application
4 are less than or equal to the following amounts, acceptance shall be by Manufacturer's
5 Certificate of Compliance:
6
7 Application Geotextile Quantity
8 Underground Drainage 600 sq. yards
9 Soil Stabilization and Separation 1,800 sq. yards
10 Permanent Erosion Control 1,200 sq. yards
11 Temporary Silt Fence All quantities
12 Temp. or Perm. Geosynthetic Retaining Wall Not required
13 Prefabricated Drainage Mat All quantities
`14
15 The Manufacturer's Certificate of Compliance shall include the following information
16 about each geosynthetic roll to be used:
17
18 Manufacturer's name and current address,
19 Full product name,
20 Geosynthetic structure, including fiber/yarn type,
21 Polymer type (for all temporary and permanent geosynthetic retaining walls only),
22 Geosynthetic roll number,
23 Proposed geosynthetic use(s), and
24 Certified test results.
25
26 9-33.4(5) Approval of Seams
27 If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of
28 sewn seam which can be sampled by the Engineer before the geotextile is installed.
29
30 The seam sewn for sampling shall be sewn using the same equipment and procedures as
31 will be used to sew the production seams. If production seams will be sewn in both the
32 machine and cross -machine directions, the Contractor must provide sewn seams for
33 sampling which are oriented in both the machine and cross -machine directions. The seams
34 sewn for sampling must be at least 2 yards in length in each geotextile direction. If the
35 seams are sewn in the factory, the Engineer will obtain samples of the factory seam at
36 random from any of the rolls to be used. The seam assembly description shall be submitted
37 by the Contractor to the Engineer and will be included with the seam sample obtained for
38 testing. This description shall include the seam type, stitch type, sewing thread type(s), and
39 stitch density.
40
41 SECTION 9-34, PAVEMENT MARKING MATERIAL
42 August 2, 2004
43 9-34.5 Temporary Pavement Marking Tape
44 This section is supplemented with the following:
45
46 Pavement marking masking tape shall conform to ASTM D 4592 Type 1 (removable),
47 except that material shall be black, non-retroreflective and non -glaring.
48
49 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
50 December 6, 2004.
51 Temporary traffic control materials in this section consist of various traffic communication,
52 channelization and protection items described in Section 1-10 and listed below:
53
54 Stop/Slow Paddles
55 Construction Signs
56 Wood Sign Posts
57 Sequential Arrow Signs
SW 2f" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 128
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Portable Changeable Message Signs
Barricades
Traffic Safety Drums
Barrier Drums
Traffic Cones
Tubular Markers
Warning Lights and Flashers
Truck -Mounted Attenuator
The basis for acceptance of temporary traffic control devices and materials shall be visual
inspection by the Engineer's representative. No sampling or testing will be done except that
deemed necessary to support the visual inspection. Requests for Approval of Material and
Qualified Products List submittals are not required. Certification for crashworthiness
according to NCHRP 350 will be required as described in Section 1-10.2(3).
"MUTCD," as used in this section, shall refer to the latest WSDOT adopted edition of the
Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of
conflicts between the MUTCD and the contract provisions, then the provisions shall govern.
9-35.1 Stop/Slow Paddles
Paddles shall conform to the requirements of the MUTCD, except that the minimum width
shall be 24 inches.
9-35.2 Construction Signs
Construction signs shall conform to the requirements of the MUTCD and shall meet the
requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any
sign/sign stand combination that satisfies these requirements will be acceptable.
1
F�
t
Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of
0.080 inches and a maximum thickness of 0.125 inches.
All orange background signs shall be fabricated with Type X reflective sheeting. All post- N
mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners
(screw heads, bolts or nuts) and the reflective sheeting.
Soft, fabric, roll -up signs will not be acceptable. Any fabric sign which otherwise meets the
requirements of this section and was purchased prior to July 1, 2004, may be utilized until
December 3.1, 2007. If a fabric sign Is used, it shall have been fabricated with Type VI ,
reflective sheeting.
9-35.3 Wood Sign Posts
Use the charts below to determine post size for construction signs.
One Post Installation
Post Size Min. Sign Sq. Ft.
Max. Sign Sq. Ft.
4x4 -
16.0
4x6 17.0
20.0
6x6. 21.0
25.0
6x8 26.0
31.0
Two Post Installation
(For signs 5 feet or greater in width)
Post Size Min. Sign Sq. Ft.
Max. Sign Sq. Ft.
4x4 -
16.0
4x6 17.0
36.0
6x6 37.0
46.0
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 129
.:
47.0
75.0 *
* The Engineer shall determine post size for signs greater than 75 square feet.
Sign posts shall conform to the grades and usage listed below. Grades shall be
determined by the current standards of the West Coast Lumber Inspection Bureau
(WCLIB) or the Western Wood Products Association (WWPA).
4 x 4 Construction grade (Light Framing,
Section 122-b WCLIB) or (Section
40.11 WWPA)
4 x 6 No. 1 and better, grade (Structural
Joists and Planks, Section 123-b
WCLIB) or (Section 62.11 WWPA)
6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
Timbers, Section 131-b WCLIB) or
(Section 80.11 WWPA)
6 x 10, 6 x 12 No. 1 and better, grade (Beams and
Stringers, Section 130-b WCLIB) or
(Section 70.11 WWPA)
9-35.4 Sequential Arrow Signs
Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
following:
Sequential arrow signs furnished for stationary lane closures on this project shall be
Type C.
The color of the light emitted shall be yellow.
The dimming feature shall be automatic, reacting to changes in light without a
requirement for manual adjustment.
9-35.5 Portable Changeable Message Signs
Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
and the following:
The PCMS shall employ one of the following technologies:
1. Fiber optic/shutter
2. Light emitting diode
3. Light emitting diode/shutter
4. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
• Be light emitting and must not rely solely on reflected light. The emitted light shall
be generated using fiber optic or LED technology.
• Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
by 2 1/2 inch. If the display is composed of individual character modules, the space
between modules must be minimized so alphanumeric characters of any size
specified below can be displayed at any location within the matrix.
• When activated, the pixels shall display a yellow or orange image. When not
activated, the pixels shall display a flat black image that matches the background of
the sign face.
• Be capable of displaying alphanumeric characters that are a minimum of 18 inches
in height. The width of alphanumeric characters shall be appropriate for the font.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 130
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
.:
47.0
75.0 *
* The Engineer shall determine post size for signs greater than 75 square feet.
Sign posts shall conform to the grades and usage listed below. Grades shall be
determined by the current standards of the West Coast Lumber Inspection Bureau
(WCLIB) or the Western Wood Products Association (WWPA).
4 x 4 Construction grade (Light Framing,
Section 122-b WCLIB) or (Section
40.11 WWPA)
4 x 6 No. 1 and better, grade (Structural
Joists and Planks, Section 123-b
WCLIB) or (Section 62.11 WWPA)
6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
Timbers, Section 131-b WCLIB) or
(Section 80.11 WWPA)
6 x 10, 6 x 12 No. 1 and better, grade (Beams and
Stringers, Section 130-b WCLIB) or
(Section 70.11 WWPA)
9-35.4 Sequential Arrow Signs
Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
following:
Sequential arrow signs furnished for stationary lane closures on this project shall be
Type C.
The color of the light emitted shall be yellow.
The dimming feature shall be automatic, reacting to changes in light without a
requirement for manual adjustment.
9-35.5 Portable Changeable Message Signs
Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
and the following:
The PCMS shall employ one of the following technologies:
1. Fiber optic/shutter
2. Light emitting diode
3. Light emitting diode/shutter
4. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
• Be light emitting and must not rely solely on reflected light. The emitted light shall
be generated using fiber optic or LED technology.
• Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
by 2 1/2 inch. If the display is composed of individual character modules, the space
between modules must be minimized so alphanumeric characters of any size
specified below can be displayed at any location within the matrix.
• When activated, the pixels shall display a yellow or orange image. When not
activated, the pixels shall display a flat black image that matches the background of
the sign face.
• Be capable of displaying alphanumeric characters that are a minimum of 18 inches
in height. The width of alphanumeric characters shall be appropriate for the font.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 130
26
27
28
29
.:
47.0
75.0 *
* The Engineer shall determine post size for signs greater than 75 square feet.
Sign posts shall conform to the grades and usage listed below. Grades shall be
determined by the current standards of the West Coast Lumber Inspection Bureau
(WCLIB) or the Western Wood Products Association (WWPA).
4 x 4 Construction grade (Light Framing,
Section 122-b WCLIB) or (Section
40.11 WWPA)
4 x 6 No. 1 and better, grade (Structural
Joists and Planks, Section 123-b
WCLIB) or (Section 62.11 WWPA)
6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
Timbers, Section 131-b WCLIB) or
(Section 80.11 WWPA)
6 x 10, 6 x 12 No. 1 and better, grade (Beams and
Stringers, Section 130-b WCLIB) or
(Section 70.11 WWPA)
9-35.4 Sequential Arrow Signs
Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
following:
Sequential arrow signs furnished for stationary lane closures on this project shall be
Type C.
The color of the light emitted shall be yellow.
The dimming feature shall be automatic, reacting to changes in light without a
requirement for manual adjustment.
9-35.5 Portable Changeable Message Signs
Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
and the following:
The PCMS shall employ one of the following technologies:
1. Fiber optic/shutter
2. Light emitting diode
3. Light emitting diode/shutter
4. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
• Be light emitting and must not rely solely on reflected light. The emitted light shall
be generated using fiber optic or LED technology.
• Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
by 2 1/2 inch. If the display is composed of individual character modules, the space
between modules must be minimized so alphanumeric characters of any size
specified below can be displayed at any location within the matrix.
• When activated, the pixels shall display a yellow or orange image. When not
activated, the pixels shall display a flat black image that matches the background of
the sign face.
• Be capable of displaying alphanumeric characters that are a minimum of 18 inches
in height. The width of alphanumeric characters shall be appropriate for the font.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 130
30
31
32
33
34
35
36
.:
47.0
75.0 *
* The Engineer shall determine post size for signs greater than 75 square feet.
Sign posts shall conform to the grades and usage listed below. Grades shall be
determined by the current standards of the West Coast Lumber Inspection Bureau
(WCLIB) or the Western Wood Products Association (WWPA).
4 x 4 Construction grade (Light Framing,
Section 122-b WCLIB) or (Section
40.11 WWPA)
4 x 6 No. 1 and better, grade (Structural
Joists and Planks, Section 123-b
WCLIB) or (Section 62.11 WWPA)
6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
Timbers, Section 131-b WCLIB) or
(Section 80.11 WWPA)
6 x 10, 6 x 12 No. 1 and better, grade (Beams and
Stringers, Section 130-b WCLIB) or
(Section 70.11 WWPA)
9-35.4 Sequential Arrow Signs
Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
following:
Sequential arrow signs furnished for stationary lane closures on this project shall be
Type C.
The color of the light emitted shall be yellow.
The dimming feature shall be automatic, reacting to changes in light without a
requirement for manual adjustment.
9-35.5 Portable Changeable Message Signs
Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
and the following:
The PCMS shall employ one of the following technologies:
1. Fiber optic/shutter
2. Light emitting diode
3. Light emitting diode/shutter
4. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
• Be light emitting and must not rely solely on reflected light. The emitted light shall
be generated using fiber optic or LED technology.
• Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
by 2 1/2 inch. If the display is composed of individual character modules, the space
between modules must be minimized so alphanumeric characters of any size
specified below can be displayed at any location within the matrix.
• When activated, the pixels shall display a yellow or orange image. When not
activated, the pixels shall display a flat black image that matches the background of
the sign face.
• Be capable of displaying alphanumeric characters that are a minimum of 18 inches
in height. The width of alphanumeric characters shall be appropriate for the font.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 130
37
38
39
40
.:
47.0
75.0 *
* The Engineer shall determine post size for signs greater than 75 square feet.
Sign posts shall conform to the grades and usage listed below. Grades shall be
determined by the current standards of the West Coast Lumber Inspection Bureau
(WCLIB) or the Western Wood Products Association (WWPA).
4 x 4 Construction grade (Light Framing,
Section 122-b WCLIB) or (Section
40.11 WWPA)
4 x 6 No. 1 and better, grade (Structural
Joists and Planks, Section 123-b
WCLIB) or (Section 62.11 WWPA)
6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
Timbers, Section 131-b WCLIB) or
(Section 80.11 WWPA)
6 x 10, 6 x 12 No. 1 and better, grade (Beams and
Stringers, Section 130-b WCLIB) or
(Section 70.11 WWPA)
9-35.4 Sequential Arrow Signs
Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
following:
Sequential arrow signs furnished for stationary lane closures on this project shall be
Type C.
The color of the light emitted shall be yellow.
The dimming feature shall be automatic, reacting to changes in light without a
requirement for manual adjustment.
9-35.5 Portable Changeable Message Signs
Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
and the following:
The PCMS shall employ one of the following technologies:
1. Fiber optic/shutter
2. Light emitting diode
3. Light emitting diode/shutter
4. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
• Be light emitting and must not rely solely on reflected light. The emitted light shall
be generated using fiber optic or LED technology.
• Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
by 2 1/2 inch. If the display is composed of individual character modules, the space
between modules must be minimized so alphanumeric characters of any size
specified below can be displayed at any location within the matrix.
• When activated, the pixels shall display a yellow or orange image. When not
activated, the pixels shall display a flat black image that matches the background of
the sign face.
• Be capable of displaying alphanumeric characters that are a minimum of 18 inches
in height. The width of alphanumeric characters shall be appropriate for the font.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 130
41
42
43
44
45
46
47
.:
47.0
75.0 *
* The Engineer shall determine post size for signs greater than 75 square feet.
Sign posts shall conform to the grades and usage listed below. Grades shall be
determined by the current standards of the West Coast Lumber Inspection Bureau
(WCLIB) or the Western Wood Products Association (WWPA).
4 x 4 Construction grade (Light Framing,
Section 122-b WCLIB) or (Section
40.11 WWPA)
4 x 6 No. 1 and better, grade (Structural
Joists and Planks, Section 123-b
WCLIB) or (Section 62.11 WWPA)
6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
Timbers, Section 131-b WCLIB) or
(Section 80.11 WWPA)
6 x 10, 6 x 12 No. 1 and better, grade (Beams and
Stringers, Section 130-b WCLIB) or
(Section 70.11 WWPA)
9-35.4 Sequential Arrow Signs
Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
following:
Sequential arrow signs furnished for stationary lane closures on this project shall be
Type C.
The color of the light emitted shall be yellow.
The dimming feature shall be automatic, reacting to changes in light without a
requirement for manual adjustment.
9-35.5 Portable Changeable Message Signs
Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
and the following:
The PCMS shall employ one of the following technologies:
1. Fiber optic/shutter
2. Light emitting diode
3. Light emitting diode/shutter
4. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
• Be light emitting and must not rely solely on reflected light. The emitted light shall
be generated using fiber optic or LED technology.
• Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
by 2 1/2 inch. If the display is composed of individual character modules, the space
between modules must be minimized so alphanumeric characters of any size
specified below can be displayed at any location within the matrix.
• When activated, the pixels shall display a yellow or orange image. When not
activated, the pixels shall display a flat black image that matches the background of
the sign face.
• Be capable of displaying alphanumeric characters that are a minimum of 18 inches
in height. The width of alphanumeric characters shall be appropriate for the font.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 130
48
49
50
51
.:
47.0
75.0 *
* The Engineer shall determine post size for signs greater than 75 square feet.
Sign posts shall conform to the grades and usage listed below. Grades shall be
determined by the current standards of the West Coast Lumber Inspection Bureau
(WCLIB) or the Western Wood Products Association (WWPA).
4 x 4 Construction grade (Light Framing,
Section 122-b WCLIB) or (Section
40.11 WWPA)
4 x 6 No. 1 and better, grade (Structural
Joists and Planks, Section 123-b
WCLIB) or (Section 62.11 WWPA)
6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
Timbers, Section 131-b WCLIB) or
(Section 80.11 WWPA)
6 x 10, 6 x 12 No. 1 and better, grade (Beams and
Stringers, Section 130-b WCLIB) or
(Section 70.11 WWPA)
9-35.4 Sequential Arrow Signs
Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
following:
Sequential arrow signs furnished for stationary lane closures on this project shall be
Type C.
The color of the light emitted shall be yellow.
The dimming feature shall be automatic, reacting to changes in light without a
requirement for manual adjustment.
9-35.5 Portable Changeable Message Signs
Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
and the following:
The PCMS shall employ one of the following technologies:
1. Fiber optic/shutter
2. Light emitting diode
3. Light emitting diode/shutter
4. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
• Be light emitting and must not rely solely on reflected light. The emitted light shall
be generated using fiber optic or LED technology.
• Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
by 2 1/2 inch. If the display is composed of individual character modules, the space
between modules must be minimized so alphanumeric characters of any size
specified below can be displayed at any location within the matrix.
• When activated, the pixels shall display a yellow or orange image. When not
activated, the pixels shall display a flat black image that matches the background of
the sign face.
• Be capable of displaying alphanumeric characters that are a minimum of 18 inches
in height. The width of alphanumeric characters shall be appropriate for the font.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 130
52
53
54
55
56
57
58
.:
47.0
75.0 *
* The Engineer shall determine post size for signs greater than 75 square feet.
Sign posts shall conform to the grades and usage listed below. Grades shall be
determined by the current standards of the West Coast Lumber Inspection Bureau
(WCLIB) or the Western Wood Products Association (WWPA).
4 x 4 Construction grade (Light Framing,
Section 122-b WCLIB) or (Section
40.11 WWPA)
4 x 6 No. 1 and better, grade (Structural
Joists and Planks, Section 123-b
WCLIB) or (Section 62.11 WWPA)
6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and
Timbers, Section 131-b WCLIB) or
(Section 80.11 WWPA)
6 x 10, 6 x 12 No. 1 and better, grade (Beams and
Stringers, Section 130-b WCLIB) or
(Section 70.11 WWPA)
9-35.4 Sequential Arrow Signs
Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
following:
Sequential arrow signs furnished for stationary lane closures on this project shall be
Type C.
The color of the light emitted shall be yellow.
The dimming feature shall be automatic, reacting to changes in light without a
requirement for manual adjustment.
9-35.5 Portable Changeable Message Signs
Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
and the following:
The PCMS shall employ one of the following technologies:
1. Fiber optic/shutter
2. Light emitting diode
3. Light emitting diode/shutter
4. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
• Be light emitting and must not rely solely on reflected light. The emitted light shall
be generated using fiber optic or LED technology.
• Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
by 2 1/2 inch. If the display is composed of individual character modules, the space
between modules must be minimized so alphanumeric characters of any size
specified below can be displayed at any location within the matrix.
• When activated, the pixels shall display a yellow or orange image. When not
activated, the pixels shall display a flat black image that matches the background of
the sign face.
• Be capable of displaying alphanumeric characters that are a minimum of 18 inches
in height. The width of alphanumeric characters shall be appropriate for the font.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 130
The PCMS shall be capable of displaying three lines of eight characters per line
with a minimum of one pixel separation between each line.
The PCMS message, using 18 -inch characters, shall be legible by a person with
20/20 corrected vision from a distance of not less than 800 feet centered on an axis
perpendicular to the sign face.
The sign display shall be covered by a stable, impact resistant polycarbonate face.
The sign face shall be non -glare from all angles and shall not degrade due to
exposure to ultraviolet light.
Be capable of simultaneously activating all pixels for the purpose of pixel
diagnostics. Any sign that employs flip disk or shutter technology shall be
programmable to activate the disks/shutters once a day to clean the electrical
components. This feature shall not occur when the sign is displaying an active
message.
The light source shall be energized only when the sign is displaying an active
message.
The PCMS panels and related equipment shall be permanently mounted on a trailer with all
controls and power generating equipment.
The PCMS shall be operated by a controller that provides the following functions:
Select any preprogrammed message by entering a code.
Sequence the display of at least five messages.
Blank the sign.
Program a new message, which may include animated arrows and chevrons.
Mirror the message currently being displayed or programmed.
9-35.6 Barricades
Barricades shall conform to the requirements of the MUTCD supplemented by the further
requirements of Standard Plan H-2.
9-35.7 Traffic Safety Drums
Traffic safety drums shall conform to the requirements of the MUTCD and the following
The drums shall have the following additional physical characteristics:
Fabricated from low-density polyethylene that meets
requirements of ASTM D 4976 and is UV stabilized.
Overall Width 18 -inch minimum in the direction(s)of traffic flow.
Rectangular, hexagonal, circular, or flat -sided semi -circular.
The base color of the drum shall be fade resistant safety
orange.
The traffic safety drums shall be designed to accommodate at least one portable light unit.
The method of attachment shall ensure that the light does not separate from the drum upon
impact.
Drums and light units shall meet the crashworthiness requirements of NCHRP 350
described in Section 1-10.2(3).
When recommended by the manufacturer, drums shall be treated to ensure proper adhesion
of the reflective sheeting.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1
2
1
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
that meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications:
Total height
Cross-section
Formed support legs length
Space between legs
(taper to fit conc. barrier)
Weight
Color
22 in., ± 1 in.
hollow oval
10 in. X 14 in., ± 1 in.
13 in., ± 1 in.
6 1/4 in. min.
33 Ib. ± 4 Ib.
with legs filled with sand.
Fade resistant safety orange.
Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial).
Stripes shall be fabricated from Type I I I or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.9 Traffic Cones
Cones shall conform to the requirements of the MUTCD, except that the minimum height
shall be 28 inches.
9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
height shall be 28 inches.
Pavement -mounted tubular markers shall consist of a surface -mounted assembly which
uses a separate base with a detachable tubular marker held in place by means of a locking
device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck -Mounted Attenuator
The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the
Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
15,000 pounds and a maximum weight in accordance with the manufacturer's
recommendations. Ballast used to obtain the minimum weight requirement, or any other
object that is placed on the vehicle shall be securely anchored such that it will be retained on
the vehicle during an impact. The Contractor shall provide certification that the unit complies
with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation
during usage and to a safe height for transporting. If needed, the Contractor shall install
additional lights to provide fully visible brake lights at all times.
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective
yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 132
3
16
5
6
7
8
9
10
1
12
113
14
1
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
that meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications:
Total height
Cross-section
Formed support legs length
Space between legs
(taper to fit conc. barrier)
Weight
Color
22 in., ± 1 in.
hollow oval
10 in. X 14 in., ± 1 in.
13 in., ± 1 in.
6 1/4 in. min.
33 Ib. ± 4 Ib.
with legs filled with sand.
Fade resistant safety orange.
Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial).
Stripes shall be fabricated from Type I I I or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.9 Traffic Cones
Cones shall conform to the requirements of the MUTCD, except that the minimum height
shall be 28 inches.
9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
height shall be 28 inches.
Pavement -mounted tubular markers shall consist of a surface -mounted assembly which
uses a separate base with a detachable tubular marker held in place by means of a locking
device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck -Mounted Attenuator
The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the
Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
15,000 pounds and a maximum weight in accordance with the manufacturer's
recommendations. Ballast used to obtain the minimum weight requirement, or any other
object that is placed on the vehicle shall be securely anchored such that it will be retained on
the vehicle during an impact. The Contractor shall provide certification that the unit complies
with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation
during usage and to a safe height for transporting. If needed, the Contractor shall install
additional lights to provide fully visible brake lights at all times.
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective
yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 132
15
16
17
18
1
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
that meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications:
Total height
Cross-section
Formed support legs length
Space between legs
(taper to fit conc. barrier)
Weight
Color
22 in., ± 1 in.
hollow oval
10 in. X 14 in., ± 1 in.
13 in., ± 1 in.
6 1/4 in. min.
33 Ib. ± 4 Ib.
with legs filled with sand.
Fade resistant safety orange.
Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial).
Stripes shall be fabricated from Type I I I or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.9 Traffic Cones
Cones shall conform to the requirements of the MUTCD, except that the minimum height
shall be 28 inches.
9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
height shall be 28 inches.
Pavement -mounted tubular markers shall consist of a surface -mounted assembly which
uses a separate base with a detachable tubular marker held in place by means of a locking
device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck -Mounted Attenuator
The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the
Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
15,000 pounds and a maximum weight in accordance with the manufacturer's
recommendations. Ballast used to obtain the minimum weight requirement, or any other
object that is placed on the vehicle shall be securely anchored such that it will be retained on
the vehicle during an impact. The Contractor shall provide certification that the unit complies
with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation
during usage and to a safe height for transporting. If needed, the Contractor shall install
additional lights to provide fully visible brake lights at all times.
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective
yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 132
19
20
21
22
23
24
25
1
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
that meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications:
Total height
Cross-section
Formed support legs length
Space between legs
(taper to fit conc. barrier)
Weight
Color
22 in., ± 1 in.
hollow oval
10 in. X 14 in., ± 1 in.
13 in., ± 1 in.
6 1/4 in. min.
33 Ib. ± 4 Ib.
with legs filled with sand.
Fade resistant safety orange.
Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial).
Stripes shall be fabricated from Type I I I or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.9 Traffic Cones
Cones shall conform to the requirements of the MUTCD, except that the minimum height
shall be 28 inches.
9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
height shall be 28 inches.
Pavement -mounted tubular markers shall consist of a surface -mounted assembly which
uses a separate base with a detachable tubular marker held in place by means of a locking
device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck -Mounted Attenuator
The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the
Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
15,000 pounds and a maximum weight in accordance with the manufacturer's
recommendations. Ballast used to obtain the minimum weight requirement, or any other
object that is placed on the vehicle shall be securely anchored such that it will be retained on
the vehicle during an impact. The Contractor shall provide certification that the unit complies
with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation
during usage and to a safe height for transporting. If needed, the Contractor shall install
additional lights to provide fully visible brake lights at all times.
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective
yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 132
26
27
28
29
30
31
32
33
34
35
36
1
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
that meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications:
Total height
Cross-section
Formed support legs length
Space between legs
(taper to fit conc. barrier)
Weight
Color
22 in., ± 1 in.
hollow oval
10 in. X 14 in., ± 1 in.
13 in., ± 1 in.
6 1/4 in. min.
33 Ib. ± 4 Ib.
with legs filled with sand.
Fade resistant safety orange.
Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial).
Stripes shall be fabricated from Type I I I or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.9 Traffic Cones
Cones shall conform to the requirements of the MUTCD, except that the minimum height
shall be 28 inches.
9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
height shall be 28 inches.
Pavement -mounted tubular markers shall consist of a surface -mounted assembly which
uses a separate base with a detachable tubular marker held in place by means of a locking
device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck -Mounted Attenuator
The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the
Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
15,000 pounds and a maximum weight in accordance with the manufacturer's
recommendations. Ballast used to obtain the minimum weight requirement, or any other
object that is placed on the vehicle shall be securely anchored such that it will be retained on
the vehicle during an impact. The Contractor shall provide certification that the unit complies
with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation
during usage and to a safe height for transporting. If needed, the Contractor shall install
additional lights to provide fully visible brake lights at all times.
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective
yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 132
37
38
39
40
1
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
that meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications:
Total height
Cross-section
Formed support legs length
Space between legs
(taper to fit conc. barrier)
Weight
Color
22 in., ± 1 in.
hollow oval
10 in. X 14 in., ± 1 in.
13 in., ± 1 in.
6 1/4 in. min.
33 Ib. ± 4 Ib.
with legs filled with sand.
Fade resistant safety orange.
Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial).
Stripes shall be fabricated from Type I I I or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.9 Traffic Cones
Cones shall conform to the requirements of the MUTCD, except that the minimum height
shall be 28 inches.
9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
height shall be 28 inches.
Pavement -mounted tubular markers shall consist of a surface -mounted assembly which
uses a separate base with a detachable tubular marker held in place by means of a locking
device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck -Mounted Attenuator
The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the
Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
15,000 pounds and a maximum weight in accordance with the manufacturer's
recommendations. Ballast used to obtain the minimum weight requirement, or any other
object that is placed on the vehicle shall be securely anchored such that it will be retained on
the vehicle during an impact. The Contractor shall provide certification that the unit complies
with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation
during usage and to a safe height for transporting. If needed, the Contractor shall install
additional lights to provide fully visible brake lights at all times.
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective
yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 132
41
42
43
44
45
46
47
1
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
that meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications:
Total height
Cross-section
Formed support legs length
Space between legs
(taper to fit conc. barrier)
Weight
Color
22 in., ± 1 in.
hollow oval
10 in. X 14 in., ± 1 in.
13 in., ± 1 in.
6 1/4 in. min.
33 Ib. ± 4 Ib.
with legs filled with sand.
Fade resistant safety orange.
Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial).
Stripes shall be fabricated from Type I I I or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.9 Traffic Cones
Cones shall conform to the requirements of the MUTCD, except that the minimum height
shall be 28 inches.
9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
height shall be 28 inches.
Pavement -mounted tubular markers shall consist of a surface -mounted assembly which
uses a separate base with a detachable tubular marker held in place by means of a locking
device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck -Mounted Attenuator
The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the
Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
15,000 pounds and a maximum weight in accordance with the manufacturer's
recommendations. Ballast used to obtain the minimum weight requirement, or any other
object that is placed on the vehicle shall be securely anchored such that it will be retained on
the vehicle during an impact. The Contractor shall provide certification that the unit complies
with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation
during usage and to a safe height for transporting. If needed, the Contractor shall install
additional lights to provide fully visible brake lights at all times.
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective
yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 132
48
49
50
51
1
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
that meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications:
Total height
Cross-section
Formed support legs length
Space between legs
(taper to fit conc. barrier)
Weight
Color
22 in., ± 1 in.
hollow oval
10 in. X 14 in., ± 1 in.
13 in., ± 1 in.
6 1/4 in. min.
33 Ib. ± 4 Ib.
with legs filled with sand.
Fade resistant safety orange.
Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial).
Stripes shall be fabricated from Type I I I or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.9 Traffic Cones
Cones shall conform to the requirements of the MUTCD, except that the minimum height
shall be 28 inches.
9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
height shall be 28 inches.
Pavement -mounted tubular markers shall consist of a surface -mounted assembly which
uses a separate base with a detachable tubular marker held in place by means of a locking
device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck -Mounted Attenuator
The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the
Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
15,000 pounds and a maximum weight in accordance with the manufacturer's
recommendations. Ballast used to obtain the minimum weight requirement, or any other
object that is placed on the vehicle shall be securely anchored such that it will be retained on
the vehicle during an impact. The Contractor shall provide certification that the unit complies
with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation
during usage and to a safe height for transporting. If needed, the Contractor shall install
additional lights to provide fully visible brake lights at all times.
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective
yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 132
52
53
54
55
56
1
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
that meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications:
Total height
Cross-section
Formed support legs length
Space between legs
(taper to fit conc. barrier)
Weight
Color
22 in., ± 1 in.
hollow oval
10 in. X 14 in., ± 1 in.
13 in., ± 1 in.
6 1/4 in. min.
33 Ib. ± 4 Ib.
with legs filled with sand.
Fade resistant safety orange.
Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial).
Stripes shall be fabricated from Type I I I or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.9 Traffic Cones
Cones shall conform to the requirements of the MUTCD, except that the minimum height
shall be 28 inches.
9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
height shall be 28 inches.
Pavement -mounted tubular markers shall consist of a surface -mounted assembly which
uses a separate base with a detachable tubular marker held in place by means of a locking
device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck -Mounted Attenuator
The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the
Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
15,000 pounds and a maximum weight in accordance with the manufacturer's
recommendations. Ballast used to obtain the minimum weight requirement, or any other
object that is placed on the vehicle shall be securely anchored such that it will be retained on
the vehicle during an impact. The Contractor shall provide certification that the unit complies
with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation
during usage and to a safe height for transporting. If needed, the Contractor shall install
additional lights to provide fully visible brake lights at all times.
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective
yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 132
Q
i
i SPECIAL PROVISIONS
1
il
�1
a
f]
i
SW 27°i ST./STRANDERBLVD. CONNECTION
PHASE 1, SEGMENT l
CITY OF RENTON
JULY 2005
� 1,
1 1
� I
� I
i
I I
.CONTENTS
PAGE
SPECIAL PROVISIONS
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTIONOF WORK --------------------------------------------------------------------------- 1
1-01 DEFINITIONS AND TERMS-----------------------------------------------------------------1
1-01.1 General-------------------------------=---------------------------------------------------------1
1-01.3 Definitions---------------------------------------------------------------------=---------------2
1-02 BID PROCEDURES AND CONDITIONS -------------------------------------------------3
1-02.4 Examination Of Plans, Specifications And Site Of Work ----------------------------3
1-02.6 Preparation Of Proposal--------------------------------------------------------------------3
1-02.6(1) Proprietary Information-----------------------------------------------------------------4
1.02.12 Public Opening Of Proposal --------------------------------------------------------------4
1-0.3 AWARD AND EXECUTION OF CONTRACT --------------------------------------------4
1-03.1 Consideration of bids-----------------------------------------------------------------------4
1-03.2 Award of Contract---------------------------------------------------------------=-----------4
1-03.3 Execution of Contract-----------------------------------------------------------------------4
1-04 SCOPE OF WORK=---------------------------------------------------------------------------5
1-04.2 Coordination of Contract Documents... ------------------------------------------------5
1-04.3 Contractor -Discovered Discrepancies --------------------------------------------------5
1-04.4 Changes---------------------------------------------------------------------------------------6
1-04.8 Progress Estimates and Payments ------------------------------------------------------6
1-04.11 Final Cleanup-------------------------------------------------------------------------------6
1-04.12 Hours of Work-------------------------------------------------------------------------------6
1-05 CONTROL OF WORK----------------------------------=---------------------------------------6
1-05.4 Conformity With And Deviations From Plans And Stakes ---------------------------6
1-05.4 Contractor Surveying - Roadway ---------------------------------------------------------6
1-05.4(4) Contractor Provided As -Built Information ------------------------------------------8
1-05.7 Removal of Defective and Unauthorized Work ---------------------------------------9
1-05.10 Guarantees---------------------------------------------------------------------------------9
1-05.11(3) Operational Testing------------------------------------------------------------------1.0
1-05.14 Cooperation With Other Contractors -------------------------------------------------10
1-05.18 Contractor's Daily Diary ----------------------------------------------------------------11
1-06 CONTROL OF MATERIAL-----------------------------------------------------------------12
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 A
1-06.1 Approval of Materials Prior to Use -----------------------------------------------------12
1-06.2(1) Samples and Tests for Acceptance ------------------------------------------------12
1-06.2(2) Statistical Evaluation of Materials for Acceptance ------------------------------12
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ---------------12
1-07.1 Laws to be Observed---------------------------------------------------------------------12
1-07.2 State Taxes----------------------------------------------------------------------------------12
1-07.6 Permits And Licenses--------=------------------------------------------------------------13
1-07.7 Load Limits-----------------------------------------------------------------------------------13
1-07.9(5) Required Documents-----------------------------------------------------------------13
1-07.16 Protection And Restoration Of Property ---------------------------------------------13
1-07.16(l) Private/Public Property ---------------------------------------13
1-07.16(4) Archaeological And Historical Objects -------------------------------------------15
1-07.17 Utilities and Similar Facilities ---------------------------------------------- -=---------- 15
1-07.18 Public Liability and Property Damage Insurance ---------------------------------17
1-07.18(2) Coverages-----------------------------------------------------------------------------17
1-07.18(3) Limits----------------------------------------------=-------------------------------------19
1-07.18(4) Evidence of Insurance---------------------------------------------------------------19
1-07.22 Use of Explosives ------------------------------------------------------------------------ 20
1-07.23(1) Construction Under Traffic ---------------------------------------------------------20
1-08 PROSECUTION AND PROGRESS ------------------------------------------------------21
1-08.0 Preliminary Matters-----------------------------------------------------------------------21
1-08.0(1) Preconstruction Conference ---------------------------------------------------------21
1-08.1 Subcontracting-----------------------------------------------------------------------------22
1-08 2 Assignment----------------------------------------------------------------------------------22
1-08.3 Progress Schedule-------------------------------------------------------------------------22
1-08.5 Time For Completion---------------------------------------------------------------------23
1-08.5 Time For Completion----------------------------------------------------------------------24
1-08.6 Suspension of Work----------------------------------------------------------------------24
1-08.9 Liquidated Damages----------------------------------------------------------------------24
1-08.10 Termination of Contract-----------------------------------------------------------------25
1-08.11 Contractor's Plant and Equipment ---------------------------------------------------25
1-08.12 Attention to Work-------------------------------------------------------------------------25
1-09 MEASUREMENT AND PAYMENT -------------------------------------------------------25
1-09.1 Measurement of Quantities -------------------------------------------------------------25
1-09.3 Scope of Payment------------------------------------------------------------------------- 26
1-09.6 Force Account------------------------------------------------------------------------------27
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 B
1-09.7 Mobilization---------------------------------------------------------------------------------27
1-09.9 Payments------------------------------------------------------------------------------------ 27
1-09.9(1) Retainage --------------------------------------------- 28
1-09.11(2) Claims--------------------------------------------------------------- ----------------- - 28
1-09.13(3)B Procedures to Pursue Arbitration -----------------------------------------------28
1-10 TEMPORARY TRAFFIC CONTROL -----------------------------------------------------28
DIVISION.2
EARTHWORK
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP -----------------------------30
2-01.1 Description---------------------------------------------------------------------------------- 30
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 C
� i
2-01.2 Disposal of.:Usable Material and Debris ----------------------------------------------30
30
2-01.5 Payment-------------------------------------------------------------------------------------
.2-02 REMOVAL.OF STRUCTURES AND OBSTRUCTIONS -----------------------------30
2-02.1 Description-----------------------------=----------------------------------------------------- 30
2-02.3 Construction Requirements--------------------------------------------------------------30
2=03.3 Removal of Obstructions----------------------------------------------------------------- 31
2-02.3(44) Sawcutting Existing Pavement & Sidewalk--------------------------------------- 31
2-02.4 Measurement-------------------------------------------------------------------------------- 31
2-02.5 Payment -------------------------------------------------------------------------------------- 31
2-03 ROADWAY EXCAVATION AND EMBANKMENT -------------------------------------31
2-03.3 Construction Requirement--------------------------------------------------------------- 31
2-03.3(7) Disposal Of Surplus Material--------------------------------------------------------- 32
33
2-03.3(7)C Contractor -Provided Disposal Site -----------------------------------------------
2-03.4 Measurement-------------------------------------------------------------------------------- 33
33
2-03:5 Payment--------------------------------------------------------------------------------------
2-04 HAUL--------------------------------------------------------------------------------------------- 34
2.04.4 Measurement-------------------------------------------------------------------------------- 34
2-04.5 Payment-------------------------------------------------------------------------------------- 34
2-09 STRUCTURE EXCAVATION ---------------------------------------------------------------- 34
2-09.4 Measurement--------------------------------------------------------------------------------34
2-09.4 Payment--------------------------------------------------------------------------------------34
2-11 TRIMMING AND CLEANUP-----------------------------------------------------------------35
2-09.4 Payment-------------------------------------------------------------------------------------- 35
2-11.3 Construction Requirements-------------------------------------------------------------- 35
2-11.5 Payment-------------------------------------------------------------------------------------- 35
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 C
� i
DIVISION 3
PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING
3-01 PRODUCTION FROM QUARRY AND PIT SITES ------------------------------------36
3-01.2 Material Sources, General Requirements --------------------------------------------36
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT--------------------------------------------------------------------------39
5-04.3(7)A Mix Design------------------------------------------------------------------------------ 39
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture ----------------------------39
5-04.5(1)A Price Adjustments for Quality of HMA --------------=-----------------------------39
5-04.5(1)A Price Adjustments for Quality of H`MA Compaction ---------------------------40
DIVISION 7
DRAINAGE STRUCTURES, STORM,SEWERS, SANITARY
SEWERS, WATER MAINS, AND CONDUITS
7-04 STORM SEWERS---------------------------------------------------------------------------41
7-04.2 Materials------------------------------------------------------------------------------------ 41-
7-04.3 Construction Requirements--------------------------------------------------------------41
7-04.4 Measurement-------------------------------------------------------------------------------41
7-04.5 Payment-------------------------------------------------------------------------------------41
7-05 MANHOLES, INLETS, AND CATCH BASINS -----------------------------------------42
7-05.1 Description of Work------------------------------------------------------------------------42
7-05.2 Material---------------------------------------------------------------------------------------42
7-05.3 Construction Requirements -------------------------------------------------------------42
7-05.3(1) Adjusting Manholes and Catch Basins to Grade -------------------------------42
7-05.3(3) Connection to Existing Manholes ---------------------------------------------------44
7-05.3(5) Manhole Coatings----------------------------------------------------------------------44
7-05.3 Flow Control Structure--------------------------------------------------------------------45
7-05.4 Measurement-------------------------------------------------------------------------------45
7-05.5 Payment------------------------------------------------------------------------------------- 46
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS --------------------------------46
7-08.3 Construction Requirements---------------------------------------------------------------46
7-08.3(1)C Bedding the-Pipe---------------------------------------------------------------------46
7-08.3(1)D Pipe Foundation----------------------------------------------------------------------46
7-08.3(1)E Trench Dewatering-------------------------------------------------------------------47
7-08.3(1)F Hazardous WasteTraining ---------------------------------------47
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 D
11 �
t
t
r
r
1
7-08.3(2)A Survey Line and Grade -------------------------------------------------------------47
7-08.3(2)B Pipe Laying - General--------------------------------------------------------------48
7-08.3(2)E Rubber Gasketed Joints ------------------------------------------------------------48
7-08.3(2)H Sewer Line Connections -----------------------------------------------------------48
7-08.3(2)J Placing PVC Pipe--------------------------------------------------------------------49
7-08.4 Measurement-------------------------------------------------------------------------------49
7-08.5 Payment-------------------------------------------------------------------------------------49
7-09 PIPE AND FITTINGS FOR WATER MAINS -------------------------------------------50
7-09.3 Construction Requirements---------------------------------------------------------------50
7-09.3(15)A Ductile Iron Pipe-------------------------------------------------------------------- 50
7-09.3(15)6 Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ------------------------50
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene --------------------50
7-09.3(19)A Connections to Existing Mains --------------------------------------------------51
7-09.3(21) Concrete Thrust Blocking and Dead -Man Block ------------------------------51
7-09.3(23) Hydrostatic Pressure Test ----------------------------------------------------------52
7-09.3(24)A Flushing and-----------------=-------------------------------------------------------53
7-09.3(24)D Dry Calcium Hypochlorite -----------------------------=--------------------------53
7-09.3(24)K Retention Period--------------------------------------------------------------------53
7-09.3(24)N Final Flushing and Testing -------------------------------------------------------53
7-09.3(25) Joint Restraint Systems -------------------------------------------------------------53
7-09.4 Measurement-------------------------------------------------------------------------------55
7-09.5 Payment-------------------------------------------------------------------------------------
56
7-12 VALVES FOR WATER MAINS ------------------------------------------------------------56
7-12.3(1) Installation of Valve Marker Post ---------------------------------------------------
57
7-12.3(2) Adjust Existing Valve Box to Grade ------------------------------------------------57
7-12.4 Measurement-------------------------------------------------------------------------------57
7-12.5 Payment-------------------------------------------------------------------------------------
57
7-14 HYDRANTS----------------------------------------------------------------------------------- 58
7-14.3(1) Setting Hydrants-----------------------------------------------------------------------58
7-14.5 Payment------------------------------------------------------------------------------------- 58
7-15 SERVICE CONECTIONS ------------------------------------------------------------------ 58
7-15.3 Construction Details----------------------------------------------------------------------58
7-15.5 Payment-------------------------------------------------------------------------------------
59
7-17 SANITARY SEWERS-------------------=---------------------------------------------------59
7-17.2 Materials-------------------------------------------------------------------------------------59
7-17.3(1) Protection of Existing Sewerage Facilities ---------------------------------------59
SW 2f" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 E
7-17.3(2) H Television Inspection --------------------------
7-17.4 Measurement -----------------------------------------
7-17.5 Payment -----------------------------------------------
7-20 STORMWATER VAULT -------------------------------
------------------------
7-20.2 Materials ------------------------------------------------
7-20.2(l) General ----------------------------------------------
'7-20.2(2) Vault --------------------------------------------------
7-20.2(3) Ladders and Steps --------------------------------
2024 A P I dD
------------------------------------ 60
------------------------------------ 60
------------------------------------ 60
----------------------- ------------ 61
------------------------------------ 62
------------------------------------ 62
------------------------------------ 62
------------------------------------ 63
7- () ccess ane s an oors-------------------------------------------------------------63
7-20.3 Construction -------------------------------------------
7-20.3(1) Structural Plans ------------------------------------
7-20.3(2) Vaults -------------------------------------------------
7-20.4 Measurement --------------- ---------------------------
7-20.5 Payment -------==---------------------------
7-21 STORMWATER FLOW DISPERSAL TRENCH
7-21.1 Description ---------------------------------------------
7-21.2 Materials ------------------------------------------------
7-21.3 Construction -------------------------------------------
7-21.4 Measurement ------------------------------------------
7-21.5 Payment------------------------------------------------
-------------------------------- 63
-------------------------------- 63
-------------------------------- 63
-------------------------------- 65
-------------------------------- 66
----------------=--------------- 66
-------------------------------- 66
-------------------------------- 66
-------------------------------- 67
-------------------------------- 67
-------------------------------- 67
DIVISION.8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL --
8-01.3(1) Preparation of Area ---------------------------------------------------
8-01.3(2), Topsoil -------------------------------------------------------------------
8-01.3(2)A Topsoil Type A -------------------------------------------------------
8-01.3 8 Street Cleaning -----------------------
8-02 ROADSIDE RESTORATION ---------------------------------------------
8-02.1 Description -----------------------------------------------------------------
8-02.2 Construction Requirements --------------------------------------------
8-02.3 Construction Requirements --------------------------------------------
8-02.3(l) Responsibility During Construction -------------------------------
8-02.3(2) Roadside Work Plan -------------------------------------------------
8-02.3(4)A Topsoil Type °A„-----------------------------------------------------
SW 2f ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 F
---------------- 68
---------------- 68
---------------- 68
---------------- 68
---------------- 68
---------------- 68
---------------- 68
---------------- 69
---------------- 69
---------------- 69
---------------- 69
---------------- 69
8-02.3(5) Planting Area Preparation ------------------------------------------------------------70
SW 27T" ST./STRANDER BLVD. CONNECTION
8-02.3(6) Soil Amendments-----------------------------------------------------------------------71
8-02.3(7) Layout of Planting----------------------------------------------------------------------
71
8-02.3(8) Planting ------------------------------------------------------------------
71
8-02.3(10) Fertilizer---------------------------------------------------------------------------------72
8-02.3(11) Bark or Wood Chip Mulch----------------------------------------------------------- 72
8-02.3(12) Completion of Initial Planting -------------------------------------------------------72
8-02.3(15)B Seeding and Fertilizing ------------------------------------------------------------73
8-02.315 Mowing ------------------------------------------------------------------73
8-02.3(16) Reinforced Turf Paving--------------------------------------------------------------74
8-02.4 Measurement--------------------------------------------------------------------------------74
8-02.5 Payment--------------------------------------------------------------------------------------74
8-03 IRRIGATION SYSTEM----------------------------------------------------------------------74
8-03.3(1) Layout of Irrigation System -----------------------------------------------------------74
8-03.3(3) Piping ---------------------------------------------------------------------------75
8-03.3(6) Electric Wire Installation---------------------------------------------------------------75
8-03.3(9) Backfill-------------------------------------------------------------------------------------
75
8-03.3(9) As -Built Plans----------------------------------------------------------------------------75
8-13 MONUMENT CASES------------------------------------------------------------------------75
8-13.1 Description-----------------------------------------------------------------------------------75
8-13.2 Materials--------------------------------------------------------------------------------------76
8-13.3 Construction Requirements -------------------------------------------------------------76
8-13.4 Measurement--------------------------------------------------------------------------------76
8-13.5 Payment-----------------------------=--------------------------------------------------------
76
8-14 CEMENT CONCRETE SIDEWALKS ---------------------------------------------------76
8-14.3(4) 8-Curin------------------------------------------------------------------------------------76
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ------------77
8-20.1 Description-----------------------------------------------------------------------------------77
8-20.2 Materials--------------------------------------------------------------------------------------
77
8-20.2(1) Equipment List And Drawings -------------------------------------------------------77
8-20.3(4) Foundations-----------------------------------------------------------------------------
77
8-20.3(5) Conduit-----------------------------------------------------------------------------------78
8-20.3(6) Junction Boxes-------------------------------------------------------------------------79
8-20.3(8) Wiring ------------------------------------------------------------79
8-20.3(9) Bonding, Grounding-------------------------------------------------------------------79
8-20.3(10) Services Transformer, Intelligent Transportation System -------------------80
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 G
8-20.3(11) Testing ----------------------------
8-20.3(13)A Light Standards -----------------------------------------------------
8-20.3(14) Signal Systems -------------------------------------------
8-20.3(14)C Induction Loop Vehicle Detectors ------------------
8-20.3(14)D Test for Induction Loops and Lead-in Cable -----
8-20.3(14)D Test for Induction Loops and Lead-in Cable ------
8-20.4 Measurement ----------------------------------------------------
8-20.5 Payment --------- -------------------------------------------------
8-22 PAVEMENT MARKING -----------------------------------------
8-22.1 Description ------------------------------------------------------
8-22.3(5) Installation Instructions -----------------------------------
8-26 BOLLARDS --------------------------------------------------------
8-26.1 Description -------------------------------------------------------
8-26.2 Materials ----------------------------------------------------------
8-26.3 Construction Requirements ----------------------------------
8-26.4 Measurement ----------------------------------------------------
8-26.5 Payment----------------------------------------------------------
DIVISION 9
hAISCELLANEOUS CONSTRUCTION
9-02 BITUMINOUS MATERIALS -----------------------------------------------
9-02.1 (10) Loop Sealant (RC) ---------------------------------------------------
9-03 AGGREGATES ---------------------------------------------------------------
9-03.8(2) HMA Test Requirements ----------------------------------------------
9-03.8(7) HMA Tolerances and Adjustments ----------------------------------
9-06 STRUCTURAL STEEL AND RELATED MATERIALS ---------------
9-06.5(4) Anchor Bolts -------------------------------------------------------------
9-08 PAINTS -------------------------------------------------------------------------
9-08.8 Manhole Coating System Products -----------------------------------
9-08.8(2) Coating Systems --------------------------------------------------------
9-14 EROSION CONTROL -------------------------------------------------------
9-14.1 (1) Topsoil Type A ------------------------------------------------------------
9-14.1(4) Topsoil Type D ------------------------------------------------------------
9-14.2 Seed ----------------------------------------------------------------------------
9-14.3 Fertilizer -----------------------------------------------------------------------
9-14.6(5) Inspection-----------------------------------------------------------------
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 H
-------- 86
-------- 86
-------- 86
-------- 86
-------- 86
-------- 87
-------- 87
-------- 87
-------- 87
-------- 87
-------- 88
-------- 88
-------- 89
-------- 89
-------- 90
-------- 90
9-14.6(7) Temporary Storage---------------------------------------------------------------------90
9-14.6(8) Sod-----------------------------------------------------------------------------------------90
9-14.8 Root Barrier----------------------------------------------------------------------------------
90
9-14.9 Reinforced Turf Paving--------------------------------------------------------------------
91
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES --------------------------91
--
9-23.9 Fly Ash (RC) -------------------------------- ------------
91
9-29 ILLUMINATION, SIGNALS, ELECTRICAL --------------------------------------------91
9-29.1 Conduit(RC)-------------------------------------------------------------------------- ------
91 =
9-29.2 Junction Boxes(RC)----------------------------------------------------------------------91
Conductors, Cable
(
9-29.3 ------------------------------------------------------------------------
91
9-29.9 Ballast, Transformers---------------------------------------------------------------------92
9-29.10 Luminaires---------------------------------------------------------------------------------92
9-29.11(2) Photoelectric Controls---------------------------------------------------------------92
9-29.24 Service Cabinets-------------------------------------------------------------------------92
9-29.24(1) Painting---------------------------------------------------------------------------------
93
9-29.24(2) Electrical Circuit Breakers and Contactors -------------------------------------93
9-30 WATER DISTRIBUTION MATERIALS --------------------------------------------------93
>�
9-30.3(1) Gate Valves (3inches to 12 inches)------------------------------------------------
93
930.3(3) Butterfly Valves-------------------------------------------------------------------------94
9-30.3(5) Valve Marker Posts--------------------------------------------------------------------
94
9-30.3(7) Combination Air Release/Air Vacuum Valves -----------------------------------
94
9-30.3(8) Tapping Sleeve and Valve Assembly
9-30.3(9) Blow Assembly
-Off --------------------------------------------------------------------
95
9-30.5 Hydrants-------------------------------------------------------------------------------------
95
9-30.5(1) End Connections(RC)--------------------------------------------------=-------------95
9-30.5(2) Hydrant Dimensions-------------------------------------------------------------------
95
9-30.6(3)B Polyethylene Pipe--------------------------------------------------------------------
96
9-30.6(4) Service Fittings-------------------------------------------------------------------------96
9-30.6(5) Meter Setters---------------------------------------------------------------------------
96
Y
APPENDICES -----------------------------------------------------------------------------------------
96
STANDARD PLANS---------------------------------------------------------------------------------
96
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 I
1 SPECIAL PROVISIONS
2
3 The following Special Provisions are made a part of this contract and supersede any
4 conflicting provisions of the 2004 Standard Specifications for Road, Bridge and Municipal
5 Construction, and the foregoing Amendments to the Standard Specifications.
6
7 Several types of Special Provisions are included in this contract; General, Region, Bridges
8 and Structures, and Project Specific. Special Provisions types are differentiated as follows:
9
10 (date) General Special Provision
11 (' *' ***) Notes a revision to a General Special Provision
12 and also notes a Project Specific Special
13 Provision.
14 (Regions' date) Region Special Provision
15 (BSP date) Bridges and Structures Special Provision
16
17 General Special Provisions are similar to Standard Specifications in that they typically
18 apply to many projects, usually in more than one Region. Usually, the only difference from
19 one project to another is the inclusion of variable project data, inserted.as a "fill-in".
20
21 Region Special Provisions are commonly applicable within the designated Region. Region
22 designations are as follows:
23
24 Regions'
25 ER Eastern Region
26 NCR North Central Region
27 NWR Northwest Region
28 OR Olympic Region
29 SCR South Central Region
30 SWR Southwest Region
31
32 WSF Washington State Ferries Division
33
34 Bridges and Structures Special Provisions are similar to Standard Specifications in that
35 they typically apply to many projects, usually in more than one Region. Usually, the only
36 difference from one project to another is the inclusion of variable project data, inserted as a
37 "fill-in".
38
39 Project Specific Special Provisions normally appear only in the contract for which they
40 were developed.
41
42 DIVISION 1
43 GENERAL REQUIREMENTS
44
45 DESCRIPTION OF WORK
46
47 (March 13, 1995)
48 This contract provides for the construction of 1450 lineal feet of new roadway improvements
49 within the unimproved right-of-way of SW 27th Street. Work will include clearing and
50 grubbing; roadway excavation; placing crushed surfacing base course, top course, and
51 asphalt concrete pavement, constructing curbs, gutters and sidewalks; installing sanitary
52 sewer lines; installing a storm drainage conveyance and detention ponds and vaults;
53 permanent signing, pavement markings; installing water mains with valves, fire hydrants and
54 appurtenances, landscaping, irrigation, and other work, all in accordance with the attached
55 Contract Plans, these Contract Provisions, and the Standard Specifications.
56
SW 27T" SUSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
2
3
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, Commission, Department of Transportation,
Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be
deemed to mean the City of Renton acting through its City Council, employees, and duly
authorized representatives for all contracts administered by the City of Renton.
1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of
nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for
the specific locality of the work, which might reasonably have been anticipated from
historical records of the general locality of the work, shall not be construed as an act of god.
City
The City of Renton
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the
construction program for the Contracting Agency.
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in
properly executed change orders.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be
understood to mean working days.
Engineer
The City Engineer or duly authorized representative who is a currently licensed registered
engineer In the State of Washington, or an authorized member of a licensed consulting firm
retained by Owner for the construction engineering of a specific public works project.
Inspector
Owner's authorized representative assigned to make necessary observations of the work
performed or being performed, or of materials furnished or being furnished by Contractor.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency
on recommendation of the engineer, shall be the sole judge of the quality and suitability of
the proposed substitution.
The responsibility and cost of furnishing necessary evidence, demonstrations, or other
information required to obtain the approval of alternative materials or processes by the
Owner shall be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency
Performance and Payment Bond
Same as "Contract Bond" defined in the Standard Specifications.
Plans
SW 27TH STJSTRANDER BLVD, CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
2
1 The contract plans and/or standard plans which show location, character, and dimensions of
2 prescribed work including layouts, profiles, cross-sections, and other details. Drawings may
3 either be bound in the same book as the balance of the Contract Documents or bound in
4 separate sets, and are a part of the Contract Documents, regardless of the method of
5 binding. The terms "Standard Drawings" or "Standard Details" generally used in
6 specifications refers to drawings bound either with the specification documents or included
7 with the Plans or the City of Renton Standard Plans.
8
9 Points
10 Wherever reference is made to Engineer's points, this shall mean all marks, bench marks,
11 reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal
12 and vertical control of the work.
13
14 Provide
15 Means "furnish and install" as specified and shown in the Plans.
16
17 Secretary, Secretary of Transportation
18 The chief executive officer of the Department and other authorized representatives. The
19 chief executive officer to the Department shall also refer to the Department of
20 Planning/Building/Public Works Administrator.
21
22 Shop Drawings
23 Same as "Working Drawings" defined in the Standard Specifications.
24
25 Special Provisions
26 Modifications to the standard specifications and supplemental specifications that apply to an
27 individual project. The special provisions may describe work the specifications do not cover.
28 Such work shall comply first with the special provisions and then with any specifications that
29 apply. The Contractor shall include all costs of doing this work within the bid prices.
30
31 State
32 The state of Washington acting through its representatives. The State shall also refer to The
33 City of Renton and its authorized representatives where applicable.
34
35 Supplemental Drawings and Instructions
36 Additional instructions by Engineer at request of Contractor by means of drawings or
37 documents necessary, in the opinion of Engineer, for the proper execution of the work. Such
38 drawings and instructions are consistent with the Contract Documents.
39
40 Utility
41 Public or private fixed improvement for the transportation of fluids, gases, power, signals, or
42 communications and shall be understood to include tracks, overhead and underground
43 wires, cables, pipelines, conduits, ducts, sewers, or storm drains.
44
45 1-02 BID PROCEDURES AND CONDITIONS
46
47 March 13, 1995)
48 Examination Of Plans, Specifications And Site Of Work
49 Section 1-02.4, is supplemented with the following:
50
51 The soils information used for study and design of this project is available for review by
52 the bidder at the following address:
53
54 Perteet Inc. City of Renton
55 2707 Colby Avenue, Suite 900 Transportation Systems
56 Everett, WA 98201 1055 S. Grady Way
57 (425) 252-7700 Renton, WA 98055
58 (425) 430-7321
59
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 3
1
2 Preparation Of Proposal
3 The third paragraph is revised as follows:
4 (******)
5 All prices shall be in legible figures and words written in ink or typed. The proposal shall
6 include:
7 1. A unit price for each item (omitting digits more than four places to the right of the
8 decimal point), each unit price shall also be written in words; where a conflict arises the
9 written words shall prevail.
10
11 1-02.6(1) is a new section.
12 (******)
13 1-02.6(1) Proprietary Information
14 Vendors should, in the bid proposal, identify clearly any material(s) which constitute
15 "(valuable) formula, designs, drawings, and research data" so as to be exempt from
16 public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt,
17 along with a Statement of the basis for such claim of exemption. The Department (or
18 State) will give notice to the vendor of any request for disclosure of such information
19 received within 5 (five) years from the date of submission. Failure to so label such
20 materials or failure to timely respond after notice of request for public disclosure has
21 been given shall be deemed a waiver by the submitting vendor of any claim that such
22 materials are, in fact, so exempt.
23
24 (August 2, 2004)
25 The fifth and sixth paragraphs of Section 1-02.6 are deleted.
26
27 ******
28 Public Opening Of Proposal
29 Section 1-02.12 is supplemented with the following:
30
31 The Contracting Agency reserves the right to postpone the date and time for bid opening.
32 Notification to bidder will be by addenda.
33
34
35 1-03 AWARD AND EXECUTION OF CONTRACT
36
37 1-03.1 Consideration of bids
38 Section 1-03.1 is supplemented with the following:
39 (******)
40 All bids will be based on total sum of all schedules of prices. No partial bids will be accepted
41 unless so stated in the call for bids or special provisions. The City reserves the right however
42 to award all or any schedule of a bid to the lowest bidder at its discretion. The contract, if
43 awarded, will be awarded to the lowest responsive, responsible bidder.
44 1-03.2 Award of Contract
45 Section 1-03.2 is supplemented with the following:
46 (******)
47 The contract award or bid rejection will occur within 30 calendar days after bid opening. The
48 contract, bond form, and all other forms requiring execution, together with a list of all other
49 forms or documents required to be submitted by the successful bidder, will be forwarded to
50 the successful bidder within 10 days of the award. The number of copies to be executed by
51 the Contractor shall be determined by the Contracting Agency.
52
53 1-03.3 Execution of Contract
54 Section 1-03.3 is revised and supplemented as follows:
55 (******)
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
Within 10 calendar days after receipt from the City of the forms and documents required to
be completed by the Contractor, the successful bidder shall return the signed Contracting
Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a
satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by
the Contracting Agency, the successful bidder shall provide any pre -award information the
Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
and for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within 10 calendar days after the award date, the Contracting Agency
may grant up to a maximum of 10 additional calendar days for return of the documents,
provided the Contracting Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition,
the Contracting Agency requires persons doing business with the Contracting Agency to
possess a valid City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State
Contractors registration number, or both the Bidder shall insert such information in the
spaces provided. The Contracting Agency requires legible copies of the Contractor's
Registration and business license be submitted to the Engineer as part of the Contracting
Agency's post -award information and evaluation activities.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions
Specifications, and Addenda
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved b following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to Division 1-99 APWA Supplement
6. Amendments to the Standard Specifications,
7. Division 1-99 APWA Supplement
8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
Construction
9. Contracting Agency's Standard Plans (if any)
10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
Section 1-04.3 is a new section:
Contractor -Discovered Discrepancies
Upon receipt of award of contract, Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all field
measurements. Contractor shall, prior to ordering material or performing work, report in
writing to Engineer any error, inconsistency, or omission in respect to design or mode of
construction, which is discovered. If Contractor, in the course of this study or in the
accomplishment of the work, finds any discrepancy between the Plans and the physical
condition of the locality as represented in the Plans, or any such errors or omissions in
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 5
1
2
3
4
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
respect to design or mode of construction in the Plans or in the layout as given by points and
instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and
Engineer will promptly check the same. Any work done after such discovery, until correction
of Plans or authorization of extra work is given, if Engineer finds that extra work is involved,
will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided
in Section 1-04.4 of the Standard Specifications.
1-04.4 Changes
The last two paragraphs are replaced with the following:
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will
evaluate such proposals by the Contractor on a case-by-case basis.
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an
estimate of lump sum work accomplished to date. The Engineer's calculations and decisions
shall be final in regard to the actual percentage of any lump sum pay item accomplished and
eligible for payment unless another specific method of calculating lump sum payments is
provided elsewhere in the specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
All salvage material as noted on the plans and taken from any of the discarded facilities
shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops.
Any cost incurred in salvaging and delivering such items shall be considered incidental to the
project and no compensation will be made.
The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all
work, equipment and materials required to perform final cleanup. If this pay item does not
appear in the contract documents then final clean up shall be considered incidental to the
contract and to other pay item and no further compensation shall be made.
1-04.12 Hours of Work (Additional Section)
General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m.
The Hours of Work may. be changed at the discretion of the ENGINEER when it is in the
interest of the public or the CONTRACTOR due to reasons of safety, health and welfare and
must be approved in writing prior to the start of construction work. The CONTRACTOR shall
give a minimum of 48 hours notice to the Contracting Agency prior to work on any roadway
and shall do no work on the roadway without a traffic control plan approved by the City
Transportation Division.
1-05 CONTROL OF WORK
Conformity With And Deviations From Plans And Stakes
Section 1-05.4 is supplemented with the following:
Contractor Supplied Surveying
Copies of the Contracting Agency provided primary survey control data are available for
the bidder's inspection at the office of the Project Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, sewer and water, slope stakes, and grades necessary for the construction of the
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
11.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
roadbed, drainage, surfacing, paving, channelization, sewer, water and pavement
marking, illumination and signals, guardrails and barriers, and signing. Except for the
survey control data to be furnished by the Contracting Agency, calculations, surveying,
and measuring required for setting and maintaining the necessary lines and grades shall
be the Contractor's responsibility.
Detailed survey records shall be maintained, including a description of the work
performed on each shift, the methods utilized, and the control points used. The record
shall be adequate to allow the survey to be reproduced. A copy of each day's record
shall be provided to the Engineer within three working days after.the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions
of Surveying and Associated Terms" current edition, published by the. American
Congress on Surveying and Mapping and the American Society of Civil Engineers.
The survey work shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well
as additional survey control needed for the project. Provide descriptions of
secondary control to the Contracting Agency. The description shall include
coordinates and elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks
on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs)
and at points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate
points not more than 50 feet apart.
4. Establish grading limits, placing slope stakes at centerline increments not more
than 50 feet apart. Establish offset reference to all slope stakes.
5. Establish the horizontal and vertical location of all drainage features, placing
offset stakes to all drainage structures and to pipes at a horizontal interval not
greater than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of
subgrade and at the top of each course of surfacing. Subgrade and surfacing
stakes shall be set at horizontal intervals not greater than 50 feet in tangent
sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -
foot intervals in intersection radii with a radius less than 10 feet. Transversely,
stakes shall be placed at all locations where the roadway slope changes and at
additional points such that the transverse spacing of stakes is not more than
12 feet.
7. Establish intermediate elevation benchmarks as needed to check work
throughout the project.
8. Provide references for paving pins at 25 -foot intervals or provide simultaneous
surveying to establish location and elevation of paving pins as they are being
placed.
9. For all other types of construction included in this provision, (including but not
limited to channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing) provide staking and layout as necessary
to adequately locate, construct, and check the specific construction activity.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1. SEGMENT 1
CITY OF RENTON
JULY 2005
N
1
2
3
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
The Contractor shall provide the Contracting Agency copies of any calculations and
staking data when requested by the Engineer.
To facilitate the establishment of these lines and elevations, the Contracting Agency will
provide the Contractor with primary survey control information consisting of descriptions
of two primary control points used for the horizontal and vertical control, and
descriptions of two additional primary control points for every additional three miles of
project length. Primary control points will be described by reference to the project
alignment and the coordinate system and elevation datum utilized by the project. In
addition, the Contracting Agency will supply horizontal coordinates for the beginning and
ending points and for each Point of Intersection (PI) on each alignment included in the
project.
The Contractor shall ensure a surveying accuracy within the following tolerances
Slope stakes
Subgrade grade stakes set
0.04 feet below grade
Stationing on roadway
Alignment on roadway
Surfacing grade stakes
Roadway paving pins for
surfacing or paving
Vertical Horizontal
±0.10 feet ±0.10 feet
±0.01 feet
±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
N/A
±0.1 feet
N/A
±0.04 feet
±0.01 feet
±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
±0.01 feet ±0.2 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
The Contracting Agency may spot-check the Contractor's surveying. These spot-
checks will not change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform
independent checks from different secondary control to ensure that the points staked
are within the specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency
will verify these coordinates prior to issuing, approval to the Contractor for commencing
with the work. The Contracting Agency will require up to seven calendar days from the
date the data is received.
Contract work to be performed using contractor -provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan H-14. When stakes are
needed that are not described in the Plans, then those stakes shall be marked, at no
additional cost to the Contracting Agency as ordered by the Engineer.
Section 1-05.4(4) is a new section:
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
P
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
1-05.4(4) Contractor Provided As -Built Information
It shall be the contractors responsibility to record the location prior to the backfilling of
the trenches, by centerline station, offset, and depth below pavement, of all existing
utilities uncovered or crossed during his work as covered under this project.
It shall be the contractors responsibility to have his surveyor locate by centerline station,
offset and elevation each major item of work done under this contract per the survey
standard of Section 1-11. Major items of work shall include but not be limited to:
Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction
boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in
Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets.
After the completion of the work covered by this contract, the contractors surveyor shall
provide to the City the hard covered field book(s) containing the as -built notes and one
set of white prints of the project drawings upon which he has plotted the notes of the
contractor locating existing utilities, and one set of white prints of the project drawings
upon which he has plotted the as -built location of the new work as he recorded in the
field book(s). This drawing shall bear the surveyors seal and signature certifying it's
accuracy.
All costs for as -built work shall be included in the contract item "Contractor Supplied
Surveying," lump sum.
Payment
Payment will be made in accordance with Section 1-04.1 for the following bid item when
included in the proposal:
"Contractor Supplied Surveying", lump sum.
The lump sum contract price for "Contractor Surveying" shall be full pay for all labor,
equipment, materials, and supervision utilized to perform the work specified, including
any resurveying, checking, correction of errors, replacement of missing or damaged
stakes, and coordination efforts.
1-05.7 Removal of Defective and Unauthorized Work
Section 1-05.7 is supplemented as follows:
Contractor shall promptly replace and re -execute work by Contractor forces, in accordance
with the intent of the Contract and without expense to Owner, and shall bear the expense of
making good all work of other contractors destroyed or damaged by such removal or
replacement.
If Contractor does not remove such condemned work and materials and commence re-
execution of the work within 7 calendar days of notice from Engineer, Owner may correct the
same as provided in the Standard Specifications. In that case, Owner may store removed
material.
If Contractor does not pay the cost of such removal and storage within 10 calendar days
from the date of the notice to Contractor of the fact of such removal, Owner may, upon an
additional 10 calendar days' written notice, sell such materials at public or private sale, and
deduct all costs and expenses incurred from moneys due to Contractor, including costs of
sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any
such sale. Contractor shall be liable to Owner for the amount of any deficiency from any
funds otherwise due Contractor.
1-05.10 Guarantees
Section 1-05.10 is supplemented by adding the following:
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 9
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 10
I?
i
1
If within one year after the Acceptance Date of the Work by the Contracting Agency,
2
defective and unauthorized Work is discovered, the Contractor shall promptly, upon written
3
order by the Contracting Agency, return and in accordance with the Engineer's instructions,
4
either correct such Work, or if such Work has been rejected by the Engineer, remove it from
5
the Project Site and replace it with non defective and authorized Work, all without cost to the
6
Contracting Agency. If the Contractor does not promptly comply with the written order to
7
correct defective and unauthorized Work, or if an emergency exists, the Contracting Agency
8
reserves the right to have defective and unauthorized Work corrected or removed and
9
replaced pursuant to Section 1-05.8 "Owner's Right to Correct Defective and Unauthorized
10
Work."
11
12
The Contractor agrees the above one year limitation shall not exclude or diminish the
13
Contracting Agency's rights under any law to obtain damages and recover costs resulting
14
from defective and unauthorized work discovered after one year but prior to the expiration of
,
15
the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or
16
liability expressed or implied arising out of a written agreement.
17
18
The Contractor shall warrant good title to all materials, supplies, and equipment purchased
19
for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat
20
or impair the right of persons furnishing materials or labor, to recover under any bond given
21
by the Contractor for their protection, or any rights under any law permitting such persons to
22
look to funds due the Contractor in the hands of the Contracting Agency.
23
24
The provisions of this paragraph shall be inserted in all subcontracts and material contracts,
25
and notice of its provisions shall be given to all persons furnishing materials for the Work
26
when no formal contract is entered into for such materials.
27
28
1-05.11(3) Operational Testing
29
Section 1-05.11(3) is supplemented as follows:
30
(******)
31
Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a
32
minimum of 3 working days' notice of the time for each test and inspection. If the
33
inspection is by another authority than Engineer, Contractor shall give Engineer a
'
34
minimum of 3 working days' notice of the date fixed for such inspection. Required
35
certificates of inspection by other authority than Engineer shall be secured by
36
Contractor.
37
38
March 13, 1995)
39
Cooperation With Other Contractors
40
Section 1-05.14 is supplemented with the following:
41
42
(******)
43
Contractor shall afford Owner and other contractors working in the area reasonable
44
opportunity for the introduction and storage of their materials and the execution of their
45
respective work and shall properly connect and coordinate Contractor's work with theirs.
46
47
Other utilities, districts, agencies, and contractors who may be working within the project
48
area are:
49
50
1. Puget Sound Energy (gas and electric)
51
2. QWest Communications
52
3. Comcast
53
4. City of Renton (water, sewer, transportation)
54
5. Soos Creek Water District
55
6. Private contractors employed by adjacent property owners
56
57
The Contractor shall coordinate with City of Renton on tying into any existing electrical
58
service cabinet.
59
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 10
I?
1
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
Other Contracts Or Other Work
It is anticipated that the following work adjacent to or within the limits of this project will
be performed by others during the course of this project and will require coordination of
the work:
As part of this project the franchise utilities will be extending their facilities within the
right-of-way. The contracting agency has identified the HMA path along the south
side of the project as the location for the utilities to be located. The contractor shall
make the preparation and placement of the path as one of the final items of work.
The contractor will be expected to coordinate with participating utilities in , the
installation of their facilities. The contractor shall coordinate with the utilities the
installation of the stormwater vault at Sta. 37+50 to facilitate the relocation of
existing utilities and the installation of the new franchise utilities. For this project,
PSE will be installing the underground power and natural gas Qwest will be
installing undgeround telephone facilities, and Comcast will be installing
underground TV conduit.
The Federal Reserve Bank San Francisco (FRBSF) will be constructing a facility to
the south of this project between Sta. 25+00 and 32+00. The detention pond being
created for this project is jointly used by the roadway project and the FRBSF
project. The FRBSF Contractor will be using haul routes that avoid the construction
limits of the roadway project.
Section 1-05.18 is a new section:
-05.18 Contractor's Daily Diary
Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record
of this Work. This Diary will be created by pen entries in a hard -bound diary book of the type
that is commonly available through commercial outlets. The Diary must contain the Project
and Number; if the Diary is in loose-leaf form, this information must appear on every page.
The Diary must be kept and maintained by Contractor's designated project
superintendent(s). Entries `must be made on a daily basis and must accurately represent all
of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of work accomplished during the day with adequate
references to the Plans and Contract Provisions so that the reader can easily and
accurately identify said work in the Plans. Identify location/description of
photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute,
incident, accident, or occurrence of any nature whatsoever which might affect
Contractor, Owner, or any third party in any manner.
5. Listing of any materials received and stored on- or off-site by Contractor for future
installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of Contractor's employees working during each day by
category of employment.
9. Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake -out, and all other services furnished
by Owner or other party during each day.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 11
1
2
3
4
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
11. Entries to verify the daily (including non -work days) inspection and maintenance of
traffic control devices and condition of the traveled roadway surfaces. Contractor
shall not allow any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used
by Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page
numbers.
15. Each page must be signed and dated by Contractor's official representative on the
project.
Contractor may use- additional sheets separate from the diary book if necessary to provide a
complete diary record, but they must be signed, dated, and labeled with project name and
number.
It is expressly agreed between Contractor and Owner that the Daily Diary maintained
by Contractor shall be the "Contractor's Book of Original Entry" for the
documentation of any potential claims or disputes that might arise during this
Contract. Failure of Contractor to maintain this Diary in the manner described above
will constitute a waiver of any such claims or disputes by Contractor.
Engineer or other Owner's representative on the job site will also complete a Daily
Construction Report.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to Engineer at the Preconstruction Conference
shall include the quantity, manufacturer and model number, if applicable, of materials and
equipment to be installed under the Contract. This list will be checked by Engineer as to
conformity with the Contract Documents. Engineer will review the lists within 10 working
days, noting required corrections. Contractor shall make required corrections and file 2
corrected copies with Engineer within one week after receipt of required corrections.
Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility
for suitability for the intended purpose, nor for deviations from the Contract Documents.
1-06.2(1)... Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented a follows:
The finished Work shall be in accordance with approved samples. Approval of samples
by Engineer does not relieve Contractor of responsibility for performance of the Work in
accordance with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2) is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used
by the City of Renton.
LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
SW 27'" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
12
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
Contractor shall erect and properly maintain, at all times, as required by the conditions and
progress of the work, all necessary safeguards for protection of workers and the public; shall
post danger signs warning against known or unusual hazards; and shall designate as Safety
Supervisor a responsible employee on the construction site whose duty shall be the
enforcement of safety. The name and position of such person so designated shall be
reported in writing to Engineer by Contractor.
Contractor shall, at all times, enforce strict discipline and good order among all employees
and shall not employ any person unfit or not skilled in the work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded
from public observation, shall be provided and maintained by Contractor.
1-07.2
State Taxes
Section 1-07.2 is supplemented with the following:
(March 13, 1995)
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply.
Permits And Licenses
Section 1-07.6 is supplemented with the following:
(March 13, 1995)
No hydraulic permits are required for this project unless the Contractor's operations use,
divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of
the waters of the State or materials from gravel or sand bars, or from stream beds.
The permits, easements, and right of entry documents that have been acquired are
available for inspection and review.
Contractor shall be required to comply with all conditions of the permits, easements, and
rights of entry, at no additional cost to Owner. Contractor is required to indemnify
Owner from claims on all easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor
shall comply with the special provisions and requirements of each.
Permits, permission under franchises, licenses and bonds of a temporary nature
necessary for and during the prosecution of the work, and inspection fees in connection
therewith shall be secured and paid for by Contractor. If Owner is required to secure
such permits, permission under franchises, licenses and bonds, and pay the fees, the
costs incurred by Owner thereby shall be charged against Contractor and deducted
from any funds otherwise due Contractor.
Load Limits
Section 1-07.7 is supplemented with the following:
(March 13, 1995)
Except for the load limit restrictions specified in Section 1-07.7(2), the Contractor may
operate vehicles which exceed the legal gross weight limitations without special permits
or payment of additional fees provided such vehicles are employed in the construction
and within the limits of this project.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
13
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Subparagraph 1 of the second paragraph of Section 1-07.7(1) is deleted.
(March 13, 1995
If the sources o materials provided by the Contractor necessitates hauling over roads
other than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
Contractor must submit weekly certified payrolls for the Contractor and all subcontractors
and lower tier subcontractors, regardless of project's funding source.
Protection And Restoration Of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented by adding the following:
The Contracting Agency will obtain all easements and franchises required for the
project. The contractor shall limit his operation to the areas obtained and shall not
trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection with the
work under the contract together with the right of access to such lands. The contractor
shall not unreasonably encumber the premises with his equipment or materials.
The contractor shall provide, with no liability to the Contracting Agency, any additional
land and access thereto not shown or described that may be required for temporary
construction facilities or storage of materials. He shall construct all access roads,
detour roads, or other temporary work as required by his operations. The contractor
shall confine his equipment, storage of material, and operation of his workers to those
areas shown and described and such additional areas as he may provide.
A. General. All construction work under this contract on easements, right-of-way, over
private property or franchise, shall be confined to the limits of such easements,
right-of-way or franchise. All work shall be accomplished so as to cause the least
amount of disturbance and a minimum amount of damage. The contractor shall
schedule his work so that trenches across easements shall not be left open during
weekends or holidays and trenches shall not be open for more than 48 hours.
B. Structures. The contractor shall remove such existing structures as may be
necessary for the performance of the work and, if required, shall rebuild the
structures thus removed in as good a condition as found. He shall also repair all
existing structures which may be damaged as a result of the work under this
contract.
C. Easements. Cultivated areas and other surface improvements. All cultivated
areas, either agricultural or lawns, and other surface improvements which are
damaged by actions of the contractor shall be restored as nearly as possible to
their original condition.
Prior to excavation on an easement or private right-of-way, the contractor shall strip
top soil from the trench or construction area and stockpile it in such a manner that it
may be replaced by him, upon completion of construction. Ornamental trees and
shrubbery shall be carefully removed with the earth surrounding their roots
wrapped in burlap and replanted in their original positions within 48 hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the contractor
with material of equal quality at no additional cost to the Contracting Agency. In the
event that it is necessary to trench through any lawn area, the sod shall be carefully
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
14
[I
t
1
2
3
4
5
6
7
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
cut and rolled and replaced after the trenches have been backfilled. The lawn area
shall be cleaned by sweeping or other means, of all earth and debris.
The contractor shall use rubber wheel equipment similar to the small tractor -type
backhoes used by side sewer contractors for all work, including excavation and
backfill, on easements or rights -of- way which have lawn areas. All fences,
markers, mail boxes, or other temporary obstacles shall be removed by the
contractor and immediately replace, after the trench is backfilled, in their original
position. The contractor shall notify the Contracting Agency and property Owner at
least 24 hours in advance of any work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from
dewatering and/or other construction activity under this contract shall be restored to
their original condition or better. The original condition shall be established by
photographs taken and/or inspection made prior to construction. All such work
shall be done to the satisfaction of the property Owners and the Contracting
Agency at the expense of the contractor.
D. Streets. The contractor will assume all responsibility of restoration of the surface of
all streets (traveled ways) used by him if damaged.
In the event the contractor does not have labor or material immediately available to
make necessary repairs, the contractor shall so inform the Contracting Agency. The
Contracting Agency will make the necessary repairs and the cost of such repairs shall
be paid by the contractor.
The contractor is responsible for identifying and documenting any damage that is pre-
existing or caused by others. Restoration of excavation in City streets shall be done in
accordance with the City of Renton Trench Restoration Requirements, which is
available at the Public Works Department Customer Services counter on the 4th floor,
Renton City Hall, 1055 South Grady Way.
(December 6. 2004)
Archaeological And Historical Objects
Section 1-07.16(4) is supplemented with the following:
The project area potentially contains archaeological or historical objects that may
have significance from a historical or scientific standpoint. To protect these objects
from damage or destruction, the Contracting Agency, at its discretion and expense,
may monitor the Contractor's operations, conduct various site testing and perform
recovery and removal of such objects when necessary.
The Contractor may be required to conduct its operations in a manner that will
accommodate such activities, including the reserving of portions of the work area
for site testing, exploratory operations and recovery and removal of such objects as
directed by the Engineer. If such activities are performed by consultants retained
by the Contracting Agency, the Contractor shall provide them adequate access to
the project site.
Added work necessary to uncover, fence, dewater, or otherwise protect or assist in
such testing, exploratory operations and salvaging of the objects as ordered by the
Engineer shall be paid by force account as provided in Section 1-09.6. If the
discovery and salvaging activities require the Engineer to suspend the Contractor's
work, any adjustment in time will be determined by the Engineer pursuant to
Section 1-08.8.
To provide a common basis for all bidders, the Contracting Agency has entered an
amount for the item "Archaeological and Historical Salvage" in the Proposal to
become a part of the total bid by the Contractor.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
15
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information
available to Engineer. Information and data shown or indicated in the Contract
Documents with respect to existing underground utilities or services at or contiguous to '
the project site are based on information and data furnished to Owner and Engineer by
owners of such underground facilities or others, and Owner and Engineer do not
assume responsibility for the accuracy or completeness thereof. It is to be understood
that other aboveground or underground facilities not shown in the Plans may be t
encountered during the course of the work.
All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously
marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow
their location to be determined by the Engineer or utility personnel under adverse
conditions, (inclement weather or darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric
power, or telephone, are shown on the Plans, the Contractor, for the purpose of
preparing his bid, shall assume that every property parcel will be served by a service
connection for each type of utility.
The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating
to underground utilities. Any cost to the CONTRACTOR incurred as a result of this law
shall be at the CONTRACTOR's expense.
Contractor shall check with the utility companies concerning any possible conflict prior
to commencing excavation in any area. Contractor shall resolve all crossing and
clearance problems with the utility company concerned. No excavation shall begin until
all known facilities, in the vicinity of the excavation area, have been located and marked.
In addition to Contractor having all utilities field marked before starting work, Contractor
shall have all utilities field marked after they are relocated in conjunction with this
project.
Call Before You Dig
The 48 Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for
utility potholing or for any other purpose under this Contract, Contractor shall notify the
Underground Utilities Location Center by telephone of the planned excavation and
progress schedule. Contractor is also warned that there may be utilities on the project
that are not part of the One Call system. They must be contacted directly by Contractor
for locations.
Contractor shall make arrangements 48 hours in advance with respective utility owners
to have a representative present when their utility is exposed or modified, if the utility
chooses to do so.
Existing utilities for telephone, power, gas, water, and television cable facilities shall be
adjusted or relocated by the appropriate utility company unless otherwise noted in the
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Plans. These adjustments may be completed before Contractor begins work, or may be
performed in conjunction with the contract work. Contractor shall be entirely
responsible for coordination with the utility companies and arranging for the movement
or adjustment, either temporary or permanent, of their facilities within the project limits.
See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, Contractor shall continue the construction process on
other aspects of the project whenever possible. No additional compensation will be
made to Contractor for reason of delay caused by the actions of any utility company and
Contractor shall consider such costs to be incidental to the other items of the contract.
The following addresses and telephone numbers of utility companies known or
suspected of having facilities within the project limits are supplied for the Contractor's
convenience:
PSE
Jeff McMeekin
Municipal Construction Planning Dept.
P.O. Box 90868 -Mail Stop: XRD-1 W
Bellevue, WA 98009-0868
425-462-3824
Qwest
Ken Kobes
23315 - 66th Ave. South
Kent, WA 98032
206-345-3488
Comcast
Jim Neis
4020 Auburn Way N.
Auburn, WA 98002
253-288-7531
Section 1-07.18 is deleted replaced by the following new section and subsections:
-07.18 Public Liability and Property Damage Insurance
1-07.18(1) General
The contractor shall obtain and maintain in full force and effect, from the Contract
Execution Date to the Completion Date, public liability and property damage insurance
with an insurance company(ies) or through sources approved by the State Insurance
Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency. Insurance shall provide
coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting
Agency's consultant. The coverage shall protect against claims for bodily injuries,
personal injuries, including accidental death, as well as claims for property damages
which may arise from any act or omission of the Contractor or the subcontractor, or by
anyone directly or indirectly employed by either of them.
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
17
1
3
4
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
00
00
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Ll
if warranted work is required the Contractor shall provide the City proof that insurance
coverage and limits established under the term of the Contract for work are in full force
and effect during the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each
insurance policy effecting coverage(s) required on the contract prior to the date work ,
commences. Failure of the Contractor to fully comply during the term of the Contract
with the requirements described herin will be considered a material breach of contract
and shall be caused for immediate termination of the Contract at the option of the
Contracting Agency.
1-07.18(2) Coverages
As part of the response to this proposal, the Contractor shall submit a completed City of '
Renton Insurance Information form which details specific coverage and limits for this
contract.
All coverage provided by the Contractor shall be in a form and underwritten by a
company acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims -made basis). The City may
also require proof of professional liability coverage be provided for up to two
(2) years after the completion of the project.
3. The City may request a copy of the actual declaration page(s) for each
insurance policy affecting coverage(s) required by the Contract prior to the
date work commences.
4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is
preferred.) If any insurance carrier possesses a rating of less than AVII, the
City may make an exception.
The City reserves the right to approve the security of the insurance coverage provided
by the insurance company(ies), terms, conditions, and the Certificate of Insurance.
Failure o the Contractor to fully comply during the term of the contract with these
requirements will be considered a material breach of contract and shall be cause for
immediate termination of the contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth
below. By requiring such minimum insurance, the City of Renton shall not be'deemed
or construed to have assessed the risks that may be applicable to the Contractor. The
Contractor shall assess its own risks and if it deems appropriate and/or prudent,
maintain higher limits and/or broader coverage.
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply
per project, if applicable).
• Explosion, Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all
• Owned Vehicles
• Non -Owned Vehicles
• Hired Vehicles
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
in
u
1
t
1
F
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
Qq
34
35
C. Workers' Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor & Industries
Number
D. Umbrella Liability (when necessary)
• Excess of Commercial General Liability and Automobile Liability.
Coverage should be as broad as primary.
E. Professional Liability - (whenever the work under this Contract includes
Professional Liability, (i.e. architectural, engineering, advertising, or computer
programming) 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.
F. The Contracting Agency reserves the right to request and/or require additional
coverages as may be appropriate based on work performed(i.e.. pollution
liability).
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents,
employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent).
The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to
commencement of work. The City reserves the right to request copies of insurance
policies, if at their sole discretion it is deemed appropriate. Further, all policies of
insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage
and/or self-insurance carried by CITY OF RENTON.
B. Include a Waiver of Subrogation Clause..
C. Severability of Interest Clause (Cross Liability)
D. Policy may not be non -renewed, canceled or materially changed or altered
unless forty-five (45) days prior written notice is provided to CITY OF
RENTON. Notification shall be provided to CITY OF RENTON by certified
mail.
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the
contractor from liability in excess of such limits. The CONTRACTOR shall carry the
following limits of liability as required below:
Commercial General Liability
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
(ISO Form CG2503 or equivalent)
**Amount may vary based on
project risk
Automobile Liability
Bodily Injury/Property
$1,000,000
Damage
(Each Accident)
Workers' Compensation
Statutory Benefits -
Variable
Coverage A
(Show Washington Labor
and Industries
Number)
_Umbrella Liability
Each Occurrence Limit
$1,000,000
General Aggregate Limit
$1,000,000
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 19
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Products/Completed $1,000,000
Operations Aggregate
Professional Liability (If
required)
Each Occurrence/ $1,000,000
Incident/Claim
Aggregate $2,000,000
The City may require the CONTRACTOR to keep professional liability coverage in effect
for up to two (2) years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in writing in the event any
general aggregate or other aggregate limits are reduced. At their own expense, the
CONTRACTOR will reinstate the aggregate to comply with the minimum limits and
requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a
new Certificate of Insurance showing such coverage is in force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the contract the CONTRACTOR shall provide evidence of
insurance by submitting to the CONTRACTING AGENCY the following:
1. City of Renton Insurance Information Form (attached herein) without
modification.
2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items
as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised
above. Other requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a
matter of information only and confers no rights upon the Certificate
Holder";
B. Strike the wording regarding cancellation notification to the City: "Failure
to mail such notice shall impose no obligation or liability of any kind upon
the company, its agents or representatives".
C. Amend the cancellation clause to state: "Policy may not be non -renewed,
canceled or materially changed or altered unless 45 days prior written
notice is provided to the City". NOtificatinn shall be provided to the City by
certified mail. J
f]
t
1
1
1
I r-7 I
L_
For Professional Liability coverage only, instead of the cancellation language '
specified above, the City will accept a written agreement that the consultant's
broker will provide the required notification.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under
such restrictions as may be required by the proper authorities. Explosives shall be handled
and used in strict compliance with WAC 296-52 and such local laws, rules and regulations
that may apply. The individual in charge of the blasting shall have a current Washington
State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are
necessary in conjunction with blasting operations.
1-07.23(1) Construction Under Traffic
Section 1-07.23(1) is supplemented by adding the following:
The contractor shall be responsible for controlling dust and mud within the project limits
and on any street which is utilized by his equipment for the duration of the project. The
contractor shall be prepared to use watering trucks, power sweepers, and other pieces
of equipment as deemed necessary by the engineer, to avoid creating a nuisance.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
20
u
t
1
t
ll
a
1
2
3
5
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
Dust and mud control shall be considered as incidental to the project, and no
compensation will be made for this section.
Complaints of dust, mud or unsafe practices and/or property damage to private
Ownership will be transmitted to the contractor and prompt action in correcting them will
be required by the contractor.
Contractor shall maintain the roads during construction in a suitable condition to
minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall
be borne by Contractor.
At least one-way traffic shall be maintained on all cross -streets within the project limits
during working hours. One lane shall be provided in each direction for all streets during
non -working hours.
Contractor shall provide one driveable roadway lane and maintain convenient access for
local and commuter traffic to driveways, businesses, and buildings along the line of
Work throughout the course of the project. Such access shall be maintained as near as
possible to that which existed prior to the commencement of construction. This
restriction shall not apply to the paving portion of the construction process.
Contractor shall notify and coordinate with all property owners and tenants of street
closures, or other restrictions which may interfere with their access—at least 24 hours in
advance for single-family residential property, and at least 48 hours in advance for
apartments, offices, and commercial property. Contractor shall give a copy of all notices
to Engineer.
When the abutting owners' access across the right-of-way line is to be eliminated and
replaced under the Contract by other access, the existing access shall not be' closed
until the replacement access facility is available.
All unattended excavations shall be properly barricaded and covered at all times.
Contractor shall not open any trenches that cannot be completed and refilled that same
day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's
expense, except in areas where the roadway remains closed to public traffic. Steel
plates must be anchored.
PROSECUTION AND PROGRESS
Section 1-08.0 is a new section with subsection:
Preliminary Matters
1-08.0(1) Preconstruction Conference
The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.
Additional documents may be furnished upon request at the cost of reproduction. Prior
to undertaking each part of the Work the Contractor shall carefully study and compare
the Contract Documents and check and verify pertinent figures shown therein and all
applicable field measurements. The Contractor shall promptly report in writing to the
Engineer any conflict, error or discrepancy which the Contractor may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer and such
other interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
4 Contractor's plan of operation and progress schedule (3+ copies)
SW 27T" STATRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
21
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
4 Approval of qualified subcontractors (bring list of subcontractors if different
from list submitted with Bid)
4 List of materials fabricated or manufactured off the project
-+ Material sources on the project
4 Names of principal suppliers
Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both
working and standby rates)
4 Weighted wage rates for all employee classifications anticipated to be used on
Project
4 Cost percentage breakdown for lump sum bid item(s)
-+ Shop Drawings (bring preliminary list)
4 Traffic Control Plans (3+ copies)
4 Temporary Water Pollution/Erosion Control Plan
In addition, the Contractor shall be prepared to address:
■ Bonds and insurance
■ Project meetings — schedule and responsibilities
■ Provision for inspection for materials from outside sources
■ Responsibility for locating utilities
■ Responsibility for damage
■ Time schedule for relocations, if by other than Contractor
■ Compliance with Contract Documents
• Acceptance and approval of work
■ Labor compliance, payrolls, certifications
■ Safety regulations for Contractors' and Owner's employees and representatives
■ Suspension of work, time extensions
■ Change order procedures
• Progress estimates - procedures for payment
■ Special requirements of funding agencies
■ Construction engineering, advance notice of special work
■ Any interpretation of the Contract Documents requested by Contractor
■ Any conflicts or omissions in Contract Documents
• Any other problems or questions concerning the work,
■ Processing and administration of public complaints
■ Easements and rights of entry
■ Other contracts
The franchise utilities
should be prepared
coordination.
J
t
1
may be present at the preconstruction conference, and Contractor
for their review and discussion of progress schedule and '
1-08.1 Subcontracting
Section 1-08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by Contractor to Engineer
at least 7 calendar days prior to start of a subcontractor's work.
Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all
subcontractors and lower -tier subcontractors, and persons either directly or indirectly
employed by the subcontractors, as well as for the acts and omissions of persons directly
employed by Contractor. Contractor shall be required to give personal attention to the work
that is sublet. Nothing contained in the Contract Documents shall create any contractual
relation between any subcontractor and Owner.
Contractor shall be responsible for making sure all subcontractors submit all required
documentation, forms, etc.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1. SEGMENT 1
CITY OF RENTON
JULY 2005
22
11
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Contractor shall not assign any moneys due or to become due to Contractor hereunder
without the prior written consent of Owner. The assignment, if approved, shall be subject to
all setoffs, withholdings, and deductions required by law and the Contract.
Progress Schedule
(Section 1-08.3 is supplemented as follows:
The progress schedule for the entire project shall be submitted 7 calendar days prior to the
Preconstruction Conference. The schedule shall be prepared using the critical path
method (CPM), preferably using Microsoft Project or equivalent software. The schedule
shall contain this information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a
complete and functional project are considered. Any activity which has a scheduled
duration exceeding 30 calendar days shall be subdivided until no sub -element has a
duration exceeding 30 calendar days.
The schedule shall clearly indicate the activities which comprise the critical path. For
each activity not on the critical path, the schedule shall show the float, or slack, time.
2. Procurement of material and equipment.
3. Submittals requiring review by Engineer. Submittal by Contractor and review by
Engineer shall be shown as separate activities.
4. Work to be performed by a subcontractor, agent, or any third party.
5. Allowances for delays which could result from normal inclement weather (time
extensions due to inclement weather will not be allowed).
6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and
adjust their facilities as required.
Engineer may request Contractor to alter the progress schedule when deemed necessary in
the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for
coordination with any other activity of other contractors, the availability of all or portions of
the job site. or sDecial provisions of this Contract, or to reasonably meet the completion date
of the project. Contractor shall provide such revised schedule within 10 days of request.
If, at any time, in the opinion of Engineer, the progress of construction falls significantly
behind schedule, Contractor may be required to submit a plan for regaining progress and a
revised schedule indicating how the remaining work items will be completed within the
authorized contract time.
Contractor shall promptly report to Engineer any conditions which Contractor feels will
require revision of the schedule and shall promptly submit proposed revisions in the
progress schedule for acceptance by Engineer. When such changes are accepted by
Engineer, the revised schedule shall be followed by Contractor.
Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which
sets forth specific work to be performed the following week, and a tentative schedule for the
second week.
Failure to Maintain Progress Schedule. Engineer will check actual progress of the work
against the progress schedule a minimum of two times per month. Failure, without just
cause, to maintain progress in accordance with the approved schedule shall constitute a
breach of Contract. If, through no fault of Contractor, the proposed construction schedule
cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for
acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the
original schedule.
Failure of Contractor to follow the progress schedule submitted and accepted, including
revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 23
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
available all or any portion of the job site, and will relieve Owner of any responsibility for
delays to Contractor In the performance of the work.
The cost of preparing the progress schedule, any supplementary progress schedules, and
weekly schedules shall be considered incidental to the Contract and no other compensation
shall be made.
1-08.5 Time For Completion
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
The Work shall be physically completed in its entirety within the time specified in the
Contract Documents or as extended by the Engineer. The Contract Time will be stated in
"working days", shall begin on the Notice To Proceed Date, and shall end on the Contract
Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day on which the contract
specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor
Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The
day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday.
The day after Christmas shall be a holiday when Christmas Day occurs on a Monday,
Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding
working days shall be observed as holidays. When Christmas day occurs on a Sunday, the
two working days following shall be observed as holidays. When holidays other than
Christmas fall on a Saturday, the preceding Friday will be counted as a non -working day and
when they fall on a Sunday the following Monday will be counted as a non -working day. The
Contract Time has been established to allow for periods of normal inclement weather which,
from historical records, is to be expected during the Contract Time, and during which
periods, work is anticipated to be performed. Each successive working day, beginning with
the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged
to the Contract Time as it occurs except a day or part of a day which is designated a
nonworking day or an Engineer determined unworkable day.
The Enaineer will furnish the Contractor a weekly report showing (1) the number of working
days charged against the Contract Time for the preceding week; (2) the Contract Time in
working days; (3) the number of working days remaining in the Contract Time; (4) the
number of nonworking days; and (5) any partial or whole days the Engineer declared
unworkable the previous week. This weekly report will be correlated with the Contractor's
current approved progress schedule. If the Contractor elects to work 10 hours a day and 4
days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked
would ordinarily be charged as a working day then the fifth day of that week will be charged
as a working day whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file
a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the
report will be deemed to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial
Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11
and 1-05.12.
Section 1-08.5 is supplemented as follows:
(******)
Within 10 calendar days after execution of the Contract by the Contracting Agency,
Contractor shall provide the Contracting Agency with copies of purchase orders for all
equipment items deemed critical by the Contracting Agency, including but not limited to
signal controller materials, lighting standards, and signal standards required for the physical
completion of the contract. Such purchase orders shall disclose the estimated delivery dates
for the equipment.
SW VT" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 24
I !
u
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
All items of work which can be performed without delivery of the critical items shall start and
be completed as soon as possible. At that time, Engineer may suspend the work upon
request of Contractor until the critical items are delivered to Contractor, if the Contracting
Agency received a purchase order within 10 calendar days after execution of the Contract by
the Contracting Agency.
Contractor will be entitled to only one such suspension of time during the performance of the
work and during such suspension shall not perform any additional work on the project. Upon
delivery of the critical items, contract time will resume and continue to be charged in
accordance with Section 1-08.
Time :For Completion
(March 13, 1995)
Section 1-08.5 is supplemented with the following:
This project shall be hysically completed within 100 working days.
1-08.6 Suspension ofpWork
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor
in writing. The work shall be resumed by Contractor within 14 calendar days after the date
fixed in the written notice from Owner to Contractor to do so.
Contractor shall not suspend work under the Contract without the written order of Owner.
If it has been determined that Contractor is entitled to an extension of time, the amount of
such extension shall be only to compensate for direct delays and shall be based upon
Contractor's diligently pursuing the work at a rate not less than that which would have been
necessary to complete the original Contract Work on time.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented as follows:
In addition, Contractor shall compensate Owner for actual engineering inspection and
supervision costs and any other expenses and legal fees incurred by Owner as a result of
such delay. Such labor costs will be billed to Contractor at actual costs, including
administrative overhead costs.
In the event that Owner is required to commence any lawsuit in order to enforce any
provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled
to recover its costs, including reasonable attorneys fees, from Contractor.
1-08.10 Termination of Contract
Section 1-08.11 is a new section:
-08.1 Contractor's Plant and Equipment
The contractor alone shall at all times be responsible for the adequacy, efficiency, and
sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the
right to make use of the contractor's plant and equipment in the performance of any work on
the site of the work.
The use by the Owner of such plant and equipment shall be considered as extra work and
paid for accordingly.
Neither the Owner nor the engineer assumes any responsibility, at any time, for the security
of the site from the time contractor's operations have commenced until final acceptance of
the work by the engineer and the Owner. The contractor shall employ such measures as
SW 2f" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 25
2
3
4
5
6
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
additional fencing, barricades, and watchmen service, as he deems necessary for the public
safety and for the protection of the site and his plant and equipment. The Owner will be
provided keys for all fenced, secured areas.
Section 1-08.12 is a new section:
-08.2 Attention to Work
The contractor shall give his personal attention to and shall supervise the work to the end
that it shall be prosecuted faithfully, and when he is not personally present on the work site,
he shall at all times be represented by a competent superintendent who shall have full
authority to execute the same, and to supply materials, tools, and labor without delay, and
who shall be the legal representative of the contractor. The contractor shall be liable for the
faithful observance of any instructions delivered to him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
Lump Sum. The percentage of lump sum work completed, and payment will be based on
the cost percentage breakdown of the lump sum bid price(s) submitted at the
preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The
breakdown shall list the items included in the lump sum together with a unit price of labor,
materials, and equipment for each item. The summation of the detailed unit prices for each
item shall add up to the lump sum bid. The unit price values may be used as a guideline for
determining progress payments or deductions or additions in payment for ordered work
changes.
Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments
only In the following manner. Where items are specified t0 be paid by the 1_1UblC yard the
following tally system shall be used.
All trucks to be employed on this work will be measured to determine the volume of each
truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall
be no duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered
on the project. All tickets received that do not contain the following information will not be
processed for payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name, date and time of delivery
4 Location of delivery, by street and stationing on each street
5 Place for Engineer to acknowledge receipt
6 Pay item number
7 Contract number and/or name
It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for
each truckload of material delivered. Pay quantities will be prepared on the basis of said
tally tickets.
Loads will be checked by Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is
given to the Inspector on the project at the time of delivery of materials for each truckload
delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 26
1
1
1
1
2
3
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be
honored for payment.
Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no
duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the
project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number
2. Truck tare weight (stamped at source)
3. Gross truck load weight in tons (stamped at<source)
4. Net load weight (stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in
the "Payment" clause of each Section of the Standard Specifications, will be the only items
for which compensation will be made for the Work described in or specified in that particular
Section when the Contractor performs the specified Work. Should a Bid Item be listed in a
"Payment" clause but not in the Proposal Form, and Work for that item is performed by the
Contractor and the work is not stated as included in or incidental to a pay item in the contract
and is not work that would be required to .complete the intent of the Contract per Section 1-
04.1, then payment for that Work will be made as for Extra Work pursuant to a Change
Order.
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit Bid Item price in the
Proposal Form requires that said unit Bid Item price cover and be considered compensation
for certain work or material essential to the item, then the work or material will not be
measured or paid for under any other Unit Bid Item which may appear elsewhere in the
Proposal Form or Specifications.
Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section
of the Specifications shall be considered as including all of the Work required, specified, or
described in that particular Section. Payment items will generally be listed generically in the
Specifications, and specifically in the bid form. When items are to be "furnished" under one
payment item and "installed" under another payment item, such items shall be furnished
FOB project site, or, if specified in the Special Provisions, delivered to a designated site.
Materials to be "furnished," or "furnished and installed" under these conditions, shall be the
responsibility of the Contractor with regard to storage until such items are incorporated into
the Work or, if such items are not to be incorporated into the work, delivered to the
applicable Contracting Agency storage site when provided for in the Specifications. Payment
for material "furnished," but not yet incorporated into the Work, may be made on monthly
estimates to the extent allowed.
1-09.6 Force Account
Section 1-09.6 is supplemented as follows:
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 27
1
2
4
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
To provide a common basis for all bidders, Owner has estimated and included in the
Proposal, dollar amounts for all items to be paid per force account. All such dollar amounts
are to become a part of Contractor's total bid. However, Owner does not warrant expressly
or by implication, that the actual amount of work will correspond with those estimates.
Payment will be made on the basis of the amount of work actually authorized in writing by
Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to .the project site; the
establishment of an office, buildings, and other facilities necessary for work on the project;
providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses
required to complete the project not furnished by Owner.
This item shall also include providing Engineer and Inspectors with access to telephone,
facsimile machine, and copy machine during all hours Contractor is working on the jobsite;
and a table and chair for their use when needed.
Payment will be made for the following bid item(s):
"Mobilization," Lump Sum.
1-09.9 Payments
Section 1-09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by Engineer
by receipts or other vouchers showing payment for materials and labor, payments to
subcontractors, and other such evidence of Contractor's right to payment as Engineer may
direct.
Contractor shall submit a progress report With each monthly request for a progress payment
The progress report shall Indicate the estimated percent complete for each activity listed on
the progress schedule (see Section 1-08.3).
1-09.9(1) Retainage
Section 1-09.9(1) is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no
claims have been filed against such funds as provided by law and if Owner has no
unsatisfied claims against Contractor. In the event claims are filed, Owner shall
withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay
attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy
any claims by Owner against Contractor, until such claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until
Contractor, if requested, delivers to Owner a complete release of all liens arising out of
this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit
that so far as Contractor has knowledge or information, the release and receipts include
all labor and materials for which a lien could be filed: but Contractor may, if any
subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily
to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all
payments are made, Contractor shall reimburse to Owner all monies that the latter may
be compelled to pay in discharging such lien, including all costs and reasonable
engineer's and attorney's fees.
1-09.11(2) Claims
Paragraph 5 is revised as follows:
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
F
n
1]
n
1
r
)
2
Failure to submit with the Final Application for Payment such information and details as
3
described in this section for any claim shall operate as a waiver of the claims by the
4
Contractor as provided in Section 1-09.9.
5
6
1-09.13(3)B Procedures to Pursue Arbitration
7
Section 1-09.13(3)B is supplemented by adding:
'
9
The findings and decision of the board of arbitrators shall be final and binding on the
10
parties, unless the aggrieved party, within 10 days, challenges the findings and decision
'
11
by serving and filing a petition for review by the superior court of King County,
12
Washington. The grounds for the petition for review are limited to showing that the
13
findings and decision:
14
1. Are not responsive to the questions submitted;
15
2. Is contrary to the terms of the contract or any component thereof;
16
3. Is arbitrary and/or is not based upon the applicable facts and the law
17
controlling the issues submitted to arbitration. The board of arbitrators shall
18
support its decision by setting forth in writing their findings and conclusions
19
based on the evidence adduced at any such hearing.
20
21
The arbitration shall be conducted in accordance with the statutes of the State of
r
22
Washington and court decisions governing such procedure.
23
24
The costs of such arbitration shall be borne equally by the City and the contractor
25
unless it is the board's majority opinion that the contractor's filing of the protest or action
26
is capricious or without reasonable foundation. In the latter case, all costs shall be
27
borne by the contractor.
28
r
29
1-10 TEMPORARY TRAFFIC CONTROL
30
31
Measurement
32
33
August 2, 2004)
34
Section 1-10.4(1) is supplemented with the following:
35
36
The proposal contains the item "Project Temporary Traffic Control," lump sum. The
'
37
provisions of Section 1-10.4(1) shall apply.
38
39
r40
a
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 29
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) .shall be defined as being the
construction limit lines as shown in the Plans. Where, in the opinion of the Engineer,
any trees abutting or adjacent to the limits of clearing and grubbing are damaged and
require removal, the Contractor shall remove such trees. Any trees flagged by the
Engineer to remain within the clearing and grubbing limits shall be left undamaged by
the Contractor's operations. Any flagged trees which are damaged shall be replaced in
kind at the Contractor's expense.
Existing landscaping outside the construction limits, including but not limited to, sod,
rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be
protected from damage.
The property owners shall be responsible for removing and/or relocating irrigation
equipment, trees, shrubs, curbing, ornamental plants, and any other decorative
landscaping materials within the construction limits that they wish to save. The
Contractor shall give property owners 10 days' written notice prior to removing
landscaping materials. All landscaping materials that remain in the construction limits
after that time period shall be removed and disposed of, by the Contractor, in
accordance with Section 2-01 of the Standard Specifications, these Special Provisions,
and the Plans.
The Contractor shall receive approval from the Engineer prior to removal.
2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2 — Waste Site.
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
The per acre price for "Clearing and Grubbing" shall be full compensation for all work
described herein and shown in the Plans, including removing trees and shrubbery
where shown in the Plans and directed by the Engineer.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Description
Section 2-02.1 is supplemented with the following:
(March 13, 1995)
This work shall consist of removing miscellaneous traffic items, concrete blocks/barriers,
gate and post, existing catch basin, and abandon existing storm drain pipe..
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
30
1
11
t
11
1
1 Construction Requirements
2 Section 2-02.3 is supplemented with the following:
3
4 (February 17, 1998)
5 Hemova/ of Obstructions
6
7 • Remove existing paint (stop lines and lane lines) Intersection of Oakesdale, Remove
8 stop line at north and south sides of Oakesdale 39+00. Remove Existing paint lines,
9 north and south side Oakesdale, 39+00.
10 i Remove crosswalk lines at Intersection of Oakesdale, Sta. 39+00 crosswalk north
11 and south sides.
12 • Remove Gate.and Post STA 37+90
13 • Remove Concrete barriers/blocks - 38+00 RT- 6 each, 38+50 LT - 2 ea, 38+10 LT 3
14 ea, 36+75 LT 4 ea, 36+25 LT 4 ea, 36+00 LT 2 ea, 35+00 LT 3 ea,
15 • Remove ex. catch basin 37+55 LT 1 ea
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
• Remove ex power poles and power lines 33+20 RT, 35+80 RT and 37+50 RT and
the line between these three stations
2-02.3(4) . Sawcutting Existing Pavement & Sidewalk
Section 2-02.3(4) is added as follows:
The Contractor shall make a vertical sawcut to six inch depth of existing asphalt or
concrete pavement for all transverse crossings of the existing pavement, at the joint
between existing and new paved driveways and/or intersecting streets, where shown on
the plans or as directed by the Engineer.
Saw cutting slurry shall be vacuumed up during the saw cutting operation. No saw
ni i++inn c1, ern. -gill h Ilnuinr± 4n nn♦nr 'ntn ♦hn 4�+rm +... +..... All
VUlln Iy J1ul I y vvul •!�i auv vv G.. tv cI Ilcl 11 Iw U IG SLV1I11 VV alcl JyJIGI I I. nn
Where necessary to remove existing sidewalk, or concrete pavement full panels shall be
removed. Care shall be taken during removal to protect adjacent sidewalk panels,
concrete pavement, concrete curbs, existing utilities and landscaping from damage.
Any damage caused to adjacent panels, concrete pavement, curbs, utilities, or
landscaping shall be repaired by the Contractor at his sole expense.
2-02.4 Measurement
Section 2-02.4 is added as follows:
"Sawcutting" will be measured by the lineal foot.
2-02.5 Payment
Section 2-02.5 is supplemented as follows:
"Sawcutting" per linear foot. .
Pavement and sidewalk removal and disposal, including sawcuts, shall be included as
"Roadway Excavation Including Haul". The cost of disposal for broken up pavement
and sidewalk shall be considered incidental to and included in the unit price for
"Roadway Excavation Incl. Haul".
51
52 2-03 ROADWAY EXCAVATION AND EMBANKMENT
53
54 2-03.3 Construction Requirement
55 Section 2-03.3 is supplemented with the following:
56 (******)
SW 27i" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 31
1 Wetland and Pond Excavation Including Haul
2 This work consists of constructing stormwater treatment ponds, constructed wetlands,
3 and associated swales by excavation and embankment construction to form the general
4 shapes as shown on the plans. Treatment pond construction is an erosion/sediment
5 control element and is a first order of work. Embankment construction consists of
6 excavation, haul, placement and compaction of on-site soils to form berms. This also
7 includes the disposal of any excavated material not used for pond construction. On-site
8 soils include any suitable soils generated within the limits of the project. The work is to
9 be performed to the required lines, grades, and cross-sections shown on the Plans, or
10 as directed by the Engineer.
11
12 Construction Requirements
13 Before any excavation work is done, the sites shall be cleared and grubbed in
14 accordance with Section 2-01.
15
16 Local discontinuous sand lenses and/or fill may be encountered during site excavation.
17 If sand or fill is present below the berm area or within ten (10) feet of the berm, the
18 Contractor shall over excavate 2 feet, remove and dispose of.this material. The berm
19 and its foundation shall be constructed with material meeting the requirements below.
20 The sandy material or fill shall not be used for berm construction unless it is amended to
21 meet the requirements below.
22
23 Foundation Preparation
24 The subgrade below the berm shall be proof rolled as directed by the Engineer. Proof
25 rolling shall be accomplished with a minimum ten (10) ton self-propelled vibratory roller.
26 All yielding or pervious materials shall be removed to a maximum depth of 2 feet below
27 subrgrade and replaced with berm fill.
28
29 germ Construction
30 After proof rolling and upon acceptance of the subgrade by the Engineer the berm shall
31 be constructed utilizing native material. All berm fill for pond berms shall be free of
32 organics and any other deleterious materials.
33
34 Due to the importance of the integrity and continuity of this fill, optimum ±3% moisture
35 and maximum density should be maintained during its placement.
36
37 Testing of the berm fill as it is being placed will be done in accordance with WSDOT
38 Standard Specification 2-03.3(14)D, Compaction and Moisture Control Tests. Due to the
39 moisture sensitivity of the materials being used as berm fill on this project, moisture
40 control of the fill will be closely monitored. Materials that vary more than the allowable
41 3% from the optimum moisture, as specified in WSDOT Standard Specifications 2-
42 03.14(C), will be rejected for use.
43
44 The Contractor shall complete the grading in the areas adjacent to the pond sites as
45 shown on the Plans or as directed by the Engineer. All excavation and grading
46 associated with this work shall be performed in accordance with Section 2-03 and shall
47 be measured and paid for as "Wetland And Pond Excavation Incl. Haul".
48
49 2-03.3(7) Disposal Of Surplus Material
50 Section 2-03.3(7) is supplemented with the following:
51 (******)
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 32
J
11
77
11
1
1
1
1
r
LI
1
1
1 The Contractor shall excavate the pond site to the dimensions and depths indicated.
2 The excavated material shall be stockpiled on the FRBSF site, located directly west of
3 the pond. The Engineer will stake the stockpile location in the field. Approximately
4 2400 cy of material may be stockpiled in the northwest corner of the FRBSF site, just
5 south of the sidewalk between stations 26+00 and 28+00 and east of the access road
6 sidewalk. The stockpile shall be constructed with a maximum side slope of 2:1. The
7 remainder of the excavated material to be stockpiled is approximately 6,100 cy. This
8 material may be stockpiled in the southern portion of the FRBSF site near the proposed
9 secure and general loading dock. The maximum side slope on the stockpiled material is
10 2:1. The Contractor shall coordinate with the FRBSF Contractor prior to stockpiling the
11 soil to verify the exact locations. The stockpiled material shall be covered with a plastic
12 covering to prevent erosion. The plastic shall be installed up and down the slope, and a
13 minimum 8 -inch overlap shall occur at the seams. Place sand filled burlap or geotextile
14 bags every 3 to 6 feet along the seams and pound a wooden stake through each to hold
15 them into place. Inspect plastic for rips, tears, and open seams regularly and repair
16 immediately. Plastic sheeting shall have a minimum thickness of 0.6 millimeters.
17 Temporary drainage shall be provided around the perimeter of the stockpiled materials,
18 and shall be conveyed to the temporary erosion control drainage facilities.
19
20 (December 6, 2004)
21 Contractor -Provided Disposal Site)
22 Section 2-03.3(7)C is supplemented with the following:
23
24 All surplus excavation or other materials shall be disposed of or reused in a manner that
25 does not degrade sensitive resources such as wellhead protection zones, surface water
26 bodies, parks, and child -use areas. Disposing of soils of any kind directly to a topsoil
27 manufacturer is prohibited.
28
29 Measurement
30 Section 2-03.4 is supplemented with the following:
31
32 (March 13, 1995)
33 Only one determination of the original ground elevation will be made on this project.
34 Measurement for roadway excavation and embankment will be based on the original
35 ground elevations recorded previous to the award of this contract. Control stakes will be
36 set during construction to provide the Contractor with all essential information for the
37 construction of excavation and embankments.
38
39 If discrepancies are discovered in the ground elevations which will materially affect the
40 quantities of earthwork, the original computations of earthwork quantities will be
41 adjusted accordingly.
42
43 Earthwork quantities will be computed, either manually or by means of electronic data
44 processing equipment, by use of the average end area method or by the finite element
45 analysis method utilizing digital terrain modeling techniques.
46
47 Copies of the ground cross-section notes will be available for the bidder's inspection,
48 before the opening of bids, at the Project Engineer's office and at the Region office.
49
50 Upon award of the contract, copies of the original ground cross-sections will be
51 furnished to the successful bidder on request to the Project Engineer.
52
53 2-03.5 Payment
54 Section 2-03.5 is supplemented with the following:
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
33
1
2
4
5
6
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
The unit contract price per cubic yard for "Wetland And Pond Excavation Incl. Haul"
shall be full compensation for excavating, over excavating, loading, hauling, amending
on-site materials, placing, compacting, or otherwise disposing of the material,
stockpiling and protecting native material and for all other work necessary to complete
the grading of the pond site.
All costs for diversion of surface flow and/or dewatering the pond shall be paid in
accordance with Section 1-09.6 under the bid item "Erosion/Water Pollution Control".
2-04 HAUL
2.04.4 Measurement
Section 2-04.4 is revised to read:
No specific unit of measurement shall apply. All costs involved for haul shall be
incidental to and included in the various bid items.
2-04.5 Payment
Section 2-04.5 is deleted in its entirety.
2-09 STRUCTURE EXCAVATION
2-09.4 Measurement
Section 1-09.9 is supplemented as follows:
"Trench Excavation Safety Systems" will be based on a percentage defined as the
amount of sanitary sewer pipelines installed divided by the total length of sanitary sewer
pipe shown to be installed.
J
i
1
it
"Shoring, Design, Construction, and Maintenance" will be based on a percentage
defined as the amount of sanitary sewer pipelines installed divided by the total length of I water pipe shown to be installed.
2-09.4 Payment
Section 1-09.9 is supplemented as follows:
"Trench Excavation Safety Systems", lump sum
The lump sum contract price for "Trench Excavation Safety Systems" shall be
considered full compensation for all equipment, labor, materials, hauling, planning,
design, engineering, submittals, furnishing and constructing and removal and disposal
of such temporary sheeting, shoring, and bracing complete as required under the
provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17,
etc. required to complete this item of work in conformance with the Contract Documents.
"Shoring, Design, Construction, and Maintenance", lump sum
The lump sum contract price for "Shoring, Design, Construction, and Maintenance" shall
be considered full compensation for all labor, materials, equipment, planning, design,
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
34
r]
G
7
LJ
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
engineering by a registered professional engineer, submittals, assembly, maintenance,
removal, and disposal of shoring items, and all other work necessary to support trench
and excavation areas as required by the project specifications and State and Federal
Law, OSHA and RCW Chapter 49.17, etc. required to complete this item of work in
conformance with the Contract Documents.
2-11 TRIMMING AND CLEANUP
2-11.1 Description
Section 2-11.1 is revised to read:
This work consists of dressing and trimming the entire roadway(s) improved under the
contract, including frontage roads, connecting ramps, auxiliary lanes, and approach
roads. This work extends to roadbeds, shoulders, lawns and ditches.
2-11.3 Construction Requirements
Section 2-11.3 is supplemented with the following:
After all other work has been completed, the entire roadway, all driveways and field
accesses, parking areas, and any other area falling within the limits of construction shall
be cleaned up. Dirt, dust and other debris shall be removed and disposed of at waste
sites provided by the Contractor. All debris, including rocks in excess of 3 -inch
diameter, shall be removed from all shoulders, embankments and cuts.
The entire roadway section, throughout project limits, shall be uniformly graded at the
specified slope to provide an even and smooth finished grade. Mechanical grading
equipment shall be supplemented by handwork if necessary. If any area adjacent to the
construction limits has been damaged as a result of construction work it shall be
repaired and any material deposited there during the construction work shall be
removed and cleaned up to the satisfaction of the Engineer.
2-11.5 Payment
Section 2-11.5 is supplemented with the following:
The lump sum contract price for "Trimming and Cleanup" shall be considered full
compensation for furnishing all labor, equipment, tools and materials required to
complete the work as specified and in accordance with Section 1-04.1.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
35
1
2
3
4
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
DIVISION 3
PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING
3-01 PRODUCTION FROM QUARRY AND PIT SITES
Material Sources General Requirements
Section 3-01.2 is supplemented with the following:
(March 13 1995)
Permits For Pit Operations In King County
The Contractor is advised that King County may require the Contractor to meet any 6r
all of the following listed conditions before considering issuance of a temporary permit
for pit operations within King County:
Security fences and locking gates shall be installed where deemed necessary
by the King County Department of Building. Cable or wire gates are not
acceptable.
2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m.
3. Access roads shall be improved and maintained to the satisfaction of the King
County Department of Public Works. A haul road agreement for County road
maintenance may be required.
All roads shall be swept, washed, or both, by the Contractor at the Contractor's
expense as often as the Department of Building deems necessary.
Property shall have functional access to an arterial level street.
4. All operations will have to be approved by King County Flood Control for
drainage plans, Washington State Department of Ecology, and Puget Sound
Air Pollution Control Authority.
Those properties near or adjacent to any water body shall have written
approval from the State of Washington Department of Fisheries.
The Contractor shall obtain a mining reclamation permit from the State of
Washington Department of Natural Resources for sites of over three acres in
size of disturbed land or resulting in pit walls more than thirty feet high and
steeper than one to one slope.
5. No stockpiling of foreign excavated material is permitted on the site except for I those materials to be used in the land rehabilitation of the subject property.
6. No signs other than signs required by Chapter 24.42, King County Zoning
Code are authorized as a result of the temporary permit. I
7. Plans required:
a. Scale of Plot Plans
Site Size: less than 10 acres
10 to 100 acres
over 100 acres
b. Contours
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 36
1 inch = 50 feet
1 inch = 100 feet
1 inch= 200 feet
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
Show existing and proposed contours at 5 -foot intervals. If existing
and proposed contours are superimposed upon one another it must
be clear as to which is which. Plans which incorporate a screening
process may be required by the County to distinguish said contours.
Finished contours must show how the property can be used under the
existing zoning. Plans showing daylighting of property to road grade
or below with high 2:1 slope walls will no longer be permitted within
the R, S, or G zones. The plans must contain large terraces which
will permit the lot sizes and roads that are permitted within the zone.
.Sections
Show a minimum of two sections in each direction.
d. Maximum Slope
Cuts shall not be steeper in slope than two horizontal to one vertical
unless the owner furnishes a soils engineering or an engineering
geology report certifying that the site has been investigated and
indicating that the proposed deviation will not endanger any private
property or result in the deposition of debris on any public way or
interfere with any existing drainage course.
e. Fill Slopes
No fill shall be made which creates an exposed surface steeper in
slope than two horizontal to one vertical.
Benches on Slopes
There shall be a 10 foot wide bench sloped into the hillside for every
50 feet in height.
g. Setbacks
Material and vegetation shall be left in its natural state:
50 feet from any FP, A, G, S, or R zoned property;
20 foot setback which includes a 6 foot high planted berm along
any public right-of-way;
20 feet from M, B, or CG zoned property;
10 feet from QM or FR zoned property.
Plans shall show type of vegetation existing within the buffer zones.
h. Drainage
All drainage facilities shall be designed to carry surface waters to the
nearest practical street, storm drain, or natural water -course.
Adequate provision shall be made to prevent any surface waters from
damaging the face of an excavation or fill. All slopes shall be
protected from surface water runoff from above by berms or swales.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
37
1
2
4
5
6
7
8
10
11
12
13
The Contractor is further advised that King County may require conditions which are in
addition to the foregoing list and that the County may reject permit applications at its
discretion because of the proposed operations proximity to schools, residential
neighborhoods, hospitals, arterials, or for other environmental conditions.
When there are discrepancies between the requirements of the State and the County
the more stringent specifications shall apply.
Should the Contractor fail to comply with any requirements of a temporary permit
obtained in the Contracting Agency's name, the Contracting Agency will takethe
necessary action to meet these requirements and any costs incurred by the Contracting
Agency will be deducted from monies due or to become due the Contractor.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
I �
I �
I �
I �
I �
I �
i
a
l
1
1
2
DIVISION 5
3
SURFACE TREATMENTS AND PAVEMENTS
4
5-04 HOT MIX ASPHALT
5
6
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
7
(*****)
8
9
1. Nonstatistical HMA Evaluation. The contractor shall submit a certification
that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-
10
03.8(6). The contractor must submit the mix design using DOT Form 350=042 EF.
11
Verification of the mix design by the Contracting Agency is not needed. The Project
12
Engineer will determine anti-strip requirements for the HMA.
13
14
mix design will be the initial job mix formula (JMF) for the class of mix.
15
.The
Any additional adjustments to the JMF will require the approval of the Project
16
Engineer and may be made per Section 9-03.8(7).
17
18
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
19
Item 1 is deleted and replaced with:
20
(*****)
21
22
1. General. Acceptance of HMA shall be as provided under nonstatistical or
23
commercial evaluation.
24
25
Commercial evaluation will be used for Commercial HMA and for other classes of
26
HMA in .the following applications: sidewalks, road approaches, ditches, slopes,
27
paths, trails, gores and other nonstructural applications as approved by the Engineer.
28
Sampling and testing of HMA accepted by commercial evaluation will be at the option
29
of the Engineer. The proposal quantity of HMA that is accepted by commercial
30
evaluation will be excluded from the quantities used in the determination of
31
nonstatistical evaluation.
32
33
Item 3.E is deleted
34
35
5-04.5(1)A Price Adjustments for Quality of HMA
36
Section is deleted and replaced with:
37
(*****)
38
Statistical analysis of quality of gradation and asphalt content will be performed
39
based on Section 1-06.2 using the following price adjustment factors:
40
Table of Price Adjustment Factors
41
Constituent Factor "f"
42
All aggregate passing: 1 1/2", 1", 3/a",
43
'/2", 3/8" and No. 4 sieves 2
44
All aggregate passing No. 8, No 16,
45
No. 30, No. 50, No. 100 3
46
All aggregate passing No. 200 sieve 20
47
Asphalt binder 52
48
49
A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of
50
HMA and for the asphalt binder.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 39
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical
Evaluation and having all constituents falling within the tolerance limits of the
job mix formula shall be accepted at the unit contract price with no further
evaluation. When one or more constituents fall outside the nonstatistical
acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The
nonstatistical tolerance limits will be used in the calculation of the CPF and
the maximum CPF shall be 1.00. When less than three sublots exist, backup
samples of the existing sublots or samples from the street shall be tested to
provide a minimum of three sets of, results for evaluation.
2. Commercial Evaluation. If sampled and tested, HMA produced under
Commercial Evaluation and having all constituents falling within the tolerance
limits of the job mix formula shall be accepted at the unit contract proce with
no further evaluation. When one or more constituents fall outside the
commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be
evaluated to determine the appropriate CPF. The commercial tolerance limits
will be used in the calculation of the CPF and the maximum CPF shall be
1.00. When less than three sublots exist, backup samples of the existing
sublots or samples from the street shall be tested to provide a minimum of
three sets of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation when
the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be
determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60
percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the
NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix.
If a constituent is not measured in accordance with these Specifications, its individual
pay factor will be considered 1.00 in calculating the composite pay factor.
5-04.5(1)A Price Adjustments for Quality of HMA Compaction
Section is deleted and replacied with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming
Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic
difference of CPF minus 1.00 multiplied by 40 percent. The Compaction
Compliance Price Adjustment will be calculated as the product of the NCFF, the
quantity of HMA in the lot in tons and the unit contract price per ton of the mix.
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
M
1
2 DIVISION 7
3 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
4 SEWERS, WATER MAINS, AND CONDUITS
5
6 7-04 STORM SEWERS
7
8 7-04.2 Materials
9 The second paragraph of Section 7-04.2 is revised as follows:
10
11 Ductile iron pipe shall be rubber gasket, push -on joint, Thickness Class 52 and shall
12 conform to Section 9-30.1(1) of the Standard Specifications.
13
14 Where steel or aluminum are referred to in this Section in regard to a kind of storm
15 sewer pipe, it shall be understood that steel - is zinc coated (galvanized), Asphalt
16 Treatment I Coated corrugated iron or steel and aluminum is corrugated aluminum alloy
17 as specified in Sections 9-05.4 and 9-05.5.
18
19 The Contractor shall require pipe suppliers to fumish certificates signed by their
20 authorized representative, stating the specifications to which the materials or products
21 were manufactured. The Contractor shall provide 2 copies of these certifications to the
22 Engineer for approval. Certificates showing nonconformance with the Contract shall be
23 sufficient evidence for rejection.
24
25 Approval of certificates shall be considered only as tentative acceptance of the materials
26 and products, and such action by Engineer will not relieve Contractor of his/her
27 responsibility to perform field tests and to replace or repair faulty materials, equipment,
28 and/or workmanship and Contractor's own expense.
29
30 7-04.3 CvnstruCtion Requirements
31 Section 7504.3 is supplemented with the following:
32
33 The debris barrier includes steel bars, frame, nuts, bolts, and the hardware required to
34 fasten the rack to the culvert/storm drainpipe.
35
36 7-04.4 Measurement
37 The first paragraph of Section 7-04.4 is revised as follows:
38
39 The length of storm sewer pipe will be the number of linear feet of completed installation
40 measured along the invert and will include the length through elbows, tees, and fittings.
41 The number of linear feet will be measured from the center of manhole or from the
42 center of catch basin to center of catch basins and similar type structures.
43
44 Debris Barrier _ Inch. Diam. Pipe, per each.
45
46 7-04.5 Payment
47 The second and third paragraphs of Section 7-04.5 are revised as follows:
48
49 "Ductile Iron Storm Sewer Pipe, Inch Diam." shall be paid for by the linear foot in
50 accordance with the measurement described in the Standard Specifications.
51
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 41
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
The unit contract price per each for "Debris Barrier _ Inch Diam. Pipe" shall be full
payment for furnishing all labor, tools and equipment necessary to fabricate and install
the trash rack.
The unit contract price per linear foot for storm sewer pipe of the kind and size specified
shall be full pay for all work to complete the installation, including adjustment of inverts
to manholes. When no bid item "gravel backfill for pipe bedding" is included in the
Schedule of Prices, pipe bedding, as shown in the standard plans, shall be considered
incidental to the pipe and no additional payment shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental
to and included_ in the unit contract prices for other items.
Cost of connecting pipe to structures shall be included in the various unit contract prices
for storm sewer pipe, and no additional compensation will be allowed.
Abandonment and plugging of pipe shall be included in the lump sum contract price for
"Removal of Structure and Obstruction". No separate payment will be made.
20 7-05 MANHOLES, INLETS, AND CATCH BASINS
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
ascription of Work
7-05.1 is supplemented with the following:
This work shall also consist of constructing a flow control structure, and connecting to
existing pipes, in accordance with the Plans and these specifications.
ateria.
7-05.2 is supplemented with the following:
Flow Control Structure
The metal plates, cover plates, and straps for the flow control structure shall be steel
conforming to ASTM A36. They shall be zinc coated (galvanized) or aluminum coated
(aluminized) in accordance with Section 9-05.1(2) of the Standard Specifications.
The riser in the flow control structure, and the pipe connecting the riser to the existin
storm drain pipe shall be zinc coated (galvanized) or aluminum coated (aluminized
corrugated steel pipe in accordance with Section 9-05.1(2) of the Standard
Specifications.
Bolts, washers and other hardware within the flow control structure shall be in
accordance with Section 9-06.22 of the Standard Specifications.
7-05.3 Construction Requirements
Section 7-05.3 is supplemented by adding the following:
All manholes shall have eccentric cones and shall have ladders.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with:
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 42
i
J
11
1
1
e
t
1
G
1
11
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
43
2
Where shown in the Plans or where directed by the Engineer, the existing
3
manholes, catch basins, or inlets shall be adjusted to the grade as staked or
4
otherwise designated by the Engineer.
5
6
The existing cast iron ring and cover on manholes and the catch basin frame and
7
grate shall first be removed and thoroughly cleaned for reinstalling at the new
8
elevation: From that point, the existing structure shall be raised or lowered to the
9
required elevation.
10
11
_
In unpaved streets: Manholes, catch basins and similar structures in areas to be
12
surfaced with crushed rock or gravel shall be constructed to a point approximately
13
eight inches below the subgrade and covered with a temporary wood cover.
14
Existing manholes shall be cut off and covered in a similar manner. The contractor
15
shall carefully reference each manhole so that they may be easily found upon
16
completion of the street work. After placing the gravel or crushed stone surfacing,
17
the manholes and manhole castings shall be constructed to the finished grade of
18
the roadway surface. Excavation necessary for bringing manholes to grade shall
19
center about the manhole and be held to the minimum area necessary. At the
20
completion of the manhole adjustment, the void around the manhole shall be
21
backfilled with materials which result in the section required on the typical road
22
way section, and be thoroughly compacted.
23
24
The Contractor shall construct manholes so as to provide adjustment space for
25
setting cover and casting to a finished grade as shown on the construction plans.
26
Manhole ring and covers shall be adjusted to the finished elevations per standard
27
detail BR29, SP Page B074, prior to final acceptance of the work. Manholes in
28
unimproved areas shall be adjusted to 6 -inches above grade.
29
30
In cement concrete pavement: Manholes, catch basins and similar structures shall
31
be constructed and adjusted in the same manner as outlined above except that the
32
final adjustment shall be made and cast iron frame be set after forms have been
33
placed and checked. In placing the concrete pavement, extreme care shall be
34
taken not to alter the position of the casting in any way:
35
36
In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is
37
completed, at which time the center of each manhole shall be carefully relocated
38
from references previously established by the contractor. The pavement shall be
39
cut in a restricted area and base material be removed to permit removal of the
40
cover. The manhole shall then be brought to proper grade utilizing the same
41
methods of construction as for the manhole itself. The cast iron frame shall be
42
placed on the concrete blocks and wedged up to the desired grade. The asphalt
43
concrete pavement shall be cut and removed to a neat circle, the diameter of which
44
shall be equal to the outside diameter of the cast iron frame plus two feet. The
45
base materials and crushed rock shall be removed and Class 3000 or Commercial
46
Portland Cement Concrete shall be placed so that the entire volume of the
47
excavation is replaced up to within but not to exceed 2 inches of the finished
48
pavement surface. On the day following placement of the concrete, the edge of the
49
asphalt concrete pavement, and the outer edge of the casting shall be painted with
50
hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted
51
with hand tampers and a patching roller. The complete patch shall match the
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
43
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
existing paved surface for texture, density, and uniformity of grade. The joint
between the patch and the existing pavement shall then be carefully painted with
hot asphalt cement or asphalt emulsion and shall be immediately covered with dry
paving sand before the asphalt cement solidifies. The inside throat of the manhole
shall be thoroughly mortared and plastered.
Adiustment of inlets: The final alignment and grade of cast iron frames for new and
old inlets to be adjusted to grade will be established from the forms or adjacent
pavement surfaces. The final adjustment of the top of the inlet will be performed in
similar manner to the above for manholes. On asphalt concrete paving projects
using curb and gutter section, that portion of the cast iron frame not embedded in
the gutter section shall be solidly embedded in concrete also. The concrete shall
extend a minimum of six inches beyond the edge of the casting and shall be left 2
inches below the top of the frame so that the wearing course of asphalt concrete
pavement will butt the cast iron frame. The existing concrete pavement and edge of
the casting shall be painted with hot asphalt cement. Adjustments in the inlet
structure shall be constructed in the same manner and of the same material as that
required for new inlets. The inside of the inlets shall be mortared and plastered.
Monuments and cast iron frame and cover: Monuments and monument castings
shall be adjusted to grade in the same manner as for manholes.
Valve box castings: Adjustments of valve box castings shall be made in the same
manner as for manholes.
Materials: A cement -based grout shall be used to fill the void of the existing
sanitary sewer main. The grouting material must have a strength of at least 100 PSI
and shall have flow characteristics appropriate for filling a sanitary sewer. The grout
mix designed and method of installation shall be approved by the Engineer prior to
beginniii ig operation (See Section 9-03.22).
7-05.3(3) Connection to Existing Manholes
Section 7-05.3(3) is supplemented with the following:
Connections to existing manholes shall be core drilled. Couplings shall be equal to
"Kor-n-Seal" boots. Existing manholes shall be cleaned, repaired, and re -
channeled as necessary to match the new pipe configuration and as shown on the
construction plans.
7-05.3(5)Manhole Coatings
Section 7-05.3(5) is added with the following:
All new sanitary sewer manholes shall be coated as specified below.
The following coating system specifications shall be used for coating (sealing) all
interior concrete surfaces of manholes.
Coating Material:
Surfaces:
Surface Preparation
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
High Solids Urethane
Concrete
In accordance with SSPC SP -7
(Sweep or brush off blast)
1
11
1
1
0
1
t
1
1
1
L�
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
Application:
Shop/Field
The drying time between coats shall not exceed 24 hours in any case
System Thickness: 6.0 mils dry film
Coatings: Primer:One coat of Wasser MC-Aroshield high
solids urethane (2.0 DFT)
Finish: Two or more coats of Wasser MC-Aroshield
(min. 4.0 DFT)
Color: White
Flow Control Structure
In preparation for placement of the new flow control structure, a portion of the existing
pavement, concrete curb and sidewalk will need to be removed and disposed of as
shown in the Plans. Sawcut the asphalt and concrete to full depth prior to removal.
The flow control structure shall be constructed in conformance with WSDOT Standard
Plan B-3.
The riser and connecting horizontal pipe shall be welded together creating a single unit,
and shall be free of leaks and cracks. Connecting to existing pipes shall be done with a
flexible connection which creates a seal free of leaks.
The new CMP pipe riser shall be fitted with a smooth bore aluminum stub (horizontal
pipe) where it connects into the new or existing pipe. If the horizontal pipe is concrete
pipe, It shall connect to the riser stub by using a coupling, Fernco flexible couplings
model #1004-1210, or approved equivalent.
The rim shall be adjusted to match to finish grade.
The Contractor shall provide for full replacement of the cement concrete curb and
gutter, and sidewalk, which was damaged or removed for construction of the flow
control structure. The cement concrete curb and gutter, and sidewalk, shall be of the
same type, size and dimensions which it matches into. The finish grade of the curb and
gutter and sidewalk shall be flush with the existing curb at the match points. Concrete
for curb and gutter and sidewalk construction shall be Class 3000 in accordance with
Section 6-02 of the Standard Specifications. The cement concrete sidewalk shall be 4
inch minimum thickness.
Shoring for the flow control structure during construction shall be done in accordance
with Section 7-08.3(1)B of the Standard Specifications. Except as described in these
Special Provisions and shown in the Plans, all other work and materials for the flow
control structure shall be in conformance with Section 7-05 of the Standard
Specifications.
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment
purposes will be the distance from finished rim elevation to the invert of the lowest outlet
pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be
considered incidental to the unit contract price of the new item and no further
compensation shall be made.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
45
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 46
1
Adjustment of existing structures and miscellaneous items such as valve boxes shall be
2
measured by "Adjust Existing ," per each, which shall be full pay for all labor and
3
materials including all concrete for the completed adjustment in accordance with
4
Section 7-05.3(1) and the City of Renton Standard Details.
5
6
Connection to existing structures shall be measured per each.
7
8
The flow control structure shall be measured for per each.
9
10
Shoring or extra excavation for the flow control structure shall be measured for payment
11
by the square foot as "Shoring or Extra Excavation Class B" in accordance with Section
12
2-09.4 of the Standard Specifications.
13
14
7-05.5 Payment
15
Section 7-05.5 is supplemented as follows:
16
17
"Adjust Existing ," per each.
18
The unit contract price per each for "Adjust Existing shall be full pay for all costs
19
necessary to make the adjustment including restoration of adjacent areas in a manner
rj
20
acceptable to the Engineer.
1�
21
22
If no bid item for Structure Excavation Class A or Structure. Excavation Class B is
23
included in the schedule of prices then the work will be considered incidental and its
24
cost should be included in the cost of the pipe.
25
"Connect
26
to Existing Catch Basin," per each.
27
28
Catch Basin Type 2 In. Diam., With Flow Control Structure", per each
29
The unit price per each for the "Catch Basin Type 2 In. Diam., With Flow Control
30Structure"
shall be foil pay for all labor, materials and equipment necessary for
31
preparation, constructing the flow control structure pipes and fittings, and adjusting to
32
finish grade.
33
34
35
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
36
7-08.3 Construction Requirements
37
38
7-08.3(1)C Bedding the Pipe
39
Section 7-08.3(1)C is supplemented by adding the following.
40
41
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel
42
consistent with section 9-03.12(3). It shall be placed to a depth of 6" over and 6"
43
under the exterior walls of the pipe.
44
45
Hand compaction of the bedding materials under the pipe haunches will be
46
required. Hand compaction shall be accomplished by using a suitable tamping tool
47
to firmly tamp bedding material under the haunches of the pipe. Care shall be
48
taken to avoid displacement of the pipe during the compaction effort.
49
50
Pipe bedding shall be considered incidental to the pipe and no further
51
compensation shall be made.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 46
� I
� I
� i
E
1
i
1
� I
� i
F]
11
1 7-08.3(1)D Pipe Foundation
2 Section 7-08.3(1)D is added with the following:
3 (*****)
4 Pipe foundation in poor soil: When soft or unstable material is encountered at the
5 subgrade which, in the opinion of the Engineer, will not uniformly support the pipe,
6 such material shall be excavated to an additional depth as required by the Engineer
7 and backfilled with foundation gravel material placed in maximum 12 -inch lifts.
8 Foundation gravel shall be ballast and conform to the requirements of Section 9-
9 03.9(1) of the Standard Specifications.
10
11 Corrections faulty grade; Excess excavation below the required grade shall be
12 backfilled with foundation gravel as specified above and thoroughly compacted to
13 the required grade line.
14
15
16 7-08.3(1)E Trench Dewatering
17 Section 7-08.3(1)E is added with the following:
18 (******)
19 Dewatering may be required during construction of the sewer lines. The contractor
20 shall provide a detailed dewatering plan to the engineer for review and approval a
21 minimum of two weeks prior to beginning sanitary sewer construction,.
22
23 Dewatering may consist of a combination of trench pumping, well points, and/or
24 wells, and must satisfy the following requirements
25 Prevent water from entering the trench and maintain dry trench conditions at the
26 foundation level.
27
28 Prevent caving of the trench walls related to water migration through the walls.
29
30 Minimize turbidity in the effluent by utilizing properly sized filter pack materials on
31 sumps, wells, and well points.
32
33 Preserve strength of foundation soils.
34
35 Recovery of water levels may be rapid if pumping is interrupted. The Contractor
36 shall provide standby equipment installed and ready to operate to ensure
37 continuous pumping.
38
39 When wells and/or well points are no longer required, they shall be removed,
40 backfilled, and abandoned. Wells can be left in place except the top three feet
41 must be removed provided they are abandoned in accordance with Chapter 173-
42 160 WAC.
43
44 Turbid water must be treated if discharged to the storm system. Discharge of
45 dewatering effluent to the storm system must comply with DOE dewatering permit
46 conditions. The Contractor is required to obtain this permit prior to discharging
47 dewatering effluent to the storm sewer system. All costs necessary to treat and
48 monitor the dewatering effluent in accordance with the permit shall be the
49 CONTRACTOR's responsibility.
50
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
I FA
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 48
1
The dewatering program must be completed in such a way as to avoid excessive
2
dewatering related settlement of adjacent facilities.
3
4
7-08.3(1)F Hazardous Waste Training (Additional Section)
5
Section 7-08.3(1)F is added with the following:
6
(******)
7
Construction crews working with excavated soils shall be 40 hour trained in safety
8
requirements for working with hazardous materials should they be encountered.
9
10
7-08.3(2)A Survey Line and Grade
11
Section 7-08.3(2)A is replaced with:
12
(******)
13
Survey line and grade control shall be provided in accordance with Sections 1-05.4,
14
1-05.5 and 1-11 in a manner consistent with accepted practices.
15
16
The Contractor shall transfer line and grade into the trench where they shall be
17
carried by means of a laser beam using 50 foot minimum intervals for grade
18
staking. Any other procedure shall have the written approval of the Engineer.
19
20
7-08.3(2)6 Pipe Laying —General
21
Section 7-08.3(2)B is supplemented by adding the following:
22
23
(******)
Checking of the invert elevation of the pipe may be made by calculations from
24
measurements on the top of the pipe, or by looking for ponding of 1/2" or less,
25
which indicates a satisfactory condition. At manholes, when the downstream
26
pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow
27
elevation, unless otherwise approved by the Engineer.
28
29
All pipe, fittings, etc. shall be carefully handled and protected against damage,
30
impact shocks, and free fall. All pipe handling equipment shall be acceptable to the
31
ENGINEER. Pipe shall not be placed directly on rough ground but shall be
32
supported .in a manner which will protect the pipe against injury whenever stored at
33
the trench site or elsewhere. No pipe shall be installed where the lining. or coating
34
show defects that may be harmful as determined by the ENGINEER. Such
35
damaged lining or coating shall be repaired, or a new undamaged pipe shall be
36
furnished and installed.
37
38
The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure
39
that there are not damaged portions of the pipe. Any defective, damaged or
40
unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be
41
removed from the interior of the pipe before lowering into position in the trench.
42
Pipe shall be kept clean during and after laying. All openings in the pipe line shall
43
be closed with water tight expandable type sewer plugs at the end of each day's
44
operation or whenever the pipe openings are left unattended. The use of burlap,
45
wood, or other similar temporary plugs will not be permitted.
46
47
Where necessary to raise or lower the pipe due to unforeseen obstructions or other
48
causes, the ENGINEER may change the alignment and/or the grades. Except for
49
short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on
50
grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be
51
blocked and held in place until sufficient support is furnished by the following pipe
52
to prevent movement.
53
54
Unless otherwise required, all pipe shall be laid straight between the changes in
55
alignment and at uniform grade between changes in grade. For concrete pipes
56
with elliptical reinforcement, the pipe shall be placed with the minor axis of the
57
reinforcement in a vertical position.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 48
t
1
1
1
1
1
t
I
� I
� I
1
1
2 Immediately after the pipe joints has been made, proper gasket placement shall be
3 checked with a feeler gage as approved by the pipe manufacturer to verify proper
4 gasket placement.
5
6 7-08.3(2)E Rubber Gasketed Joints
7 Section 7-08.3(2)E is supplemented as follows:
9 Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and
10 damaging the pipe or point system. Any damaged pipe shall be replaced by the
11 Contractor at his expense.
12
13 7-08.3(2)H Sewer Line Connections
14 Section 7-04.3(2)H is supplemented by adding the following:
15 (******)
16 All connections not occurring at a manhole or catch basin shall be done utilizing
17 pre -manufactured tee connectors or pipe sections approved by the Engineer. Any
18 other method or materials proposed for use in making connections shall be subject
19 to approval by the Engineer.
20
21 Unless otherwise approved by the Engineer, all connections of lateral sewers to
22 existing mains shall be made through a cast iron saddle secured to the sewer main
23 with stainless steel bands. When the existing main is constructed of vitrified clay,
24 plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core
25 drilled.
26
27 Connections (unless booted connections have been provided for), to existing
28 concrete manholes shall be core -drilled, and use a conical type flexible seal equal
29 to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as
30 approved by the Engineer.
31
32 7-08.3(2)J Placing PVC Pipe
33 Section 7-08.3(2)J is an added new section:
34 (******)
35 In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid
36 beginning at the lower end, with the bell end upgrade. Pea gravel will be used as
37 the bedding material and extend from 6" below the bottom of the pipe to 6" above
38 the top of the pipe. When it is necessary to connect to a structure with a mudded
39 joint a rubber gasketed concrete adapter -collar will be used at the point of
40 connection.
41
42 7-08.4 Measurement
43 The first paragraph of Section 7-08.4 is revised as follows:
44 (******)
45 Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for
46 foundations, shall be measured by the cubic yard, including haul, as specified in 2-09, or by
47 the TON.
48
49 Measurement for "Dewatering" will be per lump sum for dewatering in conformance with the
50 Contract Documents.
51 Measurement of "Bank Run Gravel for Trench Backfill Water" will be determined by the cubic
52 yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on
53 truck tickets.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 49
1
1
3
4
5
6
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
7-08.5 Payment
Section 7-08.5 is replaced with:.
Payment will be made in accordance with Section 1-04.1 for each of the following bid items
that are included in the proposal:
"Gravel Backfill for Foundations Class ", per cubic yard, or Ton.
All costs associated with furnishing and installing bedding and native backfill material within
the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be
included1n the unit contract price for the type and size of pipe installed.
"Plugging Existing Pipe", per each.
"Commercial Concrete", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard
Unless specifically identified and provided as separate items, structure excavation,
dewatering and backfilling shall be incidental to pipe installation and no further compensation
shall be made.
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the
unit contract price per foot for the size and type of pipe being jointed.
"Dewatering", lump sum.
The lump sum contract price for "Dewatering" shall be considered for all labor, preparation
and submittal of a detailed dewatering plan, equipment, pumps, wells, drilling, casings, pipe,
hoses, fittings and adaptors, connections, maintenance of the dewatering system,
decommissioning of the dewatering system, etc. required to complete this item in
conformance with the Contract Documents.
"Bank Run Gravel for Trench Backfill Water", per cubic yard, or Ton.
The unit contract price per cubic yard, or Ton for "Bank Run Gravel for Trench Backfill
Sewer" shall be full pay for all work to furnish, place, and compact material in the trench.
"Shoring or Extra Excavation Class B", per square foot.
If this pay item is not in the contract, then it shall be incidental.
7-09 PIPE AND FITTINGS FOR WATER MAINS
7-09.3 Construction Requirements
7-09.3(15)A Ductiie Iron Pipe
The first paragraph of Section 7-09.3(15)A is revised as follows:
Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with
standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and
no special fittings are shown, the Contractor can assume that the curves can be
made by deflecting the joints with standard lengths of pipe. If shorter lengths are
required, the Plans will indicate maximum lengths that can be used. The amount of
deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall
not exceed one half of the manufacturer's printed recommended deflections.
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
50
u
1 7-09.3(15)6 Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
2 Section 7-09.3(15)B is supplemented as follows:
4 Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and
5 appurtenances.
6
8 The title and text of section 7-09.3(17 has been revised as follows:
9 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene
10 Encasement
11
12 The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and
13 polyethylene encasement shall be installed in accordance with AWWA C105. The
14 polyethylene encasement shall also be installed on all appurtenances, such as pipe
15 laterals, couplings, fittings, and valves, with 8 mil. polyethylene plastic in accordance
16 with Section 4-5 of ANSI 21.5 or AWWA C105.
17
18 The polyethylene wrap shall be tube type and black color. Any damage that occurs to
19 the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93.
20
21 Installation of the polyethylene encasement shall be considered incidental to the
22 installation of the pipe and no additional payment shall be allowed.
23
24 7-09.3(19)A Connections to Existing Mains
25 Section 7-09.3(19)A is revised and supplemented as follows:
26
27 The Contractor may be required to perform the connection during times other than
28 normal working hours. The Contractor shall not operate any valves on the existing
29 system . Water system personnel will operate all valves on the existing system for
30 the contractor when required.
31
32 No work shall be performed on the connections unless a representative of the
33 water department is present to inspect the work.
34
35 When not stated otherwise in the special provisions or on the plans all connections
36 to existing water mains will be done by City forces as provided below:
37
38 City Installed connections:
39 1. Connections to existing piping and tie-ins are indicated on the drawings. The
40 contractor must verify all existing piping, dimensions, and elevations to assure
41 proper fit.
42 2. Connections to the existing water main shall not be made without first making
43 the necessary arrangements with the Engineer in advance.
44
45 A two-week advance notice shall be required for each connection which requires a
46 cutting of the existing water mains or a shut -down of the existing water mains. The
47 City reserves the right to re -schedule the connection if the work area is not ready at
48 the scheduled time for the connection.
49
50 Work shall not be started until all the materials, equipment and labor necessary to
51 properly complete the work are assembled on site.
52
53 The Contractor shall provide all saw -cutting, removal and disposal of existing
54 surface improvements, excavation, haul and disposal of unsuitable materials,
55 shoring, de -watering, foundation material, at the connection areas before the
56 scheduled time for the connection by the City. The Contractor shall provide all
57 materials necessary to install all connections as indicated on the construction
58 plans, including but not limited to the required fittings, couplings, pipe spools,
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
J U LY 2005 51
1
2
4
5
6
7
8
10
11
12
13
14
15
16
17
18
1.9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
shackle materials to complete the connections. The Contractor shall provide and
install concrete blocking, polywrap the piping at the connections, backfill and
surface restoration at the locations shown on the plans for the connections to the
existing water mains.
The City will cut the existing main and assemble all materials.
7-09.3(21) Concrete Thrust Blocking and Dead -Man Block
Section 7-09.3(21) has been supplemented by adding the following:
Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle
points. Conform to The City of Renton standard details for general blocking, and
vertical blocks herein. All fittings to be blocked shall be wrapped with 8 -mil
polyethylene plastic. Concrete blocking shall be properly formed with plywood or
other acceptable forming materials and shall not be poured around joints. The
forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where
required, shall be installed in accordance with section 7-11.3(15).
Provide concrete dead -man blocks at locations shown on the plans. The dead -man
block shall include reinforcing steels, shackle rods, installation and removal of
formwork.
Blocking shall be commercial concrete (hand mixed concrete is not allowed) and
poured in place.
7-09.3(23) Hydrostatic Pressure Test
Section 7-09.3(23) is supplemented and revised as follows:
A hydrant meter and a back flow prevention device will be used when drawing
water from the City system. These may be obtained from the City by completing
the required forms and making required security deposits. There will be a charge
for the water used. Before applying the specified test pressure, air shall be
expelled completely from the pipe, valves and hydrants. If permanent air vents are
not located at all high points, the contractor shall install corporation cocks at such
points so that the air can be expelled as the line is filled with water. After all the air
has been expelled, the corporation cocks shall be closed and the test pressure
applied. At the conclusion of the pressure test, the corporation cocks shall be
removed and plugged.
The quantity of water required to restore the pressure shall be accurately
determined by either 1) pumping from an open container of suitable size such that
accurate volume measurements can be made by the Owner or, 2) by pumping
through a positive displacement water meter with a sweep unit pumping through a
positive displacement water meter with a sweep unit hand registering 1 gallon per
revolution. The meter shall be approved by the Engineer.
Acceptability of the test will be determined by two factors, as follows:
1. The quantity of water lost from the main shall not exceed the number of
gallons per hour as listed in the following table.
2. The loss in pressure shall not exceed 5 psi during the 2 hour test period.
All water used to perform hydrostatic pressure shall be charged a usage fee.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
52
11
t
1
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
2`_
v
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Allowable leakage per 1000 ft. of pipeline" in GPH
*If the pipeline under test contains sections of various diameters, the allowable leakage
will be the sum of the computed leakage for each size. For those diameters or
pressures not listed, the formula below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour
as determined by the formula L=N P
in which: 7400
L = Allowable leakage, gallons/hour
N =No. of joints in the length of pipeline tested
D= Nominal diameter of the pipe in inches
P = Average test pressure during the leakage test, psi
The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure
during the 15 minute testep riod." Is deleted.
7-09.3(24)A Flushing and "Poly -pigging"
Section 7-09.3(24)A shall be revised and supplemented as follows:
Sections of pipe to be d.sl I -ted shall first be poly -pigged to remove any solids or
contaminated material that may have become lodged in the pipe. If the main cannot
be "poly -pigged", then a tap shall be provided large enough to develop a velocity of
at least 2.5 fps in the main.
The "Poly -pig" shall be equal to Girard Industries Aqua -Swab -AS, 2lb/cu-ft density
foam with 90A durometer urethane rubber coating on the rear of the "Poly -pig" only.
The "Poly -pig" shall be cylinder shaped with bullet nose or squared end.
The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of
the pipe, flushing shall be done after disinfection." is deleted.
Dechlorination of all water used for disinfection shall be accomplished in
accordance with the City's standard detail. Water containing chlorine residual in
excess of that carried in the existing water system, shall not be disposed into the
storm drainage system or any water way.
7-09.3(24)D Dry Calcium Hypochlorite
Section 7-09.3(24)D has been replaced with:
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
Section 7-09.3(24)K has been revised as follows:
SW 2fH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
53
Nominal Pipe Diameter in inches
PSI
6"
8"
10"
12"
16"
20"
24"
450
0.95
1.27
1.59
1.91
2.55
3.18
3.82
400
0.90
1.20
1.50
1.80
2.40
3.00
3.60
350
0.84
1.12
1.40
1.69
2.25
2.81
3.37
275
0.75
1.00
1.24
1.49
1.99
2.49
2.99
250
0.71
0.95
1.19
1.42
1.90
2.37
2.85
225
0.68
0.90
1.13
1.35
1.80
2.25
2.70
200
0.64
0.85
1.06
1.28
1.70
2.12
2.55
*If the pipeline under test contains sections of various diameters, the allowable leakage
will be the sum of the computed leakage for each size. For those diameters or
pressures not listed, the formula below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour
as determined by the formula L=N P
in which: 7400
L = Allowable leakage, gallons/hour
N =No. of joints in the length of pipeline tested
D= Nominal diameter of the pipe in inches
P = Average test pressure during the leakage test, psi
The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure
during the 15 minute testep riod." Is deleted.
7-09.3(24)A Flushing and "Poly -pigging"
Section 7-09.3(24)A shall be revised and supplemented as follows:
Sections of pipe to be d.sl I -ted shall first be poly -pigged to remove any solids or
contaminated material that may have become lodged in the pipe. If the main cannot
be "poly -pigged", then a tap shall be provided large enough to develop a velocity of
at least 2.5 fps in the main.
The "Poly -pig" shall be equal to Girard Industries Aqua -Swab -AS, 2lb/cu-ft density
foam with 90A durometer urethane rubber coating on the rear of the "Poly -pig" only.
The "Poly -pig" shall be cylinder shaped with bullet nose or squared end.
The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of
the pipe, flushing shall be done after disinfection." is deleted.
Dechlorination of all water used for disinfection shall be accomplished in
accordance with the City's standard detail. Water containing chlorine residual in
excess of that carried in the existing water system, shall not be disposed into the
storm drainage system or any water way.
7-09.3(24)D Dry Calcium Hypochlorite
Section 7-09.3(24)D has been replaced with:
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
Section 7-09.3(24)K has been revised as follows:
SW 2fH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
53
2 Treated water shall be retained in the pipe at least 24 hours but no long than 48
3 hours. After this period, the chlorine residual at pipe extremities and at other
4 representative points shall be at least 25 mg/I.
5
6 7-09.3(24)N Final Flushing and Testing
7 Section 7-09.3(24)N has been revised as follows:
9 Before placing the lines into service, a satisfactory report shall be received from the
10 local or State health department or an approved testing lab on samples collected
11 from representative :points in the new system. Samples will be collected and
12 bacteriological tests obtained by the Engineer.
13
14 7-09.3(25) Joint Restraint Systems
15 Section 7-09.3(25) is a new additional section:
16
17 General:
18 Where shown on the plans or in the specifications or required by the engineer, joint
19 restraint system (shackle rods) shall be used. All joint restraint materials used shall
20 be those manufactured by star national products, 1323 holly avenue PO box 258,
21 Columbus Ohio 43216, unless an equal alternate is approved in writing by the
22 engineer.
23
24 Materials:
25
26 Steel types used shall be:
27 High strength low -alloy steel (cor-ten), ASTM A242, heat-treated, superstar
28 "SST" series.
29 High strength low -alloy steel (cor-ten), ASTM A242, superstar "SS" series.
30 Items to be galvanized are to meet the following requirements:
31 ASTM A153 for galvanizing iron and steel hardware.
32 ASTM A123 for galvanizing rolled, pressed and forged steel shapes.
33
34 Joint restrainer system components:
35
36 Tiebolt: ASTM A242, type 2, zinc plated or hot -dip galvanized. SST 7:5/8" for
37 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325,
38 type 3D, except tensile strength of full-body threaded section shall be
39 increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by
40 heat treating (quenching and tempering) to manufactures reheat and hardness
41 specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same ASTM
42 specification as SST 7. SST 77: 3/4" same as SST 7, except 1 " eye for 7/8"
43 rod. same ASTM specification as SST 7.
44
45 Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade
46 C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot -
47 dip galvanized
48
49 Tiecoupling: used to extend continuous threaded rods and are provided with a
50 center stop to aid installation, zinc plated or hot -dip galvanized. SS10: for 5/8"
51 and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM
52 A563, grade A.
53
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 54
1
t
H
I�
1-1
i1
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or
hot -dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI
131.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307.
Tiewasher: round flat washers, zinc plated or hot -dip galvanized. SS17: ASTM
A242, F436. S17: ANSI 1318.22.1.
Installation:
Install the joint restraint system in accordance with the manufactures
instructions so all joints are mechanically locked together to prevent joint
separation. Tiebolts shall be installed to pull against the mechanical joint body'
and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install
tiecouplings with both rods threaded equal distance into tiecouplings. Arrange
tierods symmetrically around the pipe.
Pipe Diameter Number of 3/4"
Tie Rods Required
4" ....................... 2
6" ....................... 2
8" ....................... 3
10" ...................... 4
12" ...................... 6
14" ...................... 8
16" ...................... 8
18" ...................... 8
20" ...................... 10
24" ...................... 14
30" ...................... (16-7/8 "rods)
36" ...................... (24-7/8"rods)
Where a manufactures mechanical joint valve or fitting is supplied with slots for
"T" bolts instead of holes, a flanged valve with a flange by mechanical joint
adapter shall be used instead, so as to provide adequate space for locating the
tiebolts.
Where a continuous run of pipe is required to be restrained, no run of
restrained pipe shall be greater than 60 feet in length between fittings. Insert
long body solid sleeves as required on longer runs to keep tierod lengths to the
60 foot maximum. Pipe used in continuously restrained runs shall be
mechanical joint pipe and tiebolts shall be installed as rod guides at each joint.
Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and
tiewashers, shall be galvanized. All disturbed sections will be painted, to the
inspectors satisfaction, with koppers bitomastic no. 300-m, or approved equal.
Where poly wrapping i
and tiewashers may be
plain and painted in
approved equal.
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1,SEGMENT 1
CITY OF RENTON
JULY 2005
s not required all tiebolts, tienuts, tiecouplings, tierods
galvanized as specified in the preceding paragraph or
the entirety with koppers bitumastic no. 800-m, or
55
1
3
4
5
6
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered
incidental to installation of the pipe and no additional payment shall be made.
7-09.4 Measurement
Section 7-09.4 is revised as follows:
Measurement for water mains shall be per lineal foot of pipe based on the actual lineal
footage measured along the centerline of the pipe.
Measurement of bank run gravel for trench backfill will be by the cubic yard measured
by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by
the ton, in accordance with Section 1-09.
Measurement for payment of concrete thrust blocking and dead -man blocks will be per
cubic -yard when these items are included as separate pay items. If not included as
separate pay items in the contract, then thrust blocking and dead -man blocks shall be
considered incidental to the installation of the water main and no further compensation
shall be made.
Measurement for payment for connections to existing water mains will be per each for
each connection to existing water main(s) as shown on the plans.
7-09.5 Payment
Section 7-09.5 is revised and supplemented as follows:
"—Pipe for Water Main and Fittings In. Diam.", per lineal foot.
The unit price for "—Pipe for Water Main and Fittings In. Diam." shall cover the
complete cost of providing all labor, materials, equipment, saw cutting, dewatering,
excavation, haul disposal of waste materials, pipe of the size and type shown,
polyethylene encasement, special fittings, laying and joining of pipe and fittings, pigging
crosses, bends, shackle rods, handling, bedding materials, as shown on the plans,
bedding, backfilling and compaction of native materials, testing, flushing, pigging,
disinfecting, cleanup.
"Concrete Thrust Blocking and Dead -Man Blocks", per cubic yard.
The unit contract price bid for "Concrete Thrust Blocking and Dead -Man Block" shall
cover the complete cost of providing all labor, materials, equipment, excavation, haul
disposal of waste, dewatering, concrete vertical and horizontal blocks, dead -man anchor
blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, and necessary
form work. Payment shall be per cubic -yard. Concrete material weight shall be verified
by providing a copy of certified truck tickets which accompany each truck load.
"Connection to Existing Water Mains", per each.
The unit contract price per each connection to existing water mains shall be for
complete compensation for all equipment, labor, materials required for the connections
to the existing water mains.
Payment for "removal and replacement of unsuitable material" will be considered
incidental to or calculated under other bid items and no further compensation will be
made.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1. SEGMENT 1
CITY OF RENTON
JULY 2005 56
1
1 "Select Trench Backfill', per cubic yard or ton.
2 The unit contract price per cubic yard or ton for Select Trench Backfill' shall be full pay
3 for all work to furnish, place, and compact the material in the trench. Also included in
4 the unit contract price is the disposal of excess and unusable material excavated from
5 the trench.
6
7 "Foundation Material", per ton or cubic yard.
8 Payment at the unit contract price for "foundation material" shall cover the complete cost
9 of providing all labor, materials, equipment, excavation, haul disposal of waste
10 materials, dewatering, foundation material, placing, and compaction of foundation
11 material. Payment shall be per ton of foundation material. Foundation material weight
12 shall be verified by providing a copy of certified truck tickets which accompany each
13 truck load. No payment shall be made for foundation material placement due to
14 unnecessary over -excavation.
15
16 7-12 VALVES FOR WATER MAINS
17
18 7-12.3(1) Installation of Valve Marker Post
19 Section 7-12.3(1) has been revised as follows:
20
21 Where required, a valve marker post shall be furnished and installed with each
22 valve. Valve marker posts shall be placed at the edge of the right-of-way opposite
23 the valve and be set with 18 inches of the post exposed above grade.
24
25 The rest of this section is deleted.
26
27 7-12.3(2) Adjust Existing Valve Box to Grade
28 Section 7-12.3(2) is a new section:
29
30 Valve boxes shall be adjusted to grade in the same manner as for manholes, as
31 detailed in Section 7-05.3(1) of the Renton Standards. Valve box adjustments shall
32 include, but not be limited to, the locations shown on the Plans.
33
34 Existing roadway valve boxes shall be adjusted to conform to final finished grades.
35 The final installation shall be made in accordance with the applicable portions of
36 Section 7-12.
37
38 In the event that the existing valve box is plugged or blocked with debris, the
39 Contractor shall use whatever means necessary to remove such debris, leaving the
40 valve installation in a fully operable condition.
41
42 The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one
43 half inch (1/2") below finished grade.
44
45 7-12.4 Measurement
46 Section 7-12.4 is supplemented by adding the following:
47
48 Adjustment of existing valve boxes to grade shall be measured per each, if included as
49 a separate pay item in the Contract; if not a separate pay item but required to complete
50 the work, then value box adjustment shall be considered incidental.
51
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 57
1
2
4
5
6
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly
and will not be included in this measurement item.
7-12.5 Payment
Section 7-12.5 is replaced with the following:
"12 inch Gate Valve and Concrete Vault," per each.
The unit contract price per each for the 12" gate valve assembly, shall be full pay for all
labor, equipment and material to furnish and install the valve complete in place on the
water main, including saw cutting, dewatering, haul disposal of waste material,
excavation, trenching, jointing, blocking of valve, by-pass assembly, cast-iron casting
and cover, ladder rung, concrete risers as required, adjustment to final grade. '
"Blow -off assembly," per each.
The unit price per each 2 inch blow -off assembly shall be for all labor, equipment and
materials to furnish and install the complete blow -off assembly per the standard details in
the contract plans and specifications.
7-14 HYDRANTS
7-14.3(1) Setting Hydrants
Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented
as follows:
After all installation and testing is complete, the exposed portion of the hydrant shall
be painted with two field coats. The type and color of paint will be designated by the
Engineer.
Any hydrant not in service shall be identified by covering with a burlap or plastic
bag approved by the Engineer.
Hydrants shall be installed in accordance with AWWA specifications C600-93,
Sections 3.7 and 3.8.1 and the City of Renton standard details. Hydrant and guard
posts shall be painted in accordance with the water standard detail. Upon
completion of the project, all fire hydrants shall be painted to The City of Renton
specifications and guard posts painted with two coats of preservative paint NO. 43-
655 safety yellow or approved equal. Fire hydrants shall be of such length as to be
suitable for installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2
feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2
foot burial where 12" and larger pipe is shown unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate
valve (FL x MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4"
x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and
accessories, concrete blocks and two concrete guard posts (only if hydrants are
outside right-of-way).
Joint restraint (Shackle Rods) shall be installed in accordance with Section 7-
11.3(15).
7-14.5 Payment
Section 7-14.5 is revised as follows:
SW 27'H ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1 Payment will be made in accordance with Section 1-04.1, for each of the following bid
2 items that are included in the proposal:
3
4 "Hydrant Assembly", per each.
5
6 The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to
7 furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve,
8 shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the
9 complete installation of the hydrant assembly as specified. The pipe connecting the
10 hydrant to the main shall be considered incidental and no additional payment shall be
11 made.
12
13 7-15 SERVICE CONECTIONS
14
15 7-15.3 Construction Details
16 Section 7-15.3 is supplemented as follows:
17 (******)
18 Pipe materials used to extend or replace existing water service lines shall be copper.
19
20 Where instalation is in existing paved streets, the service lines shall be installed by a
21 trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and
22 impact method fails, regular open trench methods may be used.
23
24 7-15.5 Payment
25 Section 7-15.5 is revised as follows:
26 (...... )
27 Payment will be made in accordance with Section 1-04.1, for the following bid item when it is
28 included in the proposal:
29
30 "Service Connection In. Diam.", per each.
31 The unit contract price per each for "Service Connection in. Diam." shall be full
32 pay for all work to install service connection size as shown, including but not limited to
33 excavating or "hoe-hogging", tapping the main, laying and jointing the new copper pipe
34 and fittings and appurtenances, new meter setter and meter box, backfilling, testing,
35 flushing and disinfection of the service connection and all work and materials required to
36 reconnect the new service line to the existing private water service line behind the
37 meter, restoration and cleanup.
38
39 Payment shall be per ton of select backfill material for water main. Select backfill
40 material weight shall be verified by providing a copy of certified truck tickets which
41 accompany each truck load.
42
43
44 7-17 SANITARY SEWERS
45
46 7-17.2 Materials
47 Section 7-17.2 is replaced with the following:
48 (******)
49 Gravity sewer pipe shall be as specified herein and as shown on the plans. The
50 Contractor shall provide two copies of the pipe manufacturer's technical literature
51 and tables of dimensional tolerances to the Engineer. Any pipe found to have
52 dimensional tolerances in excess of those prescribed or having defects which
53 prevent adequate joint seal or any other damage shall be rejected. If requested by
54 the Engineer, not less than three nor more than five lengths of pipe for each size,
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 59
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
selected from stock b the Engineer, shall be tested as specified for y g p o maximum
dimensional tolerance of the respective pipe.
Materials shall meet the requirements of the following sections:
PVC Sewer Pipe Section 9-05.12
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1) is supplemented by adding the following:
When extending an existing sewer, the downstream system shall be protected from
construction debris by placing a screen or trap in the first existing manhole
downstream of the connection. It shall be the contractor's responsibility to maintain
this screen or trap until the new system is placed in service and then to remove it.
,
Any construction debris which enter the existing downstream system, shall be
removed by the contractor at his expense, and to the satisfaction of the Engineer.
When the first manhole is set, it's outlet shall be plugged until acceptance by the
Engineer.
7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of
Non Air -Permeable Materials
Section 7-17.3(2)F is supplemented by adding the following:
Side sewers stubbed to the property line shall be air -tested.
7-17.3(2)H Television Inspection
Section 7-17.3(2)H is replaced with the following:
The Engineer will require that all sanitary sewer lines be inspected by the use
of a television camera before final acceptance. The costs incurred in making
the initial inspection will be bome by the owner of the sanitary sewer. The
Contractor shall bear all costs incurred in correcting any deficiencies found
during television . inspection including the cost of any additional television
inspection that may be required by the Engineer to verify the correction of said
deficiency. The Contractor shall be responsible for all costs incurred in any
television inspection performed solely for the benefit of the Contractor.
The video inspection shall be done after the manholes have been channeled
and the line cleaned and flushed. The video inspection shall be done with a
minimum flow of water in the pipe and inspected in the direction of the flow
unless otherwise directed by the ENGINEER.
The camera shall have rotational capabilities and be used by the operator to
view up each side sewer connection and provide best views of any non-
conforming items.
Once the television inspection has been completed the contractor shall
submit to the Engineer the written reports of the inspection plus the video
tapes. Said video tapes are to be in color and compatible with the City's
viewing and recording systems. The City system accepts 1/2" wide high
density VHS Tapes. The tapes shall be run at standard speed SP (1 5/16
I.P.S.). The CONTRACTOR shall use TV inspection report forms as
considered industry standard and as approved by the OWNER, and provide
completed forms and video tapes of the completed TV inspection to the
OWNER.
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 60
1
2 The costs incurred by the CONTRACTOR will be covered by the bid item for
3 such television inspections, and all costs associated with the initial inspection
4 and any requested additional inspections shall be included.
5
6 7-17.4 Measurement
7 Section 7-17.4 is supplemented as follows:
9 Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the
10 cubic yard in place, measured by the neat line dimensions shown in the Plans, or_by the
11 Ton on truck tickets.
12
13 Measurement for "Television Inspection of the New Sewers" will be lump sum
14
15 7-17.5 Payment
16 Section 7-17.5 is revised and supplemented as follows:
17
18 Payment will be made in accordance with Section 1-04.1, for each of the following bid
19 items that are included in the proposal:
20
21 "Plain Conc. Sewer Pipe _ In. Diam.", per linear foot.
22 "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear foot.
23 "PVC Sanitary Sewer Pipe In. Diam.'% per linear foot.
24 "Ductile Iron Sewer Pipe In. Diam.", per linear foot.
25 The unit contract price per linear foot for sewer pipe of the kind and size specified shall
26 be full pay for all labor, materials, equipment, hauling, pavement cutting, asphalt
27 concrete pavement removal, cement concrete pavement removal, excavation, removal
28 and disposal of waste material, pipe of the size and type required, gaskets, fittings and
2Q adaptors installation, laying and minting pipe and fittingc herrriling, and pipe zone fill
30 material, appurtenances, frame and lid, concrete, placement of subsequent backfill
31 (native) materials, compaction, water, grading, cleaning, placement and removal of
32 temporary pavement patching, and testing (exfiltration or low pressure air test and
33 deflection testing), etc. required to complete the work in accordance with the Contract
34 Documents. Select imported backfill materials are included in other bid.
35
36 "Testing Sewer Pipe", per linear foot.
37 The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for
38 all labor, material and equipment required to conduct the leakage tests required in
39 Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be
40 considered incidental to the pipe items.
41
42 "Removal and Replacement of Unsuitable Material", per cubic yard.
43 The unit contract price per cubic yard for "Removal and Replacement of Unsuitable
44 Material" shall be full pay for all work to remove unsuitable material and replace
45 and compact suitable material as specified in Section 7-08.3(1)A.
46
47 "Bank Run Gravel for Trench Backfill Sewer', per cubic yard, or Ton.
48 The unit contract price per cubic yard, or Ton for "Bank Run Gravel for Trench
49 Backfill Sewer' shall be full pay for all work -to furnish, place, and compact material
50 in the trench.
51
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 61
1
2
4
5
6
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
"Television Inspection", per Lump Sum.
The lump sum contract price for "Television Inspection" shall be considered full
compensation for all labor, materials, equipment to perform television inspection
and prepare videotape record of all new sewers constructed by excavate and
replace methods as part of the project and record videotapes.
7-20 STORMWATER VAULT
7-20.1 Description
This work consists of constructing a storm vault which includes a chamber, concrete baffle,
access doors/panels, ladders, pipes, fittings and appurtenances within the chamber, in
accordance with these Specifications and in accordance with the plans or as established by
the Engineer.
It is understood that the plans are schematic and do not show all details of the work
required. It shall be the Contractor's responsibility to determine the full extent of all labor,
materials and equipment required to accomplish the intent of the plans and to accomplish
said intent in accordance with accepted trade practices.
7=20.2 Materials
7-20.2(1) General
This section is a partial list of materials needed for the vault. It shall be the Contractor's
responsibility to determine the full extent of all materials required to provide a complete
and operational vault, which is in accordance with the plans, applicable state
requirements, and these specifications.
7-20.2(2) Vault
The vault shall be a precast concrete structure manufactured by Utility Vault Company,
a Division of Oldcastle Precast, Inc., or approved equivalent, and subject to the
requirements in the plans and these specifications.
Formwork for fabrication: Provide forms and, where required, form facing materials of
metal, plastic, wood or another acceptable material that is nonreactive with concrete
and will produce smooth finish surfaces.
Vault Design
Loads: AASHTO H2O -44 wheel loading and traffic loading because the vault shall
be located beneath a maintenance drive subject to vehicular traffic. Minimum of
30% impact loading. Other loading: 80 pcf E.F.P. lateral soil pressure due to
potential high water table.
Standards: ASTM C857 "Minimum Structural Design Loading For Underground
Precast Concrete Utility Structures", and ACI -318-02 Building Code
Reinforcement
Reinforcing Bars: ASTM A 615, Grade 60 (ASTM A 615M, Grade 40), deformed.
Steel -Welded Wire Fabric: ASTM A 185, plain, cold drawn.
Supports for Reinforcement: Provide supports for reinforcement, including bolsters,
chairs, spacers and other devices for spacing, supporting and fastening reinforcing,
complying with CRSI recommendations.
Concrete Materials
Portland Cement: ASTM C 150, Type III.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 62
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
2'q
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
Use only one brand and type of cement throughout project, unless otherwise
acceptable to Engineer.
Normal -Weight Aggregates: ASTM C 33, Class 5S. Provide aggregates from a
single source.
Water: Potable.
Admixtures, General: Provide admixtures for concrete that contain not more than
0.1 percent chloride ions by mass of Portland cement or cementitious material.
Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible
with other required admixtures.
Water -Reducing Admixture: ASTM.0 494, Type A.
High -Range, Water -Reducing Admixture: ASTM C 494, Type F.
Water -Reducing and Accelerating Admixture: ASTM C 494, Type E.
Water -Reducing and Retarding Admixture: ASTM C 494, Type D.
7-20.2(3) Ladders and Steps
Materials and construction shall be in accordance with the WSDOT Standard
Specifications 7-05 and WSDOT Standard Plan B -1z, and made of polypropylene
materials.
7-20.2(4) Access Panels and Doors
Access panels and doors chill be as manufactured by Utility Vault Company, a Division
of Oldcastle Precast, Inc., or approved equivalent, and subject to the requirements in
the plans and these specifications.
Access panels and doors shall have span and width dimensions as noted in the plans.
Access panels shall be removable, allowing unobstructed passage through the full width
and span of the opening. Access doors shall be hinged and shall open in a manner
allowing unobstructed access to the full span and width of the opening. Multiple doors
may be used to span the open area. Interior bracing of panels and doors shall be
removable. Access doors and panels shall be capable of supporting AASHTO H2O -44
wheel loading and traffic loading. Panels, doors, frames and all other metal parts shall
be zinc coated (galvanized) steel per ASTM Standard A123.
Access panel grating shall comply with the current version of ADA Standards for
Accessible Design, published by the United States Department of Justice. Panels
grated panels shall be manufactured by Grating Pacific, LLC, or approved equivalent,
and subject to the requirements in the plans and these specifications.
Access doors shall be diamond plated steel of a thickness necessary to meet the
structural requirements. Doors shall be as provided by Utility Vault Company, a Division
of Oldcastle Precast, Inc., or approved equivalent, and subject to the requirements in
the plans and these specifications.
Access panels and doors shall be set in a concrete riser as manufactured by Utility Vault
Company, a Division of Oldcastle Precast, Inc., or approved equivalent, and subject to
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
63
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
the requirements in the plans and these specifications
vault.
7-20.3 Construction
Risers shall be grouted to the
7-20.3(1) Structural Plans
The Contractor shall coordinate the design of the precast concrete vault manufacturer,
and shall have structural plans of the vault and access panels and doors prepared and
stamped by a licensed structural engineer. The structural plans and calculations all
be submitted to the Engineer, and the Contractor shall obtain approval from the
Engineer prior to factory construction of the precast vault. Submittal of working
drawings shall be in accordance with Section 6-01.9. Six sets of drawings shall be
submitted unless otherwise directed by the Engineer.
7-20.3(2) Vaults
The vault when constructed shall be free of leaks and construction joints shall be
provided with water stops.
Concrete Mixes for Vault
Prepare design mixes for each type of concrete required. Limit use of fly ash and
silica fume to not exceed, in aggregate, 25 percent of the Portland cement by
weight. Design mixes may be prepared by qualified precast manufacturing plant
personnel or at the precast fabricator's option, a qualified independent testing
agency. Normal Weight Concrete: Proportion mixes by either laboratory trial batch
or field test data methods according to ACI 211.1 and ACI 301, using materials to
be used on the Project, to provide normal -weight concrete with the following '
properties: Compressive Strength (28 -Day): 4500 psi (41.4 Mpa) minimum.
Add air -entraining admixture at manufacturer's prescribed rate to result in normal -
weight concrete at point of placement having an air content as follows, with a
tolerance of plus or minus 1-1/2 percent: Air Content: 5 rnerrent for 3/ -incl! rrlln11;c
(19 -mm) maximum aggregate.
Other Admixtures: Use water -reducing, high -range water -reducing, water reducing
and accelerating, or water -reducing and retarding admixtures according to
manufacturer's directions.
Concrete -Mix Adjustments: Concrete -mix design adjustments may be proposed
when characteristics of materials, project conditions, weather, test results, or other
circumstances warrant.
Fabrication of Precast Concrete Vault
Formwork: Accurately construct forms, mortar tight, of sufficient strength to
withstand pressures due to concrete placing operations and temperature changes.
Maintain formwork to provide completed precast concrete units of shapes, lines,
and dimensions indicated.
Reinforcement: Comply with the recommendations of CRSI's "Manual of Standard
Practice" for fabricating, placing, and supporting reinforcement. Clean
reinforcement of loose rust and mill scale, earth, and other materials that reduce or
destroy the bond with concrete. Accurately position, support and secure
reinforcement against displacement by formwork, construction, or concrete
placement operations. Locate and support reinforcement by metal chairs, runners,
bolsters, spacers and hangers, as required. Place reinforcement to obtain at least
the minimum coverages for concrete protection. Arrange, space, and securely tie
bars and bar supports to hold reinforcement in position while placing concrete. Set
wire ties so ends are directed into concrete, not toward exposed concrete surfaces.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
t
Ll
I I
11
1
t
1
Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at
2
least one full mesh and lace splices with wire. Offset laps of adjoining widths to
3
prevent continuous laps in either direction.
4
5
Concrete Mixing: Comply with requirements and with ASTM C 94. Following
6
concrete batching, no additional water may be added.
7
8
Concrete Placement: Place concrete in a continuous operation to prevent seams
9
or planes of weakness from forming in precast units. Comply with requirements of
10
ACI 304R for measuring, mixing, transporting, and placing concrete. Thoroughly
11
consolidate placed concrete by Internal and external vibration without dislocating or
12
damaging reinforcement and built-in items. Use equipment and procedures
13
complying with ACI 309R
14
15
Identify pickup points of precast concrete units and orientation in structure with
16
permanent markings, complying with markings indicated on final shop drawings.
17
Imprint casting date on each precast unit on a surface that will not show in the
18
finished structure.
19
20
Finish formed surfaces of precast concrete as indicated for each type of unit, and
21
as follows:
22
23
Standard Finish: Normal plant -run finish produced in forms that impart a smooth
24
finish to concrete. Small surface holes caused by air bubbles, normal color
25
variations, and form joint marks, and minor chips and spalls will be tolerated. Major
26
or unsightly imperfections, honeycombs, irregular surfaces, or structural defects are
27
not permitted.
28
29
Examination
30
Prior to installation of the precast concrete vault, the Contractor shall examine the
31
vault for compliance with dimensional and size requirements, including installation
32
tolerances, true and level bearing surfaces, and other conditions affecting
33
performance of Drecast concrete units. Any dimensional sizes and finishes not in
accordance cordance with the requirements shall be corrected by the Contractor prior to
35
installation.
36
37
Excavation for Vault and Installation
38
The excavated area for the vault shall be dug with a minimum of 3 feet clearance
39
around all walls to avoid obstructions when setting the vault. Temporary shoring or
40
extra excavation shall be provided by the Contractor in accordance with Section 7-
41
08.3(1)B of the Standard Specifications.
42
43
The vault shall be placed upon 6 inches minimum compacted thickness of crushed
44
surfacing top course, as a gravel foundation. Install precast units level, plumb,
45
square, and true. Shore and brace precast concrete units to maintain location,
46
stability, and alignment until permanent connections are installed. The correct
47
placement of the storm vault is important in order to form a smooth surface.
48
49
Backfill around vaults should consist of good compactable material such as pea
50
gravel, sand or select backfill material. In no case shall the material be saturated
51
soil, or contain rocks in excess of 1-1/2" size, or organic materials. No voids should
52
remain between the vault walls and backfill material.
53
54
Backfilling should be done after vault is completely assembled making certain to
55
compact the backfill progressively from the bottom to the top surface. Compaction
56
of backfill shall be in accordance with Section 2-03.3(14)C, Method C, of the
57 '
Standard Specifications.
58
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
65
1 Grouting of all risers, covers, conduit of specific sections of vaults is the
2 responsibility of the Contractor. A recommended cement grout consists of two parts
3 sand and one part cement and sufficient water to form a plastic slurry. Apply in a
4 manner to insure filling of all voids in the joint being sealed. Add sufficient water to
5 form a plastic slurry.
6
7 7-20.4 Measurement
8
9 No measurement for payment will be made for the lump sum price of "Stormwater Vault"
10
11 Structure Excavation Class B, including haul for the Stormwater vaults will be measured
12 for payment by the cubic yard, to neat lines and grade. The horizontal limits in
13 measuring for excavation of the vault will be 3 ft. away from the outside perimeter of the
14 structure. The lower limits for measurement of excavation of the vault will follow a line
15 parallel to the bottom and be 1 foot below the outside of the structure. If the Contractor
16 excavates outside of these limits or performs extra excavation as described in Section
17 2-09.3(3)B of the Standard Specifications, it shall be considered for the Contractor's
18 benefit and shall be included in the lump sum price of "Shoring or Extra Excavation
19 Class A"
20
21 No measurement for payment will be made for the lump sum price of "Shoring or Extra
22 Excavation Class A"
23
24 No measurement for payment will be made for the crushed gravel foundation beneath
25 the vault.
26
27 7-20.5 Payment
28
29 Payment will be made in accordance with Section 1-04.1 of the Standard Specifications
30 for the following bid items in the proposal:
31 v
32 "Stormwater Vault", Lump Sum
33
34 The lump sum contract price for "Stormwater Vault" shall be full pay for all labor,
35 materials, and equipment necessary to provide a complete and functional vault. The
36 unit price includes the construction of the pre -cast concrete vault and gravel foundation,
37 baffle, pipes, risers, ladders, fittings and appurtenances within the vault, the access
38 openings and lids and doors, and all work necessary to provide a complete and
39 functional vault, including backfill and compaction.
40
41 Excavation for the vault will be measured for payment by the unit contract price per
42 cubic yard as "Structure Excavation Class B, Incl. Haul."
43
44 7-21 STORMWATER FLOW DISPERSAL TRENCH
45 7-21.1 Description
46 This work consists of constructing a flow dispersal trench that includes wood posts and
47 boards, clean rock, catch basin, pipes, fittings and appurtenances, in accordance with these
48 Specifications and in accordance with the plans or as established by the Engineer.
49
50 It is understood that the plans are schematic and do not show all details of the work
51 required. It shall be the Contractor's responsibility to determine the full extent of all labor,
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 66
� I
1 materials and equipment required to accomplish the intent. of the plans and to accomplish
2 said intent in accordance with accepted trade practices.
3
4 7-21.2 Materials
5
6 The wood boards and posts shall be in accordance with Section 9-09 of the Standard
7 Specifications, and as identified for "structures." All wood materials shall have a
8 preservative treatment in accordance with Section 9-09.3 of the Standard Specifications.
9
10 Metal connections for wood materials, such as nails, screws and hangers, shall be
11 galvanized coated.
12
13 Filter Fabric shall be woven material and meet moderate survivability requirements as
14 defined in Table 1, Section 9-33.2 of the Standards Specifications, and the fabric shall meet
15 Class A requirements for filtration properties as defined in Table 2, Section 9-33.2 of the
16 Standard Specifications.
17
18 The perforated pipe shall be PVC in accordance with Section 9-05.2(6) of the Standard
19 Specifications.
20
21 The pipe for cleanouts shall be non -perforated PVC pipe be in accordance with Section 9-
22 05.1(5) of the Standard Specifications.
23
24 Catch Basin Type 1, Reversible Frame, and Herringbone Grate per WSDOT Standard Plans
25 B-1 and B-2 and B -2d.
26
27 7-21.3 Construction
28
29 Excavate the trench for the flow dispersal trench. Wrap the perimeter of the trench with filter
30 fabric. The wood posts can punch through the filter fabric, and it shall extend a minimum of
31 6 inches beneath the bottom of trench. The trench work and pipe installation shall be in
32 conformance with Section 7-08 of the Standard Specifications.
33
34 After construction and placement of the posts, boards, pipe and fittings, gravel backfill, and
35 catch basin, the Contractor shall finish grade the surface of the flow dispersal trench to be
36 flush with the finish grade of the adjacent soil. The grate of the catch basin shall extend 1 to
37 3 inches above finish grade. All disturbed soil shall be graded smooth and even to match
38 into adjacent grades.
39
40 The cleanouts shall be constructed in accordance with Standard Plan B -18b except with 6
41 inch pipe. The top shall be constructed flush with the surface and be provided with a cast
42 iron ring and cover.
43
44 7-21.4 Measurement
45
46 No measurement for payment will be made for the lump sum price of the "Flow Dispersal
47 Trench."
48
49 7-21.5 Payment
50
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 67
1 Payment will be made in accordance with Section 1-04.1 of the Standard Specifications for
2 the following bid items in the proposal:
3
4 "Flow Dispersal Trench", Lump Sum
5
6 The lump sum price for "Flow Dispersal Trench" shall be full pay for all labor, materials, and
7 equipment necessary to provide a complete and functional facility. The lump sum price
8 includes trench excavation, perforated pipes, two cleanouts, and fittings and appurtenances,
9 gravel backfill, filter fabric, posts and timber, a single catch basin with frame and grate, finish
10 grading, and all work necessary to provide a complete and functional flow dispersal trench,
11 including backfill and compaction.
12
13
SW 2fH ST./STRANDER BLVD. CONNECTION
PHASE 1; SEGMENT 1
CITY OF RENTON
JULY 2005 68
1
t
1
i�
t
11
1
3
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.3(1) Preparation of Area
Section 8-01.3(1) is supplemented with the following:
The subgrade of all planting areas shall be scarified or horizontally ripped to a depth of
6" prior to topsoil installation. Scarify the sides and bottom of all tree pits.
8-01.3(2) Topsoil
Section 8-01.3(2) is supplemented with the following:
Topsoil shall be installed to a minimum 6" compacted depth in all shrub/groundcover
planting areas.
For all shrub/groundcover areas excavate subgrade material as required to permit
installation of topsoil and mulch to their specified depths. The first 2" of topsoil shall be
incorporated into the top 4" of subgrade by rototilling. The second 4" of topsoil shall be
then installed and finish graded. All clods, hard lumps, rocks 1" in diameter or larger,
and litter and other debris shall be raked up, removed, and disposed of by the
Contractor.
8-01.3(2)A Topsoil Type A
Section 8-01.3(2)A is supplemented with the following:
All topsoil shall be Topsoil Type A and shall meet the requirements of Section 9-
14.1(1) as modified herein.
8-0,4.3(8) Street Clea,—iing
Section 8-01.3(8) is supplemented with the following:
The contractor shall have a self-propelled pickup street sweeper available to the
project at all times. When the streets are dirtied due to construction activity, the
Contractor shall sweep or otherwise clean the streets at the conclusion of each
workday and on other occasions as needed. No washing of the street will be
allowed. The cleaning device shall be approved by the Engineer.
Should the Contractor not clean the streets as required, the city may elect to clean
the streets themselves or procure the services of a street cleaner. In this event, all
costs for the street cleaning will be charged to the Contractor.
8-02 ROADSIDE RESTORATION
8-02.1 Description
(January 7, 2002)
The first paragraph of Section 8-02.1 is revised to read:
This work shall consist of furnishing and placing topsoil and soil amendments, and
furnishing and planting trees, whips, shrubs, ground covers, cuttings, live stakes, live
poles, rhizomes, tubers, and seedling, and applying compost in accordance with these
Specifications and as shown in the Plans or as directed by the Engineer.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
W
1
2 ******)
3 -02.2 Materials
4 Section 8-02.2 is supplemented with the following:
5
6 Sod 9-14.6(8)
7 Reinforced Turf Paving 9-14.9
8 Root t:" arder 9-14,8
9. Backkll forSand Drains. cz ,1 .1
10
11 8-02.3 Construction Requirements
12
13 (******)
14 8-02.3(1) Responsibility During Construction
15 Section 8-02.3(1) is supplemented with the following:
16
17 Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and
18 associated roadside work is completed. Landscape materials shall not be installed until
19 weather permits and installation has been authorized by the Engineer.
20
21 Throughout planting operations, the Contractor shall keep the premises clean, free of
22 excess soils, plants, and other materials, including refuse and debris, resulting from the
23 Contractor's work. At the end of each work day, and as each planting area is
24 completed, it shall be neatly dressed, and all surrounding walks and paved areas shall
25 be cleaned to the satisfaction of the Engineer. At the conclusion of work, the Contractor
26 shall remove surplus soils, materials, and debris from the construction site and shall
27 leave the project in a condition acceptable to the Engineer
28
29
30 8-02.3(2) Roadside Work Plan
31 Section 8-02.3(2) is supplemented with the following:
32
33 Within fourteen (14) calendar days after award of Contract, submit written
34 documentation to the Engineer that all specified plant materials have been ordered.
35 Documentation shall include list of suppliers' names, addresses, and phone numbers
36 along with a list of respective growing or storage locations with addresses.
37
38 The Contractor shall provide all plants of the size, species, variety, and quality noted
39 and specified. The Contractor shall contract grow plant materials, if necessary, to
40 ensure that the required size, species, variety, and quality of plant materials shall be
41 provided.
42
43 The use of chemical herbicides shall be considered on a case-by-case basis. The
44 Contractor must submit, as part of the Work Plan, the intent to use chemical herbicides
45 to the Engineer for approval prior to use.
46
47
48 8-02.3(4)A Topsoil Type "A97
49 Section 8-02.3(4)A is supplemented with the following:
50
51 Engineer to approve topsoil and amendments prior to placement. Topsoil Type "A" shall
52 meet all specifications from 9-14.1(1). Provide and install Topsoil Type "A" within all
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 70
1
1
t
1
J
J
11
1-1
r
11
1
u
[I
1
fl
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
tree, shrub, groundcover, and sod planting areas as shown on Plans. Topsoil Type "A"
is not required within, Wetland Meadow or Upland Meadow planting areas.
Section 8-02.3(4)D is added as follows:
Engineer to approve topsoil and amendments prior to placement. Topsoil Type "D" shall
meet all specifications from 9-14.1(4). Provide and install Topsoil Type "D" to a uniform
twenty four (24) inch depth in all Wetland Meadow planting areas. Topsoil Type "D" is
not required within the Upland Meadow planting areas.
8-02.3(5) Planting Area Preparation
Section 8-02.3(5) is supplemented with the following:
Planting areas to receive plant materials, exc€: ding the CNet€and i`4}eado w a- d Up -land
Meadow piantin g areas, shall be cleared, grubbed, and cultivated to a depth of six (6)
inches prior to receiving Sand Backfill for Drains or Topsoil Type "A." Notify Engineer of
possible poor draining or heavily compacted soil conditions prior to proceeding with
construction. All debris, including stumps, sticks, roots, and rocks larger than one (1)
inch, shall be removed and disposed of off the project site before Sand Backfill for
Drains or Topsoil Type "A" is placed.
After the subgrade of the planting areas have been graded and cleaned, spread 1/2 the
depth of specified Sand Backfill for Drains or Topsoil Type "A", along with fertilizer
and/or soil conditioners as shown on Drawing Details, and rototill six (6) inches into the
previously cultivated soil. Soil shall be lightly compacted, then spread the remainder of
Sand Backfill 'for Drains or Topsoil Type "A", to estabii5l i proper finish grade. Lightly
compact soil again. Sand Backfill for Drains or Topsoil Type "A" shall not be placed
when ground is frozen, excessively wet, or in the opinion of the Engineer, in a condition
detrimental to the work.
Planting areas to receive plant materials at the Upland Meadow planting areas shall be
cleared and grubbed. For newly graded subgrades, loosen subgrade to a minimum
depth of 4 inches. Remove stones larger than 1 inch in any dimension and sticks, roots,
rubbish, and other extraneous matter and legally dispose of them off Owner's property.
Spread existing surface soil (Topsoil Type "B") to a minimum depth of 4 inches but not
less than required to meet finish grades after light rolling and natural settlement. Do not
spread if surface soil or subgrade is frozen, muddy, or excessively wet. Spread
approximately one-half the thickness of surface soil mix over loosened subgrade. Mix
thoroughly into top 2 inches of subgrade. Spread remainder of surface soil mix. For
finish grading, grade planting areas to a smooth uniform surface plane with loose,
uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and
rake, remove ridges, and fill depressions to meet finish grade. Limit fine grading to
areas that can be seeded in the immediate future. Moisten prepared areas before
seeding if soil is dry. Water thoroughly and allow surface to dry before seeding. Do not
create muddy soil. Restore areas if eroded or otherwise disturbed after finish grading
and before seeding. Hydroseed per manufacturer's instructions.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
71
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Planting areas to receive plant materials at the Wetland Meadow planting areas shall be
cleared and grubbed. After the subgrade of the planting areas have been graded and
cleaned, spread Topsoil Type "D", as specified in the Project Manual, and as detailed on
Plans. Soil shall be placed with maximum six (6) inch lifts and compacted to 85%
maximum density prior to placing additional lifts of topsoil.
8-02.3(6) Soil Amendments
Section 8-02.3(6) is supplemented with the following:
Soil tests of the subgrade soil shall be made by the Contractor to determine
MECHANICAL ANALYSIS (per USDA Particle Size and Organic Matter Test) and
FERTILITY ANALYSIS (to determine magnesium, nitrogen, potassium, and phosphorus
levels; soluble salts/conductivity and pH). Contractor shall send a minimum of three (3)
representative samples of subgrade soil to an approved soil -testing laboratory (state
laboratory or recognized commercial laboratory). The cost for testing must be borne by
the Contractor. The contractor shall be paid for the soil additives at a unit price basis
and agreed upon by a Change Order prior to commencement of work. TEST RESULTS
AND LABORATORY RECOMMENDATIONS FOR ORNAMENTAL PLANT GROWTH
must be submitted to the Engineer for approval prior to incorporating soil additives into
the subgrade and placing Topsoil Type A or Topsoil Type D.
8-02.3(7) Layout of Planting
Section 8-02.3(7) is supplemented with the following:
The Contractor is responsible for determining final quantities of plant material to
complete the Landscape Plan as shown based on the actual clearing and grading limits,
and notify the Engineer of any discrepancy prior to planting. I II %../ tractor sIhall
coordinate with the Engineer the final location for all plant materials prior to site delivery.
The Contractor shall neither deliver to the site nor install planting materials until
authorized by the Engineer. The contractor shall provide the Engineer with at least one
week notice prior to preparing plants for shipping.
The Contractor shall place plantings starting from the perimeter of the bed area and
progressing to the center. Field adjustments for plant layout shall be approved by the
Engineer.
8-02.3(8) Planting
Section 8-02.3(8) is supplemented with the following:
Where the drainage of planting holes is limited or non-existent because of heavy clay,
hardpan, or rock, it is the responsibility of the contractor to advise the Engineer who will
determine if the drainage is adequate for planting. The engineer will determine the
method and extent of improved drainage required.
All trees, shrubs, and groundcover shall be planted as detailed on the Plans.
Then performing the following work, do not injure the root system. Do not over -
excavate planting pit depth; however, over -excavation of planting pit width is desirable.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
72
ii
J
1
t
[I
t
J
1
t
11
it
11
2 Trees and shrubs shall be handled by the rootball, not by the trunk. Plant trees and
3 shrubs upright, and rotate to give the best appearance or relationship to adjacent plants,
4 topography, and structures. Hold plant rigidly in position until topsoil has been backfilled
5 and tamped.firmly around the ball or roots.
6
7 When pit is backfilled halfway, place tree and stakes as shown on the Plans. Carefully
8 place and water planting topsoil, and fill all voids.
9
10 Backfill planting pit with six inches (6") backfill material, fill with water and allow water to
11 soak away. Fill pits with additional six-inch (6") lifts of backfill material, and water to
12 finish grade, as detailed on the Plans. Water immediately after planting.
13
14 For planting within the Wetland Meadow the planting shall be performed by a qualified
15 landscaping contractor as described in general specifications. Unless it has rained/is
16 raining enough to saturate the soil, the planting surface shall be thoroughly saturated
17 prior to planting by means of hand watering from a portable water tank using an
18 available water source identified by the Construction Manager. The emergent and
19 aquatic species shall be planted at the spacing indicated on the drawings. Species that
20 do not require weights for submersion shall be planted in the bottom soil at the depth
21 recommended. Plant species shall be gently pushed in to the bottom soil until the
22 plants are firmly embedded in the bottom soil. The aquatic species shall be dropped
23 into the water or planted into the bottom soil at the appropriate water depth as
24 determined by the turbidity of the water. Plugs shall be planted by hand in holes with
25 four plugs planted per hole. The base of the plant shall be adjacent to the finish grade.
26 Plugs shall be planted at spacing indicated on the drawings. Care shall be taken to
27 prevent excessive walking on the pond bottom surface. After planting, examine the
28 bottom surface and rake out any paths, depressions, or significant irregularities in the
29 plailul ly medium. The area shall be II IoIougl Ily wagered alter punting either by irrigation
30 or by temporarily raising the water level in the wetland pond. Watering shall not
31 dislodge plants from soil.
32
33 (******)
34 8-02.3(10) Fertilizer
35 Section 8-02.3(10) is supplemented with the following:
36
37 Fertilizer shall be added to topsoil as defined in Section 9-14.1(1), Topsoil Type "A" of
38 the Special Provisions. The cost for fertilizer soil amendments shall be considered
39 incidental to and included in the unit contract price for Topsoil Type "A".
40
41 (******)
42 8-02.3(11) Bark or Wood Chip Mulch
43 Section 8-02.3(11) is supplemented with the following:
44.
45 Bark mulch shall be placed over all planting beds to a uniform three (3) inch depth.
46 Thoroughly water and hose down plants with a fine spray to wash the leaves of the
47 plants immediately after application. Bark mulch shall be medium grade fir or hemlock.
48
49 8-02.3(12) Completion of Initial Planting
50 Section 8-02.3(12) is supplemented with the following:
51
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
73
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
When the Contractor feels that the initial planting is complete, the Contractor shall notify
the Engineer and request an inspection, after which the Engineer will make an
inspection and prepare a list of all planting items that remain to be completed. The
Contractor shall then complete or correct all items identified by the Engineer within
fifteen (15) working days and request another inspection. The Engineer shall then
provide the contractor with written notification of acceptance of initial planting, at which
point the plant establishment period shall begin. The Contractor shall continue to
maintain all plantings until such notification has been provided.
Completion of initial planting includes the following:
1. Installation of all required planting materials (trees, shrubs, groundcovers, and
lawn sod areas.)
2. Planting area cleanup.
3. Full operation of the irrigation system, complete bark coverage, and all planting
areas in a weed free condition.
8-02.3(15)8 Seeding and Fertilizing
Section 8-02.3(15)B is supplemented with the following:
Seeding: Erosion Control seed shall be furnished at the rate and methods described
below:
A slurry consisting of seed, fertilizer, mulch, and water shall be uniformly applied over all
disturbed areas within easements and rights-of-way unless directed otherwise. Seed
shall be applied at the rate of one hundred twenty (120) pounds per acre.
A slurry consisting of seed, fertilizer, mulch, and water shall be uniformly applied over all
disturbed areas within easements and riahts-of-way unless directed otherwise. Seed
shall be applied at the rate of one hundred fifty (150) pounds per acre.
For summer applications, "Stay Moist" moisture retention agent, or an approved
substitute, shall be added to the seed mix and applied at the rate of forty (40) pounds
per acre, or as directed by the Engineer.
Fertilizing: Fertilizer shall be applied to all erosion control seed areas. Fertilizer of the
following proportions and formulations shall be used:
Total Available Nitrogen N 10% (of which 50% is derived from 38%
slow release urea)
Available Phosphorus P205 4%
Available Potassium K20 6%
Fertilizer shall be applied at the rate of two hundred (200) pounds per acre. Fertilizer
shall be incorporated into the seed, mulch and water slurry and shall be applied as
specified under "seeding". In the event that additional fertilizer is required to establish a
uniform, healthy, thick stand of grass, the Engineer shall determine the method and rate
of application.
8-02.3(15) Mowing
Section 8-02.3(15) is supplemented with the following:
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
74
t
t
it
1
t
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
Mowings shall be done when lawn areas reach an average height of three (3) inches at
each mowing. Mowing shall be done by an approved "reel" type mower. Mower blade
shall be set at one and one-half (1-1/2) inches high for first, second and subsequent
mowings until completion of Plant Establishment for the project. Catch and dispose of
grass trimmings.
8-02.3(16) Reinforced Turf Paving
Section 8-02.3(16) is added as follows:
Submit 12" x 12" section of reinforced paving unit and manufacturer's data and
installation instructions for approval prior to installation. Install per manufacturer's
written recommendations.
8-02.4 Measurement
Section 8-02.4 is supplemented with the following:
" "Root Barrier" —18" Depth" will be measured by the linear foot.
"Root Barrier"— 24" Depth" will be measured by the linear foot.
"Reinforced Turf Paving" will be measured by the square foot.
8-02.5 Payment
Section 8-02.5 is supplemented with the following:
"Root Barrier" —18" Depth" per linear foot.
"Root Barrier"— 24" Depth" per linear foot.
"Reinforced Turf Paving" per square foot.
8-03 IRRIGATION SYSTEM
8-03.3(1) Layout of Irrigation System
Section 8-03.3(1) is supplemented with the following:
Layout of the system as shown on drawings is diagrammatic only. Follow as closely as
possible. Modify irrigation head locations as required to facilitate specified coverage
with plant material in place, utilities installed and other obstructions rectified. Full and
complete, 100% head to head irrigation coverage is required in seeded areas. The
shrub areas require 80% coverage. Make adjustments to layout of irrigation heads and
adjustments to zone pressure to achieve full coverage of irrigated areas without
overthrow onto roadways, sidewalks, or buildings. System shall meet minimum
pressure at last head in each zone as shown on drawings.
Heads immediately adjacent to walks or curbs shall have one (1) inch clearance
between head and walks of curbs unless otherwise noted. Contractor shall remove and
dispose of pavement (THAT PORTION FOR HEAD & PIPE ONLY) adjacent to curbs to
allow for one (1) inch clearance per the above.
Begin irrigation system work after finished grades have been established in the work
area. Complete irrigation system must be fully operational before any landscape
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
75
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
on
G.7
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
seeding or planting takes place., This includes the automatic controller. The initial Head
Coverage Test shall be prior to planting and the valves operated by the controller not
manually.
8-03.3(3) Piping
Section 8-03.3(3) is supplemented with the following:
All mainlines shall be a minimum eighteen (18) inches and lateral lines twelve (12)
inches below finished grade measured from the bottom of the pipe. Install lines in
straight common trenches. Pipe sleeves installed under pavement shall be installed per
Details shown on Plans and Specification Section 7-08 General Pipe Installation
Requirements.
Provide concrete thrust blocks where the mainline changes direction as at ells and tees
and where the irrigation. main terminates. Do not make mainline pressure tests for a
period of 36 hours following placement of concrete thrust blocks. Size and place blocks
to take thrust created by 200% of maximum internal water pressure.
Slope pipe at '/2 percent minimum toward drain valves. Clean interior of pipe before
installation. Keep pipe clean during and after lying by plugs or other means. No fittings
area to be closer than 6" apart. Set lines in common trenches whenever possible, side-
by-side, two lines maximum per trench.
8-03.3(6) Electric Wire Installation
Section 8-03.3(6) is supplemented with the following:
A here shown 11 of 1 Drawings, 1gs, electr IC wires shall be encased in PVC sleeves. Provide
one (1) extra control wire, yellow color, between each controller and farthest valve, each
direction north and south from controller.
Electric control wires shall be located under the pipe. The wire shall not be taped to the
pipe.
8-03.3(9) Backfill
Section 8-03.3(1) is supplemented with the following:
The trench bottoms and bedding material surrounding all pipes must be free of sharp
edged objects and rocks greater than one (1) inch in diameter.
8-03.3(9) As -Built Plans
Section 8-03.3(10) is supplemented with the following:
As -Built Plans shall be drafted in AutoCAD software and submitted to the Engineer in
digital CD format.
8-13 MONUMENT CASES
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
76
11
� I
[I
� I
� I
� I
� I
1 8-13.1 Description -
2
3 (***)
4 Section 8-13.1 is deleted and replaced by the following:
5
6 This work shall consist of furnishing and placing monument cases, covers, and pipes in
7 accordance with the Standard Plans and these Specifications, in conformity with the lines
8 and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied
9 surveyor.
10
11 8-13.2 Materials
12 Section 8-13.2 is supplemented with the following:
13
14 (March 13, 1995)
15 The pipe shall be Schedule 40 galvanized pipe.
16
17 8-13.3 Construction Requirements
18
19 (March 13, 1995)
20 The last paragraph of Section 8-13.3 is revised to read:
21
22 The Engineer will be responsible for placing the concrete core and tack or wire inside
23 the pipe.
24
25 (******)
26 Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
27
28 The monument will be furnished and set by the Engineer or by the Contractor supplied
29 surveyor.
30
31 When existing monuments will be impacted by a project, the Contractor shall be
32 responsible for assuring that a registered surveyor references the existing monuments
33 prior to construction. After construction is complete, the monuments shall be re -
34 established by the surveyor in accordance with RCW58.09.130.
35
36 8-13.4 Measurement
37
38 (March 13, 1995)
39 Section 8-13.4 is deleted and replaced by the following:
40
41 Measurement of monument case, cover, and pipe will be by the unit for each monument
42 case,. cover, and pipe furnished and set.
43
44
45
46 8-13.5 Payment
47
48 (April 28, 1997)
49 Section 8-13.5 is supplemented with the following:
50
51 "Monument Case, Cover, and Pipe", per each.
52
53 8-14 CEMENT CONCRETE SIDEWALKS
54
55 8-14.3(4) Curing
56 Section 8-14.3(4) is replaced with:
57
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 77
28 8-20.2 Materials
29
30 Section 8-20.2 is supplemented as follows:
31***�
32
33 luminairs shall be Lumec-Schreder Citea, 400 HPS
34 CTM-400HPS-EDI 8-MC3F-240-CTP-8-1 A-LTS1266A
35
36 Poles shall be aluminum taper poles with 40 -foot nominal mounting height and dark blue
37 in color, ATR106V-40-DE2-TX
38
39 Equipment List And Drawings
40
41 Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following:
42 The Contractor shall submit for approval six sets of shop drawings for each of the
43 following types of standards called for on this project:
44 1. Light standards with or without pre -approved plans.
45 2. Signal standards with or without pre -approved plans.
46 3. Combination Signal and lighting standards.
47 4. Metal Strain Poles.
48
49 Paragraph five of Section .8-20.2(l) is deleted.
50
51 Paragraph six of Section 8-20.2(1) is deleted.
52
53 Section 8-20.2(1) is supplemented as follows:
54 The luminairs standards shall be tapered aluminum poles
55
56 8-20.3(4) Foundations
57 Section 8-20.3(4) has been revised and supplemented as follows:
SW 27" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 78
1
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard'
2
Specifications shall prevail, except that white pigmented curing compound shall not be
3
used on sidewalks. The curing agent shall be applied immediately after brushing and
'
4
be maintained for a period of 5 days.
5
6
The Contractor shall have readily available sufficient protective covering, such as
7
waterproof paper or plastic membrane, to cover the pour of an entire day in the event of
'
8
rain or other unsuitable weather. During the curing period, all traffic, both pedestrian
9
and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional
10
time as the Engineer may specify.
11
'
12.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting
13
the newly placed concrete to prevent damage. Damaged, vandalized, discolored,
14.
stained, or unsightly concrete shall be removed and replaced at the expense of the
,
15
Contractor.
16
17
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
18
19
20
8-20.1 Description
21
Section 8-20.1 is supplemented with the following:
'
22
23
(**)
24
This work shall include the installation of a completed illumination system and
'
25
installation of traffic loops.
26
27
•
28 8-20.2 Materials
29
30 Section 8-20.2 is supplemented as follows:
31***�
32
33 luminairs shall be Lumec-Schreder Citea, 400 HPS
34 CTM-400HPS-EDI 8-MC3F-240-CTP-8-1 A-LTS1266A
35
36 Poles shall be aluminum taper poles with 40 -foot nominal mounting height and dark blue
37 in color, ATR106V-40-DE2-TX
38
39 Equipment List And Drawings
40
41 Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following:
42 The Contractor shall submit for approval six sets of shop drawings for each of the
43 following types of standards called for on this project:
44 1. Light standards with or without pre -approved plans.
45 2. Signal standards with or without pre -approved plans.
46 3. Combination Signal and lighting standards.
47 4. Metal Strain Poles.
48
49 Paragraph five of Section .8-20.2(l) is deleted.
50
51 Paragraph six of Section 8-20.2(1) is deleted.
52
53 Section 8-20.2(1) is supplemented as follows:
54 The luminairs standards shall be tapered aluminum poles
55
56 8-20.3(4) Foundations
57 Section 8-20.3(4) has been revised and supplemented as follows:
SW 27" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 78
1
1
2
3
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
Paragraph 11 is deleted.
Paragraph 13 is deleted.
The section is supplemented as follows:
The anchor bolts shall match that of the device to be installed thereon.
Where obstructions prevent construction of planned foundations, the Contractor shall
construct an effective foundation satisfactory to the Engineer.
The contractor shall provide all material for.and construct the foundations for and to the
dimensions specified in table 1 below. The anchor bolts shall match that of the device
to be installed thereon.
Table 1
Type of device
Street Light Pole
Signal Pole up to 40' mast arm
Signal Pole over 40' mast arm
Signal Controller
Street Light Control Cabinet
Special Base
Dimensions
4' Deep x 3' Sq or Dia.
7' Deep x 3' Sq or Dia.
See Detail Sheet
See Detail Sheet
See Detail Sheet
See Detail Sheet
All excess materials are to be removed from the foundation construction site and
disposed of at the contractor's expense.
Concrete shall be placed against undisturbed earth if possible. Disturbed earth or
backfill material shall be compacted to 95 percent of the material's maximum density.
Before placing the concrete the contractor shall block-out around any other
underground utilities that lie in the excavated base so that the concrete will not adhere
to the utility line. Concrete foundations shall be troweled, brushed, edged and finished
in a workmanship -like manner. Concrete shall be promptly cleaned from the exposed
portion of the anchor bolts and conduit after placement. Foundation shall all be Class
3000 concrete. After the specified curing period, the contractor may install the
applicable device thereon.
All concrete foundations shall be constructed in the manner specified below:
1. Where no sidewalks are to be installed, the grade for the top of the foundation
shall be as specified by the engineer. (See detail sheet)
2. Where sidewalk or raised islands are to be constructed as a part of this project,
the top of the foundation shall be made flush with the top of the sidewalk or
island. (See detail sheet)
All concrete foundations shall be located as per stationing on the plans or as located by
the engineer in the field.
8-20.3(5) Conduit
Section 8-20.3(5) is revised and supplemented as follows:
The paragraph requiring galvanized steel conduit at certain locations is deleted.
Galvanized steel conduit shall only be placed if so indicated in the plans.
Trench construction shall be per Section 8-20.3(2)
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
J U LY 2005 79
1
2
4
5
6
8
9,
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
When the Contractor encounters obstructions or is unable to install conduit because of
soil conditions, as determined by the Engineer, additional work by the Contractor to
place the conduit will be paid in accordance with Section 1-04.4. ,
Pull Wires shall be installed by the Contractor.
All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special
Provisions.
All conduit openings shall befitted with approved bell -ends or Bushings. Wall thickness '
of conduit shall be consistent within continuous conduit runs with no mixing of different
schedule types between terminations.
The contractor shall provide and install all conduit and necessary fittings at the locations
noted on the plans. Conduit size shall be as indicated on the wiring and conduit
schedule shown on plans.
Conduit to be provided and installed shall be of the type indicated below:
Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used
whenever the conduit is to be placed other than within the roadway area.
Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used
when the conduit is to be placed within the roadway area.
All joints shall be made with strict compliance to the manufacturer's recommendations
regarding cement used and environmental conditions.
8-20.3(6) Junction Boxes
Section 8-20.3(6) is supplemented by adding the following:
The contractor shall provide and install junction boxes, pull boxes, and cable vaults of
the type and size at the locations specified in the plans and as per detail sheets.
All junction boxes and associated concrete pads shall be installed on compacted sub
grade which shall include six inches of 5/8th-inch minus crushed surfacing top course
material installed under and around the base of the junction box. The junction box shall
include installation of a 4" thick Class "B" cement concrete pad enclosing the junction
box as per the plans, specifications and detail sheets. Concrete shall be promptly
cleaned from the junction box frame and lid.
All junction boxes shall have galvanized steel lids and frames.
The inscription on the covers of all junction boxes, pull boxes, and cable vaults shall be
as indicated below:
Street lighting only: "Lighting"
Signal only: "Signals"
Traffic signal and street lighting: "TS -LT"
Telemetry only: "Telemetry"
Fiber Optic only: "Fiber"
Intelligent Transportation Systems only: "ITS"
Inscriptions on junction boxes performing the same
throughout the project. All junction boxes shall be
provisions contained in the Standard Plans and Details.
11
11
1
function shall be consistent ,
installed in conformance with
8-20.3(8) Wiring
Section 8-20.3(8) is revised and supplemented with the following:
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
.41
F
[I
1
t
0
1
1
2
3
5
6
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
Splices to loop return cables shall be made with soldered compression type connectors.
All stranded wires terminated at a terminal block shall have an open end, crimp style
solderless terminal connector, and all solid wires terminated at a terminal block shall
have an open end soldered terminal connector. All terminals shall be installed with a
tool designed for the installation of the correct type of connector and crimping with
pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall
be trimmed and cabled together to make a neat, clean appearing installation. No
splicing of any traffic signal conductor shall be permitted unless otherwise indicated on
the plans. All conductor runs shall be attached to appropriate signal terminal boards
with pressure type binding posts.
-8-20,3(9) Bonding, Grounding
Section 8-20.3(9) is revised and supplemented as follows:
The fifth paragraph is deleted.
The sixth paragraph is deleted.
The following is added:
All street light standards, signal poles and other standards on which electrical
equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in
diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in
the nearest junction box. All signal controller cabinets and signal/lighting service
cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic
ground rod located in the nearest junction box with a bare copper bonding strap sized in
accordance with the plans, specifications and applicable codes.
Ground rods are considered miscellaneous items and all costs are to be included with
the system or conductors. Ground straps are also miscellaneous items unless a
separate pay item is provided in the "Schedule of prices."
8-20.3(10) Services Transformer, Intelligent Transportation System
Cabinet
Section 8-20.3(10) is revised and supplemented as follows:
Paragraph two is deleted.
Paragraph three is deleted.
The following is added:
Three types of power service are used as indicated below:
1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle A.C. (traffic
signal service only)
2. Type II, system shall be single phase 240 volt, 2 wire, 60 cycle A.C. (street
lighting non contactor, individual controlled photo -cell with no neutral wire)
3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street
lighting contactor/traffic signal, grounded neutral service)
The power service point shall be as noted on the plans and shall be verified by the
electrical servicing utility.
8-20.3(11) Testing
Section 8-20.3(11) is supplemented as follows:
Requests for traffic signal turn on will not be considered until a pre -turn on inspection of
signal system has taken place.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 81
1
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 82
1
All discrepancies and deficiencies must be corrected by the contractor and re -inspected
2
prior to requesting signal turn on date.
3
4
Requests for signal turn on shall not be considered until electrical service to the
5
intersection has been provided and has been energized by the electric utility.
6
A minimum of three (3) working days notice will be required for signal turn on.
'7
8
9
10
Channelization at the intersection must be complete per pian before requesting signal
date. Any deletions
turn on of channelization prior to turn on must be approved by the
'
11
engineer.
12
13
City forces shall provide, post and maintain proper signing warning of new signal ahead.
14
,15
Section 8-20.3(13)A is replaced with:
16
17
8-20.3(13)A Light Standards
18
19
Light standards shall be handled when loading, unloading, and erecting in such a
20
manner that they will not be damaged. Any parts that are damaged due to the
21
Contractor's operations shall be repaired or replaced at the Contractor's expense,
22
to the satisfaction of the Engineer.
'
23
24
Light standards shall not be erected on concrete foundations until foundations have
25
set at least 72 hours or attained a compressive strength of 2,400 psi, and shall be
26
raked sufficiently to be plumb after all load has been placed, or as otherwise
27
directed by the Engineer.
28
Light Standards shall be erected in accordance with section 8-20.3(4).
'29
30
31
All light standards for this project shall be 40' tapered aluminum poles
32
'33
34
8-20.3(14) Signal Systems
35
36
8-20.3(14)C Induction Loop Vehicle Detectors
'
37
Section 8-20.3(14)C is revised as follows:
38
11. Install sealant per Section 9-02.1(10).
39
8-20.3(14)D Test for Induction Loops and Lead-in Cable
,40
41
Section 8-20.3(14)D is supplemented by adding the following:
42
(******)
43
The Contractor shall keep records of field testing and shall furnish the engineer with
'
44
a copy of the results.
45
46
(NWR February 22, 2005)
47
Round Loops
,
48
Round loops shall be constructed in accordance with the following requirements:
49
50
1. Loop conductor and lead in cable shall conform to these Special
'
51
Provisions.
52
53
2. Round sawcuts shall be 6 feet in diameter and shall be constructed using
,
54
equipment designed for cutting round loops. The equipment shall use a
55
concave, diamond -segmented blade. The sawcuts shall be normal to the
56
pavement surface and shall be a minimum of 0.25 inches wide. The
'
57
sawcut depth shall be a minimum of 2 5/8 inches and a maximum of 3
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 82
1
�l
1
F,
inches measured at any point along the perimeter, except on bridge
2
decks. Other methods of constructing the round sawcut, such as
3
anchoring a router or flat blade saw, will not be allowed.
4
5
3. The bottom of the sawcut shall be smooth. No edges created by
6
differences in sawcut depths will be allowed.
7
8
4. All sawcut comers shall be rounded to a minimum 1.5 inch radius.
9
10
5. All sawcuts shall be cleaned with a 1000 psi high pressure washer as
11
certified by the manufacturer's label on the machine or as measured by an
12
in line pressure gauge. Wash water and slurry shall be vacuumed out and
13
the sawcut shall be blown dry with compressed air. Sawcutting shall be
14
subject to the requirements set forth in Section 1-07.5(3) and the
15
subsection Fish And Wildlife and Ecology Regulations of the Special
16
Provision LEGAL RELATIONS AND RESPONSIBILITIES TO THE
17
PUBLIC.
18
19
6. Loops shall be installed after all grinding and prior to paving the final lift of
20
asphalt.
21
22
7. The loop shall be constructed using four turns of conductor. The
23
conductor shall be installed one turn on top of the previous turn. All turns
24
shall be installed in a clockwise direction. The conductors shall be
25
secured to prevent floating with 2 -inch lengths of high temperature foam
26
backer rod sized for a snug fit. The backer rod shall be spaced at 2 -foot
27
intervals around the perimeter of the sawcut and at comers.
28
29
8. installation of the sealant shall completely encapsulate the loop
30
conductors. A minimum of 1 inch of sealant shall be provided between the
31
top of the conductors and the top of the sawcut. The top of the sealant
32
shall be flush to 1/8 inch below the top of the sawcut.
33
34
9. Use of kerosene solvent is prohibited.
35
36
(NWR February 22, 2005)
37
Existing Traffic Loops
38
The Contractor shall notify the City Traffic Engineer through the Engineer a
39
minimum of five working days in advance of pavement removal in the loop
40
areas.
41
42
If the Engineer suspects that damage to any loop may have resulted or
43
believes it possible that an existing loop is not operating adequately, the
44
Engineer may order the Contractor to perform the field tests specified in
45
Section 8-20.3(14)D. The test results shall be recorded and submitted to the
46
Engineer. Loops that fail any of these tests shall be replaced.
47
48
If advance loops are replaced, they shall be installed immediately ahead of or
49
behind the existing loops. The Contractor shall avoid cutting through the
50
existing loop conductors or lead-in cable.
51
SW 2fH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1
If replacement loops are not operational within 48 hours, the Contractor shall
2
install and maintain interim video detection at no additional cost to the
3
Contracting Agency until the permanent loops are in place. The type of interim
'
4
video detection furnished shall be approved by the Engineer prior to
5
6
installation.
'
7
(NWR August 9, 2004)
8
Test for Induction Loops and Lead-in Cable
9
Section 8-20.3(14)D is supplemented with the following:
'
10
it
An inductance level below 75 microhenries is considered a failure for a round
12
loop.
13
14
Test A - The resistance shall not exceed values calculated using the given
15
formula.
16
'
17
Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft
18
R = 3.26 x distance of lead-in cable (ftl
'19
20
1000 ft
21
22
8-20.4 Measurement
23
Section 8-20.4 is supplemented with the following:
24
25
(NWR November 16, 1995)
,
26
Replacement of existing loops will be measured per each complete installation.
27
28
(NWR August 5, 1996)
29
Boring casing of the kind and diameter specified will be measured by the linear foot for
30
the actual neat line -length in place.
31
32
(NWR September 16, 2002)
33
When shown as lump sum in the Plans or in the proposal as illumination system ,
34
no specific unit of measurement will apply, but measurement will be for the sum total of
35
all items for a complete system to be furnished and installed.
36
37
(NWR December 16, 2002)
38
8-20.5 Payment
39
Section 8-20.5 is revised to read:
40
41
Payment will be made in accordance with Section 1-04.1, for each of the following bid
42
items that are included in the proposal:
43
"Illumination ",
System lump sum.
,44
45
The lump sum contract price for "Illumination System ", shall be full pay for the
46
construction of the complete electrical system, modifying existing systems, or both,
47
as shown in the Plans and herein specified including excavation, backfilling,
48
concrete foundations, conduit, wiring, restoring facilities destroyed or damaged
49
during construction, salvaging existing materials, and for making all required tests.
50 All additional materials and labor, not shown in the Plans or called for herein and I
SW 27T" ST./STRANDER BLVD. CONNECTION ,
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 84
s
1
1
1
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
9a
which are required to complete the electrical system, shall be included .in the lump
sum contract price.
"Conduit Pipe In. Diam.", per linear foot.
The unit contract price per linear foot for "Conduit Pipe In. Diam." shall be full
pay for furnishing all pipe, pipe connections, elbows, bends, caps, reducers,
conduits, and unions; for placing the pipe in accordance with the above provisions,
including all excavation or jacking required, backfilling of trenches and pits,
restoration of vegetation disturbed by the operation, chipping of pavement, and
bedding of the pipe; and all other work necessary for the construction of the
conduit, except that when conduit is included on any project as an integral part of
an illumination or traffic signal system and the conduit is not shown as a pay item, it
shall be included in the lump sum price for the system shown.
(NWR December 15, 2003)
"Loop Replacement Type _", per each.
When traffic loops are replaced as described under Existing Traffic Loops, all
costs for replacement, along with associated testing of the new loops, shall be
included in the unit contract price per each for "Loop Replacement Type ".
(NWR April 3, 1996)
All costs for adjustment of junction boxes, both to the final grade and any grade
adjustments required for the various construction stages proposed in the Contract,
or for alternative stages proposed by the Contractor, shall be included in the lump
sum contract price for the associated electrical system.
30 8-22 PAVEMENT MARKING
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
Skip Center Line (Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a
24 -foot unit consisting of a 9 -foot line and a 15 -foot gap. Skip center strip is used as center
line delineation on two-lane or three -lane, two-way highways.
Double Yellow Center Line (Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4 -inch space. Double yellow
center stripe is used as center line delineation on multilane, two-way highways and for
channelization.
Approach Line (New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
through movements, to separate high occupancy vehicle lanes from general purpose lanes,
for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45 -
degree angle and 10 feet apart.
Lane Line (Replacement)
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 85
27 8-26.1 Description
28 This work shall consist of furnishing and installing removable aluminum bollards in
29 accordance with the Plans, Standard Plans, and these Specifications, at the locations shown
30 in the Plans or as staked by the Engineer.
31
32 8-26.2 Materials
33 The bollards shall be Renton Parks Removal Bollard, Seidelhuber Iron & Bronze Works, or
34 approved equal.
35
36 Post
37 Bollard posts shall be milled aluminum conforming to the size and thickness shown in
38 the plans..
39
40 Base
41 All base hardware shall be galvanized steel, conforming to the size and thickness
42 shown in the plans. The welding shall not interfere with the fit of the base with the post.
43
44
45
46 Concrete
47 Footings shall be constructed using concrete Class 3000.
48.
49 8-26.3 Construction Requirements
50 Bollards shall be constructed in accordance with the Standard Plans.
51
52 Bollards shall not vary more than 1/2 inch in 30 inches from a vertical plane.
53
54 8-26.4 Measurement
55 Measurement for bollards will be by the unit for each type of bollard furnished and installed.
56
57 8-26.5 Payment
58 Payment will be made in accordance with Section 1-04.1, for the following bid items:
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 86
1
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the
2
same direction. The broken or "skip" pattern shall be based on a 24 -foot unit consisting of a
3
9 -foot line and a 15 -foot gap.
,
4
5
Two Way Left Turn Line (Replacement)
6
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide,
7
separated by a 4 -inch space. The broken or "skip" pattern shall be based on a 24 -foot unit
8
consisting of a 9 -foot line and a 15 -foot space. The solid line shall be installed to the right of
9
the broken line in the direction of travel.
10
Crosswalk Line (Replacement)
,11
12
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk
13
stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
14
center of lanes. See detail sheet.
15
16
Stop Line (Replacement)
17
A SOLID WHITE line 24 inches wide as noted on the Contract plans.
18
19
8-22.3(5) Installation Instructions
20
Section 8-22.3(5) is revised as follows:
21
(*****)
22
A manufacturer's technical representative need not be present at the initial material
23
installation to approve the installation procedure.
24
25
BOLLARDS
26
April 4, 2005
27 8-26.1 Description
28 This work shall consist of furnishing and installing removable aluminum bollards in
29 accordance with the Plans, Standard Plans, and these Specifications, at the locations shown
30 in the Plans or as staked by the Engineer.
31
32 8-26.2 Materials
33 The bollards shall be Renton Parks Removal Bollard, Seidelhuber Iron & Bronze Works, or
34 approved equal.
35
36 Post
37 Bollard posts shall be milled aluminum conforming to the size and thickness shown in
38 the plans..
39
40 Base
41 All base hardware shall be galvanized steel, conforming to the size and thickness
42 shown in the plans. The welding shall not interfere with the fit of the base with the post.
43
44
45
46 Concrete
47 Footings shall be constructed using concrete Class 3000.
48.
49 8-26.3 Construction Requirements
50 Bollards shall be constructed in accordance with the Standard Plans.
51
52 Bollards shall not vary more than 1/2 inch in 30 inches from a vertical plane.
53
54 8-26.4 Measurement
55 Measurement for bollards will be by the unit for each type of bollard furnished and installed.
56
57 8-26.5 Payment
58 Payment will be made in accordance with Section 1-04.1, for the following bid items:
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 86
1 1
2 "Removable Aluminum Bollard", per each.
3
� I
1
I
1
'J
Ifs
SW 2f" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 87
1
2 DIVISION 9
3 MATERIALS
4
5 9-02 BITUMINOUS MATERIALS
IX
7 Section 9-02.1(10) is a new section:
8 (*****)
9 9-02.1(10) Loop Sealant (RC)
10 Unless specified otherwise in the contract or permitted by the Engineer upon request
11 from the Contractor, loop sealant shall be hot -melt, rubberized asphalt sealant (Crafco
12 Loop Detector Sealant or approved equal), shall meet the penetration, flow and
13 resilience specifications of ASTM D3407.
14
15 The Contractor shall request and obtain approval from the Engineer for the type of loop
16 sealant to be used before installing detector loops and shall submit manufacturer
17 cutsheets or other data if requested by the Engineer in order to enable the Engineer to
18 determine the acceptability of the sealant.
19
20 9-03 AGGREGATES
21 (January 5, 2004)
22
9-03.8(2) HMA Test Requirements
23
Section 9-03.8(2) is supplemented with the following:
24
25
ESAL's
26
The number of ESAL's for the design and acceptance of the HMA
shall be "** $$1$$ "**
27
million.
28
29
9-03.8(7) HMA Tolerances and Adjustments
30
Item 1 is deleted and replaced with:
31
(****)
32
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-
33
04.3(7)A, the constituents of the mixture at the
time of acceptance shall
34
conform to the following tolerances:
35
Nonstatistical Commercial
36
Evaluation
Evaluation
37
Aggregate, percent passing
38
1" 3/a" '/2", and 3/8" sieves ±6%
±8%
39
U.S. No. 4 sieve ±6%
±8%
40
U.S. No. 8 sieve ±6%
±8%
41
U.S. No. 16 sieve ±4%
±6%
42
U.S. No. 30 sieve ±4%
±6%
43
U.S. No. 50 sieve ±4%
±6%
44
U.S. No. 100 sieve •±3%
±5%
45
U.S. No. 200 sieve ±2.0%
±3.0%
46
Asphalt Binder ±0.3%
±0.7%
47
48
VMA I% below minimum value in 9-03.8(2)
49
VFA min. and max. as listed in 9-03.8(2)
50
Va 2.5% minimum and 5.50/o maximum
SW 27TH STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 88
1
1
s
1
t
U
t
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
UZI
47
48
49
50
51
52
53
54
55
These tolerance limits constitute the allowable limits as described in Section 1-06.2.
The tolerance limit for aggregate shall not exceed the limits of the control points section,
except the tolerance limits for sieves designated as 100% passing will be 99-100.
9-06 STRUCTURAL STEEL AND RELATED MATERIALS
9-06.5(4) Anchor Bolts
Section 9-06.5(4) has been supplemented by adding:
All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles,
strain poles or other types of poles shall meet the recommended specifications of the
pole manufacturer. The Contractor shall be responsible for providing to the Engineer
any and all data concerning fabrication, strength test results, mill certification and other
data required to confirm that the anchor bolts meet those specifications.
The following standard specifications shall apply to anchor bolts for street light, signal
and strain poles provided that the Contractor can submit documentation from the
manufacturer affirming that anchor bolts meeting these specifications are recommended
for the pole to be installed thereon:
1. The standard anchor bolt for aluminum street light poles shall be 42
inches in length and shall meet the requirements of ASTM A 36 or ASTM A
307. The shaft of the anchor bolt shall be a full one inch in diameter with
a hot forged four inch "L" bend on the bottom end and a minimum of six
inches of die -cut threads on the top end.
2. The anchor bolts for signal poles and strain poles shall meet the
specifications as designated on the approved manufacturer's pole plans
and/or supplemental plans or specifications provided by the manufacturer.
All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and
shall be hot dipped galvanized unless such galvanization is not permitted for the type of
steel as per Section 9-06.5(4).
9-08 PAINTS
Section 9-08.8 is a new section and subsections:
9-08.8 Manhole Coating System Products
9-08.8(1) Coating System Specification
The following coating system specifications shall be used for coating (sealing) interior
concrete (including the channel) surfaces of sanitary sewer manholes when required.
Coating System Specification
A. General
1. Buried Manhole
2. Surface Color Paint System
Buried, and White C-1
exposed
concrete
surfaces.
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1
9-08.8(2)Coating Systems
2
A. High Solids Urethane
3
Coating System: Cl
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface In accordance with SSPC
Preparation: SP -7 (Sweep or brush off
blast)
Application: Shop/Field The drying
time between coats shall
not exceed 24hours in
any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of
Wasser MC-Conseal high
solids urethane (2.0 DFT)
Finish: Two or more
coats of Wasser MC-
Conseal (min. 4.0 DFT)
4
5
9-14 EROSION CONTROL
6
8
9-14.1(1) Topsoil Type A
9
Section 9-14.1(1) is supplemented with the following:
10
11
A. Topsoil Type A mix shall be a mixture of compost and sand.
12
13
1. Compost shall comply with requirements of 9-14.4(8).
14
2. Sand shall be "Washed Building Sand" and meet the following chemical and
15
mechanical analysis:
16
Size Sieve Percent
No. 4 ASTM E-11 Passing
No. 270 ASTM E-11 100
0-2
17
PERMISSIBLE RANGE
18
19
a. Salinity (millimhos per centimeter of
20
saturation extract @ 25°C) Nil — 3.0
21
22
b. Boron (saturation extract
23
concentration) Nil — 1.0 ppm
24
25
c. Sodium (sodium absorption ratio — SAR) Nil — 6.0
26
27
B. Topsoil Type A shall be a two-way mix soil consisting of one-half (1/2) sand and one-half
28
(1/2) compost by volume, thoroughly mixed together. Mixed soil shall have pH range of
29
5.0 to 6.5 with dolomite limestone added as necessary to attain this range. Contractor
30
shall send minimum of one (1) representative sample of MIXED SOIL to an approved
31
soil -testing laboratory (state or commercial laboratory) to determine FERTILITY
32
ANALYSIS (to determine magnesium, nitrogen, potassium, phosphorus levels, calcium,
33
minor elements, soluble salts/conductivity and pH). The results shall be submitted to
SW 27T" STJSTRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 90
1
1
1
1
1
1
t
r
t
1
f
Fj
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
310
32
33
34
35
36
37
38
the Engineer (WITH TEST RESULTS AND LABORATORY RECOMMENDATIONS FOR
ORNAMENTAL PLANT GROWTH) for approval prior to use on the project site. The
Contractor shall be responsible for whatever soil additives may be required, as
recommended by the testing laboratory. The cost for testing and soil additions must be
borne by the Contractor.
C. Submit sand and mixed soil laboratory tests and supplier's certification of material for
Engineer's review and approval prior to use on project site.
9-14.1(4) Topsoil Type D
Section 9-14.1(4) is added as follows:
A. Topsoil Type D mix shall be:
A two foot thick layer of soil with a minimum organic content of 5 and a minimum
cation exchange capacity (CEC) of 5 millequivalents/100 gram. Organic content shall
.be measured on a dry weight basis using ASTM D2974. Cation exchange shall be
determined using EPA laboratory method 9081. Certification by a soils testing
laboratory that imported soil meets the organic content and CEC criteria shall be
provided to the local approval authority. The soil shall be tested at one sample per
1,000 square feet of facility area. Each sample shall be a composite of subsamples
taken throughout the depth of the treatment layer (usually two to six feet below the
expected facility invert.) Animal manures used shall be sterilized due to potential of
bacterial contamination of groundwater.
B. Submit sand .and mixed soil laboratory tests and supplier's certification of material for
Engineer's review and approval prior to use on project site.
9- i 4.2 meed
Section 9-14.2 is supplemented with the following:
Erosion Control Seed Mix shall consist of Sunmark Seeds, Streambank hydroseed mix
or approved equal as follows:
Bromus carinatus
Upland Meadow Seed Mix shall consist of Sunmark Seeds, Streambank Plus hydroseed
mix or approved equal as follows:
Name
Red Fescue
Festuca rubra rubra
California Brome
Bromus carinatus
Proportion by
Weight
50%
20%
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
91
Proportion by %
Purity
95%
95%
Proportion by %
Germination
90%
90%
Proportion by
Proportion by %
Proportion by %
Name
Weight
Purity
Germination
Blue Wildrye
60%
95%
90%
Elymus glaucus
Red Fescue
30%
95%
90%
Festuca rubra rubra
California Brome
10%
95%
90%
Bromus carinatus
Upland Meadow Seed Mix shall consist of Sunmark Seeds, Streambank Plus hydroseed
mix or approved equal as follows:
Name
Red Fescue
Festuca rubra rubra
California Brome
Bromus carinatus
Proportion by
Weight
50%
20%
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
91
Proportion by %
Purity
95%
95%
Proportion by %
Germination
90%
90%
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Blue Wildrye 20% 95% 90%
Elymus glaucus
Large leaf lupine 20% 95% 90%
Lupinus polyphyllus
9-14.3 Fertilizer
Section 9-14.3 is supplemented with the following:
General: Fertilizers must be delivered to job sites, mixed as specified, and in standard
size unopened containers showing weight, analysis,. and name of manufacturer.
Material shall be uniform in composition, free-flowing, and suitable for application by
mechanical equipment. All elements shall be protected from the weather, particularly
_moisture, both on and off the job site.
Fertilizer for topsoil shall be per Specification Section 9-14.1(1) Topsoil Type "A".
9-14.6(5) inspection
Section 9-14.6(5) is supplemented with the following:
The review and approval of all plant materials by the Engineer, prior to planting, is
mandatory. The Contractor shall submit plant samples to the Engineer's office and/or
have samples available at the project site for review during scheduled site visits.
The Contracting Agency reserves the right to reject, through his/her agent, any or all
plant material at any time until final inspection and acceptance. Contractor is to remove
rejected plant,-> immediately from site.
9-14.6(7) Temporary Storage
Section 9-14.6(7) is supplemented with the following:
Ball and burlapped plants that cannot be planted within one (1) day after arrival are to
be heeled -in or otherwise temporarily stored, as specified and in accordance with
accepted horticultural practice and as specified herewithin.
9-14.6(8) Sod
Section 9-14.6(8)is supplemented with the following:
Sod shall be one year old from a seeding of 65% Perennial Turf Type Ryegrass, and
35% Fine Fescue. Cut one (1) inch or less in mowing height prior to being lifted from
field. Sod shall be dense, in vigorous condition, dark green in color, and free from
disease and harmful insects Sod shall be non -netted. Netted sod shall be rejected.
9-14.8 Root Barrier
Section 9-14.8 is added as follows:
SW 27TH ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 92
u
1
t
1
1
t
i
[l
r
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
Root barrier shall be "Deep Root" polypropylene panels, eighteen (18) or twenty-four
(24) inch panels as noted on Plans or approved equal. Supplied by RG Sales,
Woodinville, WA; Telephone: (425) 481-1213.
9-14.9 Reinforced Turf Paving
Section 9-14.9 is added as follows:
Reinforced turf paving units shall be Grasspave2 available from Invisible Structures Inc.,
or approved equal, size 1 inch depth. Associated fill material to be clean washed sharp
concrete sand. Geotextile fabric of 100% polypropylene needle -punched engineering
fabric to be non -woven, by Northwest Linings, (253) 872-0244 or approved equal.
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash (RC)
Section 9-23.9 is revised as follows:
Fly ash shall not be used around water lines.
9-29 ILLUMINATION, SIGNALS, ELECTRICAL
9-29.1 Conduit (RC)
Section 9-29.1 is supplemented by adding the following:
The conduit P.V.C. - non-metallic shall be of the two types indicated below:
1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be used in
all installations under roadways.
2. Schedule 40 heavy .all D\ .0. conforming to ACTINI + and ardJ
.
9-29.2 Junction Boxes (RC)
Section 9-29.2 is supplemented with:
Junction boxes shall be reinforced concrete with galvanized steel from anchored in place
and galvanized steel cover plate (Diamond pattern) as indicated on detail sheets.
The inscriptions on the covers of the junction boxes shall be as follows:
1. Signal only: "Signals"
2. Street Lighting only: "Lighting"
3. Traffic Signal and Street lighting Facilities: "TS -LT"
4. Fiber Optic — "ITS"
Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal,
or both, shall be consistent throughout the project. All junction boxes shall be installed in
conformance with provisions contained in the standard plans and detail sheets.
The above inscriptions shall not be higher than the top surface of the cover plates.
9-29.3 Conductors, Cable
Section 9-29.3 is revised and supplemented as follows:
Supplement:
Each wire shall be numbered at each terminal end with a wrap-around type numbering strip
bearing the circuit number shown on the plans.
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
IN
1 The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to
2 complete the installation of the signal and lighting equipment as shown on the plans. All
3 materials and installation methods, except as noted otherwise herein, shall comply with
4 applicable sections of the National Electrical Code.
5
6 Revisions:
7 8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with
8 chemically cross-linked polyethylene type RHH-RHW insulation of code thickness.
9
10 11. Communications cable shall meet REA specification PE -39 and shall have No. 19
11 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall
12 have a petroleum compound completely filling the inside of the cable.
13
14 Supplement:
15 The shielded communications/signal interconnect cable shall meet the following:
16 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg.
17 2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone
18 industry color coding.
19 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays
20 (twist lengths) to minimize cross talk and meet strict capacitance limits.
21 4. Shielding: A corrosion/oxidation resistant tinted ethylene copolymer coated (both
22 sides) .008" thick corrugated aluminum tape shield is applied longitudinally with
23 shielding coverage. A .005 corrugated tape applied in the same manner is
24 acceptable.
25 5. Outer jacket: A black, low density high molecular weight virgin polyethylene
26 (compounded to withstand sunlight, temperature variations and other
27 environmental conditions plus abuse during installation) is extruded overall to
28 provide a continuous covering.
29 6. Footage markings: footage markings must be printed sequentially a minimum of 2'
30 along the outer jacket.
31 7. Filling: the entire cable within the outer jacket is flooded with petroleum -
32 polyethylene gel filling compound including the area between the outer jacket and
33 the shield
34
35 9-29.9 Ballast, Transformers
36 Section 9-29.9 is supplemented by adding the following:
37 (******)
38 The Ballast shall be pre -wired to the lamp socket and terminal board.
39
40 9-29.10 Luminaires
41 Section 9-29.10 is supplemented by adding the following:
43 The filter shall be charcoal with elast-omer gasket.
44 Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate
45 refractor.
46 The manufacturer's name or symbol shall be clearly marked on each luminaire.
47
48 9-29.11(2) Photoelectric Controls
49 Section 9-29.11(2) is replaced with:
50
51 Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz.
52 The unit shall consist of a light sensitive element connected to necessary control relays.
53 The unit shall be so designed that a failure of any electronic component will energize
54 the lighting circuit.
55
56 The photo cell shall be a solid state device with stable turn -on values in the temperature
57 range of -55 degrees C to +70 degrees C. The photo cell shall be mounted externally
58 on top of the luminaire. In a contactor controlled system, the photo cell to control the
59 system shall be mounted on the luminaire nearest to the service/contactor cabinet. The
SW VT" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 94
1
be "ON" 1,000
photo cell shall capable of switching watts of incandescent load as a
2
minimum.
i
3
4
9-29.24 Service Cabinets
5
Section 9-29.24 is replaced by the following:
6
(******)
7
The signal/street lighting service cabinet shall be as indicated on the contract plans and
8
detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or
9
brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge
10
used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the
11
continuous concealed piano type and no screws, rivets or bolts shall be visible outside the
:12
enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall
13
have ventilation louvers on the lower and upper sides complete with screens, filters and
14
have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene
15
gasket.
16
17
9-29.24(1) Painting
18
Section 9-29.24(1) is replaced with the following:
19
20
The finish coat shall be a factory baked on enamel light grey in color. The galvanized
21
surface shall be etched before the baked on enamel is applied. The interior shall be
22
given a finish coat of exterior grade of white metal.enamel.
23
24
Painting shall be done in conformance with the provisions of Section 8-20.3(12).
25
26
9-29.24(2) Electrical Circuit Breakers and Contactors
27
Section 9-29.24(2) is deleted and replaced with the following:
28
29
(******)
The electrical circuit breakers and contactors shall be as indicated on the contract plans
30
and detail sheets. The following equipment shall be featured within the cabinet.
31
1. Main circuit breaker
32
2. Branch circuit breakers
33
3. Utilitv plug (120 volt -20 Amp rated) G_F.I. Type
34
4. Light control test switch (120 volt -15 Amp)
35
5. Contactor relay for each circuit
36
6. Double pole branch breaker(s) for lighting circuits (240 volt)
37
7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs)
38
8. Type 3 -single phase 120/240 volt grounded neutral service
39
9, One 120 volt 40 Amp single pole branch breaker (signal service)
40
10. Complete provisions for 16 breaker poles
41
11. Name plates phenolic black with white engraving except the main breaker
42
which shall be red with white lettering. All name plates shall be attached by
43
S.S. screws.
44
12. Meter base sections are unnecessary
45
46
9-30 WATER DISTRIBUTION MATERIALS
47
48
9-30.1(1) Ductile Iron Pipe (RC)
49
Section 9-30.1(1) is revised as follows:
50
51
1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA
52
C151. Ductile iron pipe shall have a cement -mortar lining meeting the
53
requirements of AWWA C104. . All other ductile iron pipe shall be Standard
54
Thickness Class 52 or the thickness class as shown in the Plans.
55
56
9-30.3(1) Gate Valves (3inches to 12 inches)
57
Section 9-30.3(1) is replaced with:
58
(******)
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 95
1
2
4
6
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
Valves shall be designed for a minimum. water operating pressure of 200 PSI. G
g p g p ate
valves shall be Iowa List 14, Mueller Company No. A2380, Kennedy, or M&H.
Approval of valves other than models specified shall be obtained prior to bid opening..
All gate valves less than 12" in diameter shall include an 8" x,24" cast iron gate valve
box and extensions, as required. All 12" diameter and larger gate valves shall be
installed in a vault. See Water Standard Detail for 12" gate valve assembly vault and 1"
bypass installation.
Gate valves shall conform to AWWA C500 and shall be iron body, bronze -mounted,
double disc with bronze wedging device and O-ring stuffing box.
Resilient Seated Gate Valves:
Resilient seated gate valves shall be manufactured to meet or exceed the requirements
of AWWA Standard C509 latest revisions.
All external and internal ferrous metal surfaces of the gate valve shall be coated for
corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory
applied to all valve parts prior to valve assembly and . shall meet or exceed the
requirements of AWWA Standard C-550 latest revision. Valves shall be provided with
two (2) internal O-ring stems seals. The valves shall be equipped with one (1) anti -
friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-
directional flow. The stem shall be independent of the stem nut or integrally cast.
Manufacturers of Resilient Seated gate Valves shall provide the City on request that the
valve materials meet the City specifications.
Valves shall be designed for a minimum water operating pressure of 200 psi.
End connections shall be mechanical joints, flanged joints or mechanical by flanged
joints as shown on the project plans.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067,
Mueller Series 2370, Kennedy.
Approval of valves other than model specified shall be obtained prior to bid opening. All
gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve
box and extensions, as required.
All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass
assembly and shall be installed in a concrete vault per City of Renton Standard Details,
latest revision.
9-30.3(3) Butterfly Valves
Section 9-30.3(3) is supplemented by adding the following:
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
9-30.3(5) Valve Marker Posts
Section 9-30.3(5) has been deleted and replaced with the following:
The valve markers shall be fabricated and installed in conformance with the Standard
Drawings.
Valve markers shall be carsonite composite utility marker .375"x 6'-0" or approved equal
with blue label "water."
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
0.
1
1
i
1
[i
1
r
f
t
1 9-30.3(7) Combination Air Release/Air Vacuum Valves
2 Section 9-30.3(7) has been supplemented as follows:
3 (*****)
4 Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy -Duty,"
5 combination air release valve, or equal.
6
7 Installation shall be per the City of Renton Standard Detail, latest revision.
8
9 Piping and fitting shall be copper or brass. Location of the air release valve as show on
10 the plans is approximate. The installation shall be set at the high point of the line.
11
12 9-30.3(8) Tapping Sleeve and Valve Assembly
13 Section 9-30.3(8) is revised as follows:
14
15 Tapping sleeves shall be cast iron, ductile iron epoxy -coated steel, or other approved
16 material.
17
18 Section 9-30.3(9) is a new section:
19 (******)
20 9-30.3(9) Blow -Off Assembly
21 Permanent blow -off assembly shall be #78 Kupferle Foundry Co. or approved equal.
22 Installation of blow -off permanent blow -off assembly shall be per City of Renton Water
23 Standard Detail, latest revision. Pipe and fittings shall be galvanized. Blow -off
24 assembly shall be installed at location(s) shown on the plans. Temporary blow -off
25 assembly on new dead-end water main shall be installed at location shown on the
26 plans.
27
28 Temporary blow -off assemblies for testing and flushing of the new water mains will not
29 be included under this item and shall be considered incidental to the contract and no
30 additional payment shall be made.
31
32 9-30.5 Hydrants
33 CPctinn 9-30.5 is supplemented by grlriinn thin following: _
35 Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal
36 conforming to AWWA C-502-85. Approval must be obtained prior to bid opening.
37
38 Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H
39 929, Mueller Super Centurion 200, conforming to AWWA C-502-85.
40
41 9-30.5(1) End Connections (RC)
42 Section 9-30.5(1) is supplemented by adding the following:
43 (******)
44 Hydrants shall be constructed with mechanical joint connection unless otherwise
45 specified in bid proposal description.
46
47 9-30.5(2) Hydrant Dimensions
48 Section 9-30.5(2) is replaced with the following:
49
50 Fire hydrants shall be Corey type (opening with the pressure) or compression type
51 (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical
52 joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose
53 nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper
54 nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside
55 diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4"
56 pentagon operating nut opened by turning counter clockwise (left).
57
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
97
1
2
3
4
5
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating
nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted
with suitable neoprene gaskets for positive water tightness under test pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz.
Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat
anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees
apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic
molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated
stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants,
latest revisions.
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B has been modified as follows:
Polyethylene pipe shall not be used.
9-30.6(4) Service Fittings
Section 9-30.6(4) has been revised as follows:
Fittings used for copper tubing shall be compression type with gripper ring.
9-30.6(5) Meter Setters
Section 9-30.6(5) has been supplemented as follows:
Meter setters shall be installed per the City of Renton Standard Details for water meters,
latest revision.
APPEND10ES
(July 12, 1999)
The following appendix is attached and made a part of this contract:
APPENDIX A:
Log of Test Borings, Page _ through Page _.
STANDARD PLANS
April 4, 2005
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-
01 transmitted under Publications Transmittal No. PT 05-012, effective April 4, 2005 is made
a part of this contract.
The Standard Plans are revised as follows:
All Standard Plans
All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to
read "Hot Mix Asphalt".
All references in the Standard Plans to the abbreviation "ACP" shall be revised to read
"HMA".
C-1 Sheet 2
The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and to 7/8"
from 1 ".
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
C-11 b Sheets 1 and 2
In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE
FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to
CONCRETE CLASS 4000.
In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding
symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints,
and the 1/2" End Gussets have 1/2" fillet weld joints.
C -14f
In -SECTION "A", the reference to SEE STD. PLAN C -14b is revised to SEE STD. PLAN
C -14e.
C -14a
In SECTION "A" .and SECTION "B", the reference to SEE STD. PLAN C -14b is revised
to SEE STD. PLAN C -14e.
D -2k Sheet 2
In the "BAR B" detail, all references to "button head" are revised to read "cone head"
D -2n Sheet 2
In DETAILA, the specification for 1/4" Anchor bolt is revised to 1 1/4" Anchor bolt.
In the BASE PLATE DETAIL the reference to AASHTO M 183 is revised to ASTM A 36.
In the "BAR B" detail, all references to "button head" are revised to read "cone head".
K-1 through K-27
These plans shall not be used on projects administered by WSDOT.
The following are the Standard Plan numbers applicable at the time this project was
advertised The date shown With path plan Is the publ,cat;on approval date shown in the
lower right-hand corner of that plan. Standard Plans not having this date shall not be used in
this contract.
A-1 .....................5/13/02
A-3 ..................... 5/30/02
A-5 .................. 2/24/03
A-2 .....................5/09/02
A-4 ..................... 3/07/97
A-6 ..................
2/24/03
B-1 .....................7/21/03
B -4g ................... 7/18/97
B -20d
.............. 6/30/04
B-1 a ....................6/23/04
B -4h ................... 5/09/97
B-21 ................
7/18/97
B-1 b ....................6/23/04
B-7 ...................
11/23/04
B-21 a..............8/10/98
B-1 e ....................5/20/04
B -7a ...................
2/09/05
B-22 ................
7/21/03
B-1 z ....................6/23/04
B-8 .....................
6/23/04
B -22a
.............. 8/01 /97
B-2 .....................2/25/05
B -8a ...................
6/23/04
B -23a
.............. 2/25/05
B -2a
....................2/25/05
B-9 ...................
11/23/04
B -23b
.............. 2/25/05
B -2b
....................6/17/02
B -9a .................
11/23/04
B -23c
.............. 5/20/04
B -2c
....................6/17/02
B -9b .................
11/23/04
B -23d
.............. 5/09/97
B -2d
....................6/17/02
B -9c .................
11/23/04
B-25 ................
6/30/04
B -2e
....................2/25/04
B -9d .................
11/23/04
B-26 ................
7/18/97
B-3 .....................1 /28/02
B-11 ...................2/25/05
B-27 ................
8/01 /97
B -3a
....................5/09/97
B-13 ...................
2/25/05
B-28 ..............
10/06/99
B -4b
....................2/09/05
B-18 ...................
2/25/05
B-29 ................
4/24/98
B -4c
....................2/09/05
B -18a .................
5/09/97
B-30 ................
8/10/98
B -4d
....................9/16/02
B -18b .................
7/18/97
B-34 ................
3/03/05
B -4f .....................5/09/97
B-19 ...................
5/30/97
C-1 ...................10/31/03
C -2t ...................3/03/05
C -8d ................
5/20/04
C-1 a
...................7/31/98
C-3 ..................10/31/03
C -8e ................
6/24/02
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
.q.q
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
C-1 b
.................10/31 /03
C-1 c ....................5/30/97
.................10/06/99
C-1 d
.................10/31 /03
C-2 .....................1
/06/00
C -2a
...................7/17/98
C -2b
...................6/12/98
C -2c ....................
2/20/03
C -2d
...................5/22/98
C -2e
...................3/07/97
C -2f ....................3/14/97
D -2e
C -2g
...................7/27/01
C -2h
....................3/28/97
C-2 i .....................
3/28/97
C -2j .....................
6/12/98
C-2 k ....................
7/27/01
C -2n
...................7/27/01
C -2o
...................7/13/01
C -2p
.................10/31/03
C -2q
...................3/03/05
C -2r ....................3/03/05
..................7/17/98
C -2s ....................
3/03/05
D-1 a
...................1 /23/02
D-1 b
.................10/06/99
D-1 c ..................10/06/99
/03
D-1 d
.................10/06/99
D-1 e
...................1 /23/02
D-1 f ..................10/06/99
..................2/25/05
D -2a
...................3%14/97
D -2b
...................3/14/97
D -2c .................... 3/14/97
D -2d
...................3/14/97
D -2e
...................3!14/97
D -2f ....................3/14/97
D -2g
...................3/14/97
D -2h
...................3/14/97
C -3a
................10/31 /03
C -3b
................10/31 /03
C -3c .................10/31
/03
C -3d
..................3/03/05
C-4 ....................
7/13/01
C -4a
..................2/25/05
C -4b
..................6/23/00
C -4e
..................2/20/03
C -4f ...................6/30/04
C -14a ..............7/26/02
C-5 ..................10/31
/03
C-6 ....................5/30/97
C -14c ..............
C -6a
..................3/14/97
C -6c ...................1
/06/00
C -6d
..................5/30/97
C -6f ...................7/25/97
C-148 ............
C-7 ..................10/31
/03
C -7a
................10/31 /03
C-8 ....................4/27/04
C -14j .............12/02/03
C -8a
..................7/25/97
C -8b
..................7/17/98
C -8c ...................5/30/97
D -2i ....................3/14/97
F-1 a
D -2j ....................
3/14/97
D -2k ...................3/14/97
F -2a
D-21 ....................
3/14/97
D -2m .................3/14/97
..................8/18/04
D -2n ..................3/14/97
..................8/18/04
D -2o ..................3/14/97
................12/15/04
D -2p ..................3/14/97
8/27/03
D -2q ..................3/14/97
C -14a ..............7/26/02
D -2r ...................3/14/97
C -14b ..............
D -2s ...................3/14/97
C -14c ..............
D -2t ...................3/14/97
C -14d ..............7/26/02
D -2u ..................3/07/97
C -14e ..............7/26/02
D -2v ...................3/07/97
C -14f ...............
E-1 .....................7/25/97 E-4 ..................... 8/27/03
E-2 .....................5/29/98 E -4a ................... 8/27/03
F-1 ....................12/ 17/02
F-1 a
..................12/17/02
F-2 ......................
8/27/99
F -2a
.................... 6/23/04
F-2 b
.................... 2/09/05
G-1 .....................
9/12/01
G-2 .....................
6/04/02
G -2a ...................6/04/02
/1.3/03
G-3 .....................
6/04/02
G -3a ...................6/04/02
..................8/18/04
G -4a ...................5/20/04
..................8/18/04
G -4b ...................6/30/04
................12/15/04
G-6 .....................
8/27/03
H-1 .....................1 /10/02
H-1 a ...................4/14/00
H -1b ...................3/04/05
H-1 c ....................3/04/05
F -2c ...................6/23/04
..................8/27/03
F -2d ...................6/23/04
..................8/27/03
F-3 .....................1
/1.3/03
F -3a ...................2/09/05
................12/15/04
F -3b ...................2/09/05
..................8/18/04
G -6a
..................8/27/03
G -6b
..................8/27/03
G-7 ....................
7/18/97
G -8a
................12/15/04
G -8b
..................8/18/04
G -8c
..................8/18/04
G -8d
................12/15/04
G -8e
..................8/18/04
H-4 .................... 8/18/04
H -4a ..................2/25/05
H -4b ..................2/25/05
H-6 ..................10/29/03
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005
100
C -8f ................. 6/30/04
C-10 ................
7/31/98
C-11 ................5/20/04
9/12/97
C-11 a ..............
5/20/04
C-11 b ..............
5/20/04
C-12 ................7/27/01
6/30/04
C-13 ................4/16/99
6/30/04
C-13 a ..............
4/16/99
C -13b ..............4/16/99
6/19/98
C -14a ..............7/26/02
C -14b ..............
7/26/02
C -14c ..............
7/26/02
C -14d ..............7/26/02
C -14e ..............7/26/02
C -14f ...............
7/26/02
C-148 ............
10/31 /03
C-14 h............12/02/03
C -14i .............12/02/03
C -14j .............12/02/03
D -2w ...............3/07/97
D -2x ................
3/07/97
D -2y ................
9/12/97
D-3 ............. .....
6/30/04
D -3a ................
6/30/04
D -3b ................
6/30/04
D -3c ................
6/30/04
D-4 ................
12/11/98
D-6 ..................
6/19/98
D-7 ................10/06/99
D-7a..............10/06/oa
D-9 ................12/11
/98
E-5 ..................5/29/98
F -3c
................2/09/05
F -3d
................2/09/05
F -3e
.................2/09/05
F-4 ..................1
/13/03
G -8f
................6/30/04
G -8g
...............6/30/04
G -9a
...............6/25/02
G -9b
................2/09/05
G -9c
..............11 /23/04
G -9e
...............2/09/05
H-10 ................
5/29/98
H-12 ................2/25/05
H -12a ..............2/25/05
H-12 b ..............2/25/05
I p
t
1
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
H -1d ...................1/10/02
H-7 .................... 8/10/98
H-13 ................ 2/25/05
H-1 e ...................4/14/00
M-1.60-00
H-8 ....................9/18/98
M-1.80-00
H -13a .............. 2/25/05
H-2 .....................3/04/05
........... 2/25/05
H-9 ....................
4/18/97
H-14 ................ 2/09/05
1-1 .......................
7/18/97
1-6 ......................
7/17/03
1-11 .................
9/11/03
1-2 .......................
4/23/99
1-7 ......................
7/17/03
1-12 ................. 7/17/03
1-3 .......................8/20/99
1-8 ......................
7/17/03
1-13 .................
7/17/03
1-4 .......................
7/17/03
1-9 ......................
7/17/03
1-14 .................
7/17/03
1-5 .......................
7/17/03
1-10 ....................
7/17/03
J-1 b ..................10/08/99
J -6c
...................4/24/98
J -8c .................
5/20/04
J-1 c ....................4/24/98
J -6f ....................4/24/98
J -8d ................5/20/04
J-1 e .:..................8/01/97
J -6g
.................12/12/02
J -9a ................4/24/98
J-1 f .....................6/23/00
J -6h
...................4/24/98
J-10 ................7/18/97
J-3 ......................8/01/97
J -7a
................... 9/12/01
J -11a ...............
9/12/01
J -3b ....................3/04/05
J -7c
...................6/19/98
J-12 ................5/20/04
J -3c .....
...............6/24/02
J -7d
...................4/24/98
J -16a ..............3/04/05
J -3d ..................
11/05/03
J -8a
...................5/20/04
J -16b ..............3/04/05
J-5 ......................8/01/97
J -8b
...................5/20/04
K-1 ...................12/20/02
K-10
................. 12/20/02
K-19 ..............
12/20/02
K-2 ...................12/20/02
K-1 1
................. 12/20/02
K-20 ..............
12/20/02
K-3 ...................12/20/02
K-12
................. 12/20/02
K-21 ..............
12/20/02
K-4 ...................12/20/02
K-13
................. 12/20/02
K-22 ..............
12/20/02
K-5 ...................12/20/02
K-14
................. 12/20/02
K-23 ..............
12/20/02
K-6 ...................12/20/02
K-15
................. 12/20/02
K-24 ..............
12/20/02
K-7 ...................12/20/02
K-16
................. 12/20/02
K-25 ..............
12/20/02
K-8 ...................12/20/02
K-17
................. 12/20/02
K-26 ..............
12/20/02
K-9 ...................12/20/02
K-18
................. 12/20/02
K-27 ..............
12/20/02
L-1 ......................7/18/97 L-3 ..................... 7/18/97
L-2 ......................7/18/97 L-5 ..................... 7/31/98
M-1.20-00
...........2/25/05
M-1.40-00
...........2/25/05
M-1.60-00
........... 2/25/05
M-1.80-00
........... 2/25/05
M-2.20-00
........... 2/25/05
M-2.40-00
........... 2/25/05
M-2.60-00
........... 2/25/05
M-3.1 0-00
.........12/ 15/04
M-3.20-00
.........12/ 15/04
M-3.30-00 ........12/15/04
..... 3/04/05
M-3.40-00 ........12/
15/04
M-3.50-00 ........12/
15/04
M-5.10-00 ........12/
15/04
M-7.50-00 ..........
3/04/05
M-9.50-00 ..........
3/04/05
M-11.10-00 ........3/04/05
..... 3/04/05
M-15.10-00 ........
2/25/05
M-17.10-00 ........
3/04/05
SW 27T" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT 1
CITY OF RENTON
JULY 2005 101
L-5 a ................ 7/31/98
L-6 .................. 7/25/97
M-20.10-00
..... 3/04/05
M-20.20-00
..... 3/04/05
M-20.30-00
..... 3/04/05
M-20.40-00
..... 3/04/05
M-20.50-00
..... 3/04/05
M-24.20-00
..... 3/04/05
M-24.40-00
..... 3/04/05
M-24.60-00
..... 3/04/05
.i
APPENDIX A - WAGE RATES
APPENDIX A
CITY OF RENTON
HOURLY MINIMUM WAGE RATES
SW 27" ST)STRANDERBLVD. CONNECTION
PHASE 1. SEGMENT 1
CITY OF RENTON
JULY 2005
i
'1
t
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects, workers' wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $32.61 1N 5D
BOILERMAKERS
JOURNEY LEVEL
$33.32
1
BRICK AND MARBLE MASONS
JOURNEY LEVEL
$39.87
1M
5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
$16.67
1
CARPENTERS
ACOUSTICAL WORKER
$39.11
1M
5D
BRIDGE, DOCK AND WARF CARPENTERS
$38.95
1M
5D
CARPENTER
$38.95
1M
5D
CREOSOTED MATERIAL
$39.05
1M
5D
DRYWALL APPLICATOR
$39.63
1M
5D
FLOOR FINISHER
$39.08
1M
5D
FLOOR LAYER
$39.08
1M
5D
FLOOR SANDER
$39.08
1M
5D
MILLWRIGHT AND MACHINE ERECTORS
$39.95
1M
5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
$39.15
1M
5D
SAWFILER
$39.08
1M
5D
SHINGLER
$39.08
1M
5D
STATIONARY POWER SAW OPERATOR
$39.08
1M
5D
STATIONARY WOODWORKING TOOLS
$39.08
1M
5D
CEMENT MASONS
JOURNEY LEVEL
$40.01
1M
5D
DIVERS & TENDERS
DIVER
$80.62
1M
5D
DIVER TENDER
$41.72
1M
5D
DREDGE WORKERS
ASSISTANT ENGINEER
$39.52
113
5D
ASSISTANT MATE (DECKHAND)
$38.76
1B
5D
BOATMEN
$39.52
1B
5D
ENGINEER WELDER
$39.57
1B
5D
LEVERMAN, HYDRAULIC
$41.04
1B
5D
MAINTENANCE
$38.76
16
5D
MATES
$39.52
1B
5D
OILER
$39.16
1B
5D
DRYWALL TAPERS
JOURNEY LEVEL
$39.44
11
513
ELECTRICIANS - INSIDE
CABLE SPLICER
$49.51
1D
6H
CABLE SPLICER (TUNNEL)
$53.31
1D
6H
CERTIFIED WELDER
$47.79
1D
6H
CERTIFIED WELDER (TUNNEL)
$51.41
1D
6H
CONSTRUCTION STOCK PERSON
$24.33
1D
6H
JOURNEY LEVEL
$46.06
1D
6H
JOURNEY LEVEL (TUNNEL)
$49.51
1D
6H
ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER
$50.84
4A
5A
CERTIFIED LINE WELDER
$46.37
4A
5A
GROUNDPERSON
$33.64
4A
5A
HEAD GROUNDPERSON
$35.46
4A
5A
Page 1
Revised 5-5-2005; 5-27-2005
8A
8L
8L
8L
8L
8L
8L
8L
8L
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
HEAVY LINE EQUIPMENT OPERATOR
$46.37
4A
5A
JACKHAMMER OPERATOR
$35.46
4A
5A
JOURNEY LEVEL LINEPERSON
$46.37
4A
5A
LINE EQUIPMENT OPERATOR
$39.50
4A
5A
POLE SPRAYER
$46.37
4A
5A
POWDERPERSON
$35.46
4A
5A
ELECTRONIC & TELECOMMUNICATION TECHNICIANS
JOURNEYLEVEL
$12.07
1
ELEVATOR CONSTRUCTORS
MECHANIC
$52.27
4A
6Q
MECHANIC IN CHARGE
$57.41
4A
6Q
FENCE ERECTORS
FENCE ERECTOR
$18.71
1
FENCE LABORER
$12.77
1
FLAGGERS
JOURNEYLEVEL
$27.93
1N
5D
GLAZIERS
JOURNEY LEVEL
$39.96
2E
5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
$41.93
1F
5E
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
$33.09
1N
5D
INLAND BOATMEN
CAPTAIN
$35.14
1K
5B
COOK
$30.11
1K
5B
DECKHAND
$29.09
1K
5B
ENGINEER/DECKHAND
$31.66
1K
5B
MATE, LAUNCH OPERATOR
$33.24
1K
5B
INSULATION APPLICATORS
JOURNEYLEVEL
$38.95
1M
5D
IRONWORKERS
JOURNEYLEVEL
$40.17
1B
5A
LABORERS
ASPHALT RAKER
$33.09
IN
5D
BALLAST REGULATOR MACHINE
$32.61
1N
5D
BATCH WEIGHMAN
$27.93
1N
5D
BRUSH CUTTER
$32.61
1N
5D
BRUSH HOG FEEDER
$32.61
1N
5D
BURNERS
$32.61
1N
5D
CARPENTER TENDER
$32.61
1N
5D
CASSION WORKER
$33.45
1N
5D
CEMENT DUMPER/PAVING
$33.09
1N
5D
CEMENT FINISHER TENDER
$32.61
1N
5D
CHANGE -HOUSE MAN OR DRY SHACKMAN
$32.61
1N
5D
CHIPPING GUN (OVER 30 LBS)
$33.09
1N
5D
CHIPPING GUN (UNDER 30 LBS)
$32.61
1N
5D
CHOKER SETTER
$32.61
1N
5D
CHUCKTENDER
$32.61
1N
5D
CLEAN-UP LABORER
$32.61
1N
5D
CONCRETE DUMPER/CHUTE OPERATOR
$33.09
1N
5D
CONCRETE FORM STRIPPER
$32.61
1N
5D
CONCRETE SAW OPERATOR
$33.09
1N
5D
CRUSHER FEEDER
$27.93
1N
5D
CURING LABORER
$32.61
1N
5D
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED
$32.61
1N
5D
DITCH DIGGER
$32.61
1N
5D
DIVER
$33.45
IN
5D
DRILL OPERATOR (HYDRAULIC, DIAMOND)
$33.09
1N
5D
Page 2
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DRILL OPERATOR, AIRTRAC
$33.45
1 N
5D
DUMPMAN
$32.61
1 N
5D
EPDXY TECHNICIAN_
$32.61
1N
5D
EROSION CONTROL WORKER
$32.61
1N
5D
FALLER/BUCKER, CHAIN SAW
$33.09
1N
5D
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT
$25.61
1N
5D
construction debris cleanup)
FINE GRADERS
$32.61
1N
5D
FIRE WATCH
$27.93
1N
5D
FORM SETTER
$32.61
1N
5D
GABION BASKET BUILDER
$32.61
1N
5D
GENERAL LABORER
$32.61
1N
5D
GRADE CHECKER & TRANSIT PERSON
$33.09
1N
5D
GRINDERS
$32.61
1N
5D
GROUT MACHINE TENDER
$32.61
1N
5D
GUARDRAIL ERECTOR
$32.61
1N
5D
HAZARDOUS WASTE WORKER LEVEL A
$33.45
1 N
5D
HAZARDOUS WASTE WORKER LEVEL B
$33.09
1N
5D
HAZARDOUS WASTE WORKER LEVEL C
$32.61
IN
5D
NIGH SCALER
$33.45
1N
5D
HOD CARRIER/MORTARMAN
$33.09
1N
5D
JACKHAMMER
$33.09
1N
5D
LASER BEAM OPERATOR
$33.09
IN
5D
MANHOLE BUILDER-MUDMAN
$33.09
IN
5D
MATERIAL YARDMAN
$32.61
1N
5D
MINER
$33.45
IN
5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH
$33.09
1N
5D
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER
$33.09
1N
5D
PILOT CAR
$27.93
1N
5D
PIPE POT TENDER
$33.09
1N
5D
PIPE RELINER (NOT INSERT TYPE)
$33.09
1N
5D
PIPELAYER & CAULKER
$33.09
1N
5D
PIPELAYER & CAULKER (LEAD)
$33.45
1N
5D
PIPEWRAPPER
$33.09
1N
5D
POT TENDER
$32.61
1 N
5D
POWDERMAN
$33.45
1 N
5D
POWDERMAN HELPER
$32.61
1N
5D
POWERJACKS
$33.09
1N
5D
RAILROAD SPIKE PULLER (POWER)
$33.09
1N
5D
RE-TIMBERMAN
$33.45
1N
5D
RIPRAP MAN
$32.61
1N
5D
RODDER
$33.09
1N
5D
SCAFFOLD ERECTOR
$32.61
1N
5D
SCALE PERSON
$32.61
1N
5D
SIGNALMAN
$32.61
1N
5D
SLOPER (OVER 20")
$33.09
1N
5D
SLOPER SPRAYMAN
$32.61
1N
5D
SPREADER (CLARY POWER OR SIMILAR TYPES)
$33.09
1N
5D
SPREADER (CONCRETE)
$33.09
1N
5D
STAKE HOPPER
$32.61
1N
5D
STOCKPILER
$32.61
1N
5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS
$33.09
1N
5D
TAMPER (MULTIPLE & SELF PROPELLED)
$33.09
1N
5D
TOOLROOM MAN (AT JOB SITE)
$32.61
1N
5D
TOPPER-TAILER
$32.61
1N
5D
TRACK LABORER
$32.61
IN
5D
Page 3
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code ' Code
TRACK LINER (POWER)
$33.09
1 N
.5D
TRUCK SPOTTER
$32.61
1 N
5D
TUGGER OPERATOR
$33.09
1N
5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)
$32.61
1N
5D
VIBRATOR
$33.09
1N
5D
VINYL SEAMER
$32.61
1N
5D
WELDER
$32.61
1N
5D
WELL -POINT LABORER
$33.09
1N
5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS
$11.07
1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS
$10.63
1
LANDSCAPING OR PLANTING LABORERS
$8.42
1
LATHERS
JOURNEY LEVEL
$39.63
1M
5D
PAINTERS
JOURNEY LEVEL
$30.76
2B
5A
PLASTERERS
JOURNEY LEVEL
$39.93
1R
5A
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
$51.01
1G
5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS
$37.26
1T
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER)
$39.88
1T
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD)
$40.34
1T
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH
$40.86
1T
5D
8L
BACKHOES, (75 HP & UNDER)
$39.49
1T
5D
8L
BACKHOES, (OVER 75 HP)
$39.88
1T
5D
8L
BARRIER MACHINE (ZIPPER)
$39.88
1T
5D
8L
BATCH PLANT OPERATOR, CONCRETE
$39.88
1T
5D
8L
BELT LOADERS (ELEVATING TYPE)
$39.49
1T
5D
8L
BOBCAT (SKID STEER)
$37.26
1T
5D
8L
BROOMS
$37.26
1T
5D
8L
BUMP CUTTER
$39.88
1T
5D
8L
CABLEWAYS
$40.34
1T
5D
8L
CHIPPER
$39.88
1T
5D
8L
COMPRESSORS
$37.26
1T
5D
8L
CONCRETE FINISH MACHINE - LASER SCREED
$37.26
1T
5D
8L
CONCRETE PUMPS
$39.49
1T
5D
8L
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT
$39.88
1T
5D
8L
CONVEYORS
$39.49
1T
5D
8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS
$39.49
1T
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
1T
5D
8L
JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB
$40.86
1T
5D
8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB
$41:40
1T
5D
8L
WITH ATTACHMENTS)
CRANES, A -FRAME, 10 TON AND UNDER
$37.26
1T
5D
8L
'CRANES, A -FRAME, OVER 10 TON
$39.49
1T
5D
8L
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH
$41.92
1T
5D
8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS)
$39.88
1T
5D
8L
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS)
$40.34
1T
5D
8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER)
$40.86
1T
5D
8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM
$40.86
1T
5D
8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM
$41.40
1T
5D
8L
CRUSHERS
$39.88
1T
5D
8L
Page 4
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
PREVAILING
Over
Time
Holiday
Note
Classification
WAGE
Code
Code
Code
DECK ENGINEER/DECK WINCHES (POWER)
$39.88
1T
5D
8L
DERRICK, BUILDING
$40.34
1T
5D
8L
DOZERS, D-9 & UNDER
$39.49
1T
5D
8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT
$39.49
1T
5D
8L
DRILLING MACHINE
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE
$39.88
$37.26
1T
1T
5D
5D
8L
8L
EQUIPMENT SERVICE ENGINEER (OILER)
$39.49
1T
5D
8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP
$39.88
1T
5D
8L
FORK LIFTS, (3000 LBS AND OVER)
$39.49
1T
5D
8L
FORK LIFTS, (UNDER 3000 LBS)
$37.26
1T
5D
8L
GRADE ENGINEER
$39.49
1T
5D
8L
GRADECHECKER AND STAKEMAN
$37.26
1T
5D
8L
GUARDRAIL PUNCH
$39.88
1T
5D
8L
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS
$39.49
1T
5D
8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR
$39.49
1T
5D
8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR
$39.88
1T
5D
8L
HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER)
$37.26
1T
5D
8L
HYDRALIFTS/BOOM TRUCKS (OVER 10 TON)
$39.49
1T
5D
8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD)
$40.34
1T
5D
8L
LOADERS, OVERHEAD (8 YD & OVER)
$40.86
1T
5D
8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED
$39.88
1T
5D
8L
LOCOMOTIVES ALL
$39.88
1T
5D
8L
MECHANICS, ALL
$40.34
1T
5D
8L
MIXERS, ASPHALT PLANT
$39.88
1T
5D
8L
MOTOR PATROL GRADER (FINISHING)
$39.88
1T
5D
8L
MOTOR PATROL-
GRADER (NON FINISHING)
$39.49
1T
5D
8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD
$40.34
1T
5D
8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING
$37.26
1T
5D
8L
OPERATOR
PAVEMENT BREAKER
$37.26
1T
5D
8L
PILEDRIVER (OTHER THAN CRANE MOUNT)
$39.88
1T
5D
8L
PLANT OILER (ASPHALT, CRUSHER)
$39.49
1T
5D
8L
POSTHOLE DIGGER, MECHANICAL
$37.26
1T
5D
8L
POWER PLANT
$37.26
1T
5D
8L
PUMPS, WATER
$37.26
1T
5D
8L
QUAD 9, D-10, AND HD -41
$40.34
1T
5D
8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING
$40.34
1T
5D
8L
EQUIP
RIGGER AND BELLMAN
$37.26
1T
5D
8L
ROLLAGON
$40.34
1T
5D
8L
ROLLER, OTHER THAN PLANT ROAD MIX
$37.26
1T
5D
8L
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS
$39.49
1T
5D
8L
ROTO -MILL, ROTO -GRINDER
$39.88
1T
5D
8L
SAWS, CONCRETE
$39.49
1T
5D
8L
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
$39.88
1T
5D
8L
OFF-ROAD EQUIPMENT ( UNDER 45 YD)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
$40.34
1T
5D
8L
OFF-ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
$39.49
1T •
5D
8L
SCREED MAN
$39.88
1T
5D
8L
SHOTCRETE GUNITE
$37.26
IT
5D
8L
SLIPFORM PAVERS
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
$40.34
$39.88
1T
1T
5D
5D
8L
8L
SUBGRADE TRIMMER
$39.88
1T
5D
8L
TOWER BUCKET ELEVATORS
$39.49
1T
5D
8L
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
$39.49
$39.88
1T
1T
5D
5D
8L
8L
TRANSFER MATERIAL SERVICE MACHINE
$39.88
1T
5D
8L
Page 5
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
$40.34
1T
5D
8L
TRENCHING MACHINES
$39.49
1T
5D
8L
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON)
$39.49
1T
5D
8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
$39.88
1T
5D
8L
TRUCK MOUNT PORTABLE CONVEYER
$39.88
1T
5D
8L
WHEEL TRACTORS, FARMALL TYPE
$37.26
1T
5D
8L
YO YO PAY DOZER
$39.88
1T
5D
8L
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
$33.06
4A
5A
SPRAY PERSON
$31.34
4A
5A
TREE EQUIPMENT OPERATOR
$31.76
4A
5A
TREE TRIMMER
$29.48
4A
5A
TREE TRIMMER GROUNDPERSON
$21.94
4A
5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
$48.21
1G
5A
ROOFERS
JOURNEY LEVEL
$34.53
1R
5A
USING IRRITABLE BITUMINOUS MATERIALS
$37.53
1R
5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
$46.74
11
6L
SOFT FLOOR LAYERS
JOURNEY LEVEL
$32.24
1B
5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
$12.44
1
5S
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
$49.19
1B
5C
SURVEYORS
CHAIN PERSON
$9.35
1
INSTRUMENT PERSON
$11.40
i
PARTY CHIEF
$13.40
1
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
$28.31
2B
5A
HOLE DIGGER/GROUND PERSON
$15.92
213
5A
INSTALLER (REPAIRER)
$27.16
213
5A
JOURNEY LEVEL TELEPHONE LINEPERSON
$26.34
2B
5A
SPECIAL APPARATUS INSTALLER 1
$28.31
2B
5A
SPECIAL APPARATUS INSTALLER 11
$27.74
2B
5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
$28.31
2B
5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
$26.34
213
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
1H
5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
$30.86
1H
5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
$31.90
1K
5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS)
$36.89
1T
5D
8L
ASPHALT MIX (OVER 16 YARDS)
$37.47
1T
5D
8L
DUMP TRUCK
$36.89
1T
5D
8L
DUMP TRUCK & TRAILER
$37.47
1T
50
8L
OTHER TRUCKS
$37.47
1T
5D
8L
TRANSIT MIXER
$23.45
1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
$17.71
1
Page 6
1
1
t
1
Page 7
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING
Time Holiday Note
Classification WAGE
Code Code Code
OILER $12.97
1
'
WELL DRILLER $17.68
1
1
1
t
1
Page 7
1
I
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non-standard" Items)
Below is the department's (State L&I's) list of criteria to be used in determining
whether a prefabricated item is "standard or "non-standard". For items not
appearing on WSDOT's predetermined list, these criteria shall be used by the
Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers,
manufacturers, and fabricators) to determine coverage under RCW 39.12. The
production, in the State of Washington, of non-standard items is covered by RCW
39.12, and the production of standard items is not. The production of any item
outside the State of Washington is not covered by RCW 39.12.
Is the item fabricated for a public works project? If not, it is not subject to RCW
39.12. If it is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered
under RCW 39.12. If not, go to question 3.
3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW 39.12.
If not, go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by
the supplier? If not, the work is not covered by RCW 39.12. If yes, go to
question 5.
5. Is the prefabricated item intended for the public works project typically an
inventory item which could reasonably be sold on the general market? If not, the
work is covered by RCW 39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any
unusual characteristics such as shape, type of material, strength requirements,
finish, etc? If yes, the work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non -covered workers shall be directed to State L&I at
(360) 902-5330.
$$1$$ Supplemental To Wage Rates
$$2$$ Pagel
WSDOT's
Predetermined List for
Suppliers - Manufacturers - Fabricators
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non-standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L&I's policy statement.
ITEM DESCRIPTION
YES NO
1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 X
for bridges. For use with Catch Basin type 2.
The casting to meet AASHTO-M-105, class 30 gray
iron casting. See Std. Plan B -1f, B -23a, B -23b,
B -23c, and B -23d.
2. Frame & Grate - frame and Grate for Catch Basin type X
1, 1 L, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame
may be grade 70-36 steel, class 30 gray cast iron or
grade 80-55-06 ductile iron. The cast grate may be
grade 70-36 steel or grade 80-55-06 ductile iron.
See Std. Plan B-2, B -2a, and B -2b.
3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X
Grate for Grate Inlets Type 1 or 2 or Drop Inlet.
Angle iron frame to be cast into top of inlet.
See Std. Plan B -4b or B -4h. Frames & Grates to be
galvanized.
4. Concrete Pipe - Plain Concrete pipe and reinforced X
concrete pipe Class 2 to 5 sizes smaller than 60
inch diameter.
5. Concrete Pipe - Plain Concrete pipe and reinforced X
concrete pipe Class 2 to 5 sizes larger than 60 inch
diameter.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 2
YES NO I
$$1$$ Supplemental To Wage Rates
$$2$$ Page 3
6.
Corrugated Steel Pipe - Steel lock seam corrugated
X
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter. May also be
treated, 1 thru 5.
7.
Corrugated Aluminum Pipe - Aluminum lock seam
X
corrugated pipe for culverts and storm sewers, sizes
30 inch to 120 inches in diameter. May also be
treated, #5.
8.
Anchor Bolts & Nuts - Anchor Bolts and Nuts, for
X
mounting sign structures, luminaries and other
,
items, shall be made from commercial bolt stock.
See Contract Plans and Std. Plans for size and
material type.
'
9.
Aluminum Pedestrian Handrail - Pedestrian handrail
X j
conforming to the type and material specifications set
forth in the contract plans. Welding of aluminum
shall be in accordance with Section 9-28.15(3).
10.
Major Structural Steel Fabrication - Fabrication of
X j
major steel items such as trusses, beams, girders, etc.,
for bridges.
11.
Minor Structural Steel Fabrication - Fabrication of
X
minor steel items such as special hangers, brackets,
access doors for structures, access ladders for
irrigation boxes, bridge expansion joint systems,
etc., involving welding, cutting, punching and/or
boring of holes. See Contact Plans for item description
and shop drawings.
12.
Aluminum Bridge Railing Type BP - Metal bridge railing
X
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in
accordance with Section 9-28.15(3).
�II
$$1$$ Supplemental To Wage Rates
$$2$$ Page 3
I YES NO
13. Concrete Piling--Precast-Prestressed concrete piling for X
use as 55 and 70 ton concreteilin . Concrete p g o Crete to conform to
Section 9-19.1 of Std. Spec.. Shop drawings for approval
shall be provided per Section 6-05.3(3) of the Std. Spec.
14.
Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers
X
and flat top slab and/or cones. See Std. Plans.
15.
Drywell - Drywell as specified in Contract Plans.
X
16.
Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4,
X
including risers, frames maybe cast into riser. See
Std. Plans.
17.
Precast Concrete Inlet - Concrete Inlet with risers,
X
frames may be cast into risers. See Std. Plans.
18.
Drop Inlet Type 1 - Drop Inlet Type 1 with support
X
angles and grate. See Std. Plans B -4f and B -4h.
19.
Drop Inlet Type 2 - Drop Inlet type 2 with support
X
angles and grate. See Std. Plans B -4g and B -4h.
20.
Grate Inlet Type 2 - Grate Inlet Type 2 with risers and
X
top unit with bearing angles.
21.
Precast Concrete Utility Vaults - Precast Concrete
X
utility vaults of various sizes. Used for in ground
storage of utility facilities and controls. See Contract
Plans for size and construction requirements. Shop drawings
are to be provided for approval prior to casting.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 4
YES NO
22. Vault Risers - For use with Valve Vaults and Utilities X
Vaults.
23. Valve Vault - For use with underground utilities. X
See Contract Plans for details.
24. Precast Concrete Barrier - Precast Concrete Barrier for X
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as
permanent barrier.
25. Reinforced Earth Wall Panels - Reinforced X
Earth Wall Panels in size and shape as shown in
.the Plans. Fabrication plant has annual approval for
methods and materials to be used. See Shop Drawing.
Fabrication at other locations may be approved, after
facilities inspection, contact HQ. Lab.
26. Precast Concrete Walls - Precast Concrete Walls - X
tilt -up wall panel in size and shape as shown in Plans.
Fabrication plant has annual approval for methods and
materials to be used.
27. Precast Railroad Crossings - Concrete Crossing Structure X
Slabs.
28. 12, 18 and 26 inch Standard Precast Prestressed X
Girder - Standard Precast Prestressed Girder for use in
structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)c.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 5
YES NO
29. Prestressed Concrete Girder Series 4-14 - X
Prestressed Concrete Girders for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std.
Spec. Section 6-02.3(25)c.
30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam X
Girders for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6-02.3(25)c.
31. Prestressed Precast Hollow -Core Slab - Precast X
Prestressed Hollow -core slab for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std. Spec.
Section 6-02.3(25)c.
32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed X
Girder for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6-02.3(26)A.
33. Monument Case and Cover - To meet AASHTO-M-105 class X
30 gray iron casting. See Std. Plan H-7.
34. Cantilever Sign Structure - Cantilever Sign Structure X
fabricated from steel tubing meeting AASHTO-M-183. See Std.
Plans G-3, G -3a, and Contract Plans for details. The steel
structure shall be galvanized after fabrication in
accordance with AASHTO-M-111.
35. Mono -tube Sign Structures - Mono -tube Sign Bridge X
fabricated to details shown in the Plans. Shop drawings
for approval are required prior to fabrication.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 6
36. Steel Sign Bridges - Steel Sign Bridges fabricated
from steel tubing meeting AASHTO-M-138 for Aluminum Alloys.
See Std. Plans G-2, G2a, G -2b, and Contract Plans for
details. The steel structure shall be galvanized after
fabrication in accordance with AASHTO-M-111.
37. Steel Sign Post - Fabricated steel sign posts as detailed
in Std. Plan G-8. Shop drawings for approval are to be
provided prior to fabrication.
38. Light Standard -Prestressed - Spun, prestressed, hollow,
concrete poles.
39. Light Standards - Lighting Standards for use
on highway illumination systems, poles to be fabricated
to conform with methods and materials as specified on Std.
Plan J-1, J-1 a, and J-1 b. See Special Provisions for
pre -approved drawings.
YES NO
X
X
X
KI
40. Traffic Signal Standards - Traffic Signal Standards for
X
use on highway and/or street signal systems. Standards
to be fabricated to conform with methods and material as
specified on Std. Plans J-1, J -7a, J -7c, and J-8.
See Special Provisions for pre -approved drawings.
41. Traffic Curb, Type A or C Precast - Type A or C
X
Precast traffic curb, for use in construction
of raised channelization, and other traffic delineation
uses such as parking lots, rest areas, etc. NOTE:
Acceptance based on inspection of Fabrication Plant
and an advance sample of curb section to be submitted
for approval by Engineer.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 7
YES NO
42. Traffic Signs - Prior to approval of a Fabricator. X X
of Traffic Signs, the sources of the following custom std.
signing materials must be submitted and approved msg msg
for reflective sheeting, legend material, and
aluminum sheeting. NOTE: *** Fabrication
inspection required. Only signs tagged "Fabrication
Approved" by WSDOT Sign
Fabrication Inspector to be installed.
43. Cutting & bending reinforcing steel X
44. Guardrail components X X
custom standard
end
sect. sect.
45. Aggregates/Concrete mixes
Covered by
WAC 296-127-018
46. Asphalt Covered by
WAC 296-127-018
47. Fiber fabrics X
48. Electrical wiring/components X
49. treated or untreated timber piles X
50. Girder pads (elastomeric bearing) X
$$1$$ Supplemental To Wage Rates
$$2$$ Page 8
YES NO
'
51. Standard Dimension lumber
X
52. Irrigation components
X
53. Fencing materials
X
54. Guide Posts
X
55. Traffic Buttons
X
'
56. Epoxy
X
57. Cribbing
X
58. Water distribution materials
X
59. Steel "H" piles
X
60. Steel pipe for concrete pile casings
X
4
61. Steel tips, standard
X
,
pile
'
s custom
62. Steelile tip,
P
X
$$1$$ Supplemental To Wage Rates
$$2$$ Page 9
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05
METAL FABRICATION (IN SHOP)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield
Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman
Fitter 12.76 1
Welder 12.76 1
Machine Operator 12.66 1
Painter 10.20 1
Laborer 8.13 1
Counties Covered:
Benton
Welder
16.70 1
Machine Operator
10.53 1
Painter
9.76 1
Counties Covered:
Chelan
Fitter
15.04 1
Welder
12.24 1
Machine Operator
9.71 1
Painter
9.93 1
Laborer
8.77 1
Counties Covered:
Clallam, Grays Harbor, Island, Jefferson,
Lewis, Mason, Pacific, San Juan and Skagit
Fitter
15.16 1
Welder
15.16 1
Machine Operator
10.66 1
Painter
11.41 1
Laborer
11.13 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 10
METAL FABRICATION (IN SHOP) 03/03/05
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Clark
Layerout
26.12
11,11
66
Fitter
25.76
11
613
Welder
25.22
11
66
Painter
22.64
11,11
613
Machine Operator
20.04
11
613
Laborer
19.50
11
613
Counties Covered:
Snohomish
Fitter
15.38 1
Welder
15.38 1
Machine Operator
8.84 1
Painter
9.98 1
Laborer
9.79 1
Counties Covered:
Spokane
Fitter
12.59 1
Welder
10.80 1
Machine Operator
13.26 1
Painter
10.27 1
Laborer
7.98 1
Counties Covered:
Thurston
Layerout
Fitter
Welder
Machine Operator
Laborer
Counties Covered:
Whatcom
Fitter/Welder
Machine Operator
Laborer
$$1$$ Supplemental To Wage Rates
$$2$$ Page 11
25.07
1 R
6T
23.02
1 R
6T
20.99
1 R
6T
18.74
IR
6T
14.88
1 R
6T
13.81 1
13.81 1
9.00 1
METAL FABRICATION (IN SHOP) 03/03/05
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Yakima
Fitter
12.00 1
Welder
11.32 1
Machine Operator
11.32 1
Painter
12.00 1
Laborer
10.31 1
Counties Covered:
Cowlitz
Fitter
23.72
1 B
6V
Welder
23.72
1 B
6V
Machine Operator
23.72
1B
6V
Laborer
15.87
1B
6V
Fitter
Welder
Painter
Counties Covered:
Grant
Counties Covered:
King
10.79 1
10.79 1
7.45 1
Fitter 15.86 1
Welder 15.48 1
Machine Operator 13.04 1
Painter 11.10 1
Laborer 9.78 1
Counties Covered:
Kitsap
Fitter
Welder
Machine Operator
Laborer
$$1$$ Supplemental To Wage Rates
$$2$$ 1 1 Page 12
26.96 1
13.83 1
13.83 1
7.35 1
F
METAL FABRICATION (IN SHOP) 03/03/05
Over
PREVAILING Time
Classification WAGE Code
Counties Covered:
Klickitat, Skamania and Wahkiakum
Fitter/Welder 16.99 1
Machine Operator 17.21 1
Painter 17.03 1
Laborer 10.44 1
Counties Covered:
Pierce
Fitter
15.25 1
Welder
13.98 1
Machine Operator
13.98 1
Laborer
9.25 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 13
Holiday Note
Code Code
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05
FABRICATED PRECAST.CONCRETE PRODUCTS
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Adams, Asotin, Benton, Columbia, Douglas, Ferry,
Garfield, Grant, Lincoln, Okanogan,
Pend Oreille, Stevens, Walla Walla, and Whitman
All Classifications 9.96 1
Counties Covered:
Franklin
All Classifications 11.50 1
Counties Covered:
King
All Classifications 11.90 2K 6S
Counties Covered:
Pierce
All Classifications 9.28 1
Counties Covered:
Chelan, Kittitas, Klickitat and Skamania
All Classifications 8.61 1
Counties Covered:
Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap,
Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston,
Wahkiakum
All Classifications 13.50 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 14
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05
FABRICATED PRECAST CONCRETE PRODUCTS
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
All Classifications
Craftsman
Laborer
All Classifications
$$1$$
$$2$$
Counties Covered:
Spokane
Counties Covered:
Yakima
Counties Covered:
Whatcom
Supplemental To Wage Rates
Page 15
20.23 1
8.65 1
7.35 1
13.67 1
1
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
The following two letters from the State Department of Labor and Industries (State
L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy
for administrating the provisions of WAC 296-127-018 COVERAGE AND
EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY
OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS.
Any firm with questions regarding the policy, these letters, or for determinations of
. covered and non -covered workers shall be directed to State L&I at (360) 902-5330.
I
J
Effective September 1, 1993, minimum prevailing wages for all work covered by
WAC 296-127-018 for the production and/or delivery of materials to a public works
contract will be found under the regular classification of work for Teamsters, Power
Equipment Operators, etc.
$$1$$
$$2$$
Supplemental To Wage Rates
Page 16
ESAC DIVISION - TELEPHONE (206) 586-6887
PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540
August 18, 1992
TO: All Interested Parties
FROM: Jim P. Christensen
Acting Industrial Statistician
SUBJECT: Materials Suppliers - WAC 296-127-018
This memo is intended to provide greater clarity regarding the application of WAC
296-127-018 to awarding agencies, contractors, subcontractors, material suppliers
and other interested parties. The information contained herein should not be
construed to cover all possible scenarios which might require the payment of
prevailing wage. The absence of a particular activity under the heading
"PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not
covered.
Separate Material Supplier Equipment Operator rates have been eliminated. For
those cases where a production facility is set up for the specific purpose of supplying
materials to a public works construction site, prevailing wage rates for operators of
equipment such as crushers and batch plants can be found under Power Equipment
Operators.
PREVAILING WAGES ARE REQUIRED FOR:
Hauling materials away from a public works project site, including excavated
materials, demolished materials, etc.
2. Delivery of materials to a public works project site using a method that involves
incorporation of the delivered materials into the project site, such as spreading,
leveling, rolling, etc.
3. The production of materials at a facility that is established for the specific, but
not necessarily exclusive, purpose of supplying materials for a public works
project.
4. Delivery of the materials mentioned in #3 above, regardless of the method. of
delivery.
PREVAILING WAGES ARE NOT REQUIRED FOR:
The production of materials by employees of an established materials supplier,
in a permanent facility, as well as the delivery of these materials, as long as
delivery does not include incorporation of the materials into the job site.
2. Delivery of materials by a common or contract carrier, as long as delivery does
not include incorporation of the materials into the job site.
3. Production of materials for unspecified future use.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 17
' STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
June 18, 1999
I
TO: Kerry S. Radcliff, Editor
Washington State Register
' FROM: Gary Moore, Director
Department of Labor and Industries
SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers
linvolved in the production and delivery of gravel, concrete, asphalt,
or similar materials
The department wishes to publish the following Notice in the next edition of the
Washington State Register:
STArg D
�C A
OQ
9.
Under the current material supplier regulations, WAC 296-127-018, the
'yt: i689 .a6ti
' STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
June 18, 1999
I
TO: Kerry S. Radcliff, Editor
Washington State Register
' FROM: Gary Moore, Director
Department of Labor and Industries
SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers
linvolved in the production and delivery of gravel, concrete, asphalt,
or similar materials
The department wishes to publish the following Notice in the next edition of the
Washington State Register:
' Please publish the above Notice in WSR 99-13. If you have questions or need
additional information, please call Selwyn Walters at 902-4206. Thank you.
Cc: Selwyn, Walters, Rules Coordinator
Patrick Woods, Assistant Director
Greg Mowat, Program Manager
$S1SE
$SzSi
Supplemental to Wage Rates
18
NOTICE
Under the current material supplier regulations, WAC 296-127-018, the
department takes the position that prevailing wages do not apply to the
delivery of wet concrete to public works sites, unless the drivers do
something more than just deliver the concrete. Drivers delivering
concrete into a crane and bucket, hopper of a pump truck, or forms or
footings, are not entitled to prevailing wages unless they operate
machinery or use tools that screed, float, or put a finish on the concrete.
This position applies only to the delivery of wet concrete. It does not
extend to the delivery of asphalt, sand, gravel, crushed rock, or other
similar materials covered under WAC 296-127-018. The department's
position applies only to this regulation.
If you need additional information regarding this matter, please contact
Greg Mowat, Program Manager, Employment Standards, at
P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310.
' Please publish the above Notice in WSR 99-13. If you have questions or need
additional information, please call Selwyn Walters at 902-4206. Thank you.
Cc: Selwyn, Walters, Rules Coordinator
Patrick Woods, Assistant Director
Greg Mowat, Program Manager
$S1SE
$SzSi
Supplemental to Wage Rates
18
u
BENEFIT CODE KEY - EFFECTIVE 03-03-05
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.
C.
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
,
D.
THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8)
HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8)
HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR
WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY
MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
E.
ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE
FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F_
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G.
THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H.
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
,
WAGE.
I.
ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE.
WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED
ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED
PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY.
J.
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K.
ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
-, RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L.
ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M.
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N.
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
,
THE HOURLY RATE OF WAGE.
u
BENEFIT CODE KEY - EFFECTIVE 03-03-05
1
-2-
P.
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
Q.
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND
ONE-HALF TIMES THE HOURLY RATE OF WAGE.
R.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
T.
ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U.
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
W.
HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE,
2.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A.
THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C.
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
'
D.
ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
'
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E.
ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
'
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F.
THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL
'
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G.
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H.
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
'
I.
ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
'
J.
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE.
'
HOURLY RATE OF WAGE.
K.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
M.
ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
1
2. 0.
4. A.
5. A.
B.
C.
D.
E.
G.
H.
I.
N.
0.
P.
Q-
R.
S.
T.
V.
W
X.
Y
Z.
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-3-
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY 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
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
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).
HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS
DAY (9).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6).
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).
PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6).
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).
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6).
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).
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7).
PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS.
PAID HOLIDAYS: SIX (6) PAID HOLIDAYS.
PAID HOLIDAYS: NINE (9) PAID HOLIDAYS.
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).
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).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-4-
6.
A.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
B.
PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9).
C.
HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
'
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
D.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9).
'
H.
HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
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, THANKSGIVING
DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY.
'
S.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8).
'
T.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9).
U.
HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
'
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9).
V.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE (10).
W.
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
'
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE CHRISTMAS DAY (10).
X.
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
NOTE CODES
8.
A.
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175'- $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250'- $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250'- DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C.
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200'- $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'- DIVERS MAY NAME THEIR OWN PRICE
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-5- '8. D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75,
LEVEL B: $0.50, AND LEVEL C: $0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00,
LEVELS C & D: $0.50. '
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00,
LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25.
11
APPENDIX B - STANDARD PLANS
APPENDIX B
STANDARD PLANS
CITY OF RENTON
SW 27" ST./STRANDER BLVD. CONNECTION
PHASE 1, SEGMENT l
CITY OF RENTON
JULY 2005
E o
a � B
T m OE
e ri � rd E
r m z
m e rn m 3 C < o c n
CL
W E
E°
E m = n o o n m
n = E
m 3 m E
oL o m o. am� g
�EE cpi m� ooT mU@
t5 m m m m m y n $ o c
.9� =Q� .
c o o E rn o nm U EBF m E� E
E v
g
Sm aam� to
at m cCcSEp2`LE
a5m j amOotf mm $g SEpp10g$m�q
E @ o—_ o£ $ m E m E L E o m
2
of3 E` s m mm�mga
lS Shrn1E m a a m o c o
E. �tbiJ >+g m c
q m '@=-E
C=_ m m m ss a.
� `o j 's @= 2 E m o E 5 H EOEI.E
�c �a cyy�ayy'am E3-M
mom E
8 w `� lig E E
o : g
ayy c tS omoc E R m C9 3a m
3 _= E b o m c F m m N v 3 2 mom Oe
m E m a o E U U U a o 8 n c -.2
q O1 0
S'� 3•5� ca E! 5 o mLt m m o
M nEl90 cZS� 4� a E L b o oC S m m m
O4b$a0000xv Kola`=�a`o
z r r v mi m PZ m
2
303
90 o
LL
W J Q
C w
0
r- z
>CC� W2
So N m / z°_
g rc
3 O U O O W 2
m U, o v K
W LL
a~i
p> o
Z,
J o
-1Z W
J N
0 w
O p
pj QQ
OQk O p2520
OO
SOY 0 :3 06
Z
JLL �- - --. - - . f tz
101
M
�J
O
OW
J
W =U=W
3
R
o
fNo
2w
ajow
O
�Ito<gF`0
> O WW
y O r =
wdzLu
N
ru��
0
0.3
bio0a
C
O
W
o c
o+
c
o
r
J O ryii
f o
P
L
Y
E
O
o
L
u
E
z
d
E
0 0
_
Y O
u -
«c c
o
}
o
C L C O
P+ d
C O C
aI
U d
O «
m
z c Lc
T d L d
E O-
•-
d
d [+I _
no
o -j;::
O O
O
p
C
P 3 3 3
O
O 0 0 O
N C
p d
O p
d
E p
TO
c
C d C L
O � + O N
0
i
O
J d
v u
+ o c c Y L-
d o p P
o
w o n
- o
L Y O L
_
- c
d o
U O �. D P 2
c o+
�- E O
LL O
Q
r
Q
3
N
U
Z
O
w ..-i
ar
�- U
I-- W
N
1
QW
U U
Z >
O W
O
r
J U
Oz
m ^
Y
U
O
J
J
Ln
r
a
-11
N
tr'I�
Z W
3c 0
z
■
O
W ;.
ar
_
Y O
tr " W
W O
T
N
1
a w
- O r
U U
m
z>W
C3 w
T Y rU
c c
O
r
U
z z
o -j;::
to
Y
..°h
O
mm
i : w
Q
r
Q
3
N
U
Z
O
w ..-i
ar
�- U
I-- W
N
1
QW
U U
Z >
O W
O
r
J U
Oz
m ^
Y
U
O
J
J
INS
will
Q
6
aE1
1
m. --
Q
U
W
N
Ln
r
a
-11
N
tr'I�
z
z
■
O
W ;.
ar
n�
tr " W
W O
T
N
1
a w
i
T
T N
U U
m
z>W
C3 w
>
O
O
r
U
z z
a
to
Y
c u
O
_ o_
J
mzo
01 u o
'^ a
Q
F
O
W
-
Q
6
aE1
1
m. --
Q
U
W
N
"
Ln
r
a
-11
N
tr'I�
z
z
°Yr� N
O
W ;.
ar
n�
tr " W
W O
T
N
1
a w
i
T
T N
U U
m
z>W
C3 w
>
O
O
r
U
z z
a
to
Y
c u
O
_ o_
J
mzo
01 u o
'^ a
Q
F
O
W
-
V)
¢414
Q
"
J
Q
r
-11
w
O
r
z
z
°Yr� N
O
W ;.
ar
1 WO
i
> UO
r W
T
N
1
a w
i
T
T N
U U
m
z>W
C3 w
>
O
O
r
U
JU
O z
to
Y
c u
O
_ o_
J
mzo
01 u o
'^ a
r;,°Gz
c
N G U d
d +
N d
m .4(J
r
m r
Ld
1
W
-11
Ow3
r
ZWO
�az
..°/s %Z
F-
L) 3
O
i O
r
„1-jL
O
m
m
r
ZWO
�az
..°/s %Z
r r
U
in
W
to .
II
i-�IL
Z K
c MEW
Q. o
o¢ �g0 bgd W Z F
m
w o �� NI oo . �. r ¢
=- I o� FW-- m Z w !��' �� 0 4y 0 5 z� F
o o� o m y
.2 w. wLL (W=SZ Qm a 0�
ai lla�o� oaom o0 0 rv� o V' oLL m$ S
o ap aw N� a< O �u N o O
OQ >
�Y m> oo Q V Q {
M
�so SE
� iW W p - Q wW ¢
m �Oeo �zN c=ia u
'm IL W o
O F
e < W Zm
V LL ¢ U)
a m m LL=
li C Km m V New Y
C ;LL0 Jy m LL<
F a `Lv w �° W< as
O
Z P wi m �d °� Nwo o �¢
Y.W > ° W aO V m
8 z two f� d a F m
= m 000 ort2 w .901 .Zt z Jw W .9 Z =
tl y OYr ozru WOMj S3MVA <i 0 W V
�a o wocwig Wm C =�u
w� o�m K
(Do W LL.
2 13m
UelQa ,= U V �QLL g a g J
6 o ZZ m
� o V <
Z
'9 W W LL3 a v .t 02
m
Lu III
oo c�� av
R = a 3
a zL F-<o
V W
' o¢m W F �4
a F. -
Oa
a� m 0 Q m
\o Y
.9 7 C)= o of
Z(V U v Oo 53
° W —
LL3 Oh V LL a g8: FW -
m
a< zo QW.ME
°o Zwa a zt F 9 V
oZo ZO
r'o �5; OU
LL
' o aO{ QW Wul
�
0
o z / �~
`e+— a W a JI -3 W
' K
LL YZW LL< C U
;•� m
UO03
��, �• Q LL�
5 W,O 0,0
F"ZG
¢
O W Z
Q '_' Fgo c
t o QUA mcc m 's It
° ZWU LL F
LU W
o <
x Z I1�t JII O p d' W cwi O o
' r< Lv B p O a r z
¢ U � a m
LL Y o Z Z el W V
o < W� WQ \ �U
LL
o Oo m �� o o EM N F D W L
u LL< ZR' w >i LU o ULL
O 0:)
cYio dW > / WV w >bcoi V�
LL
LU
= °. Q~ a Q
C O
m W o roy a ` \ U >
9 O¢
4LL z QW LL O C LL a3
=g a A z ZU �LL W oQ
o m OW 0
3 u< z
Q' Z or o
a
}
O
m
J
�0w
Um0
ow
Ua
N'
W
a
N
W
W
00
R'
OLL
NO;
UY
K
m
Lu
Z
mmz
��$
F<�
W
UJW
¢� 22
mW
roY
w Z D
< W
o-
(O } W fq
jW$'�H
r�.�'
W W
LL W o
U
0
NVQ
> ¢
v U Q
W?Ta3
c
W =m
RE
m F-
0 O U
m
i
W<
O
ZY
W
m LL F
j U
N W
Ow
LOU
Ww
� N
OwU
�
�W
O J
y Z
NN Q
i
OWr
Z O _
KUm
U??
Z
Ua}W m Ww T1T
yY� >N C y
Wz3 C
�oa
yo
Ir
W
m
O
a
3
Y
1 3
OK W
om hI
W
H �
ao Lu
Fo
Z�
04
U0
F
Z
W
f
W
U
J
�0w
Um0
ow
Ua
wpm
ru2
a
N
�F
W
00
b
OLL
NO;
C N'
K
m
Lu
•
�U
mmz
W
W
www w
K to
Z
r
O
U
.r
sF
W s
bZ
m
(U
U /
W<
ZY
W
N W
LOU
Ww
�W
O J
1
NN Q
a
he W
<
c
o
?z
W
m
NO W
Z F Go
X R'
OZ
C�
0
Z
Ua}W m Ww T1T
yY� >N C y
Wz3 C
�oa
yo
Ir
W
m
O
a
3
Y
1 3
OK W
om hI
W
H �
ao Lu
Fo
Z�
04
U0
F
Z
W
f
W
U
�0w
Um0
ow
Ua
wpm
ru2
Z yW
N
V W
o
O�V
U6U
w v�
ZK
mw
w
K
m
0�
U 2
Z
Ua}W m Ww T1T
yY� >N C y
Wz3 C
�oa
yo
Ir
W
m
O
a
3
Y
1 3
OK W
om hI
W
H �
ao Lu
Fo
Z�
04
U0
F
Z
W
f
W
U
p
a
m
d
Z
O
I °
1 -- 0M:
m
w
d
zWW
U
O W 7
L)
J `fes
z g 5�0 z
p
U N
mr
E v )
0– �U
O
m
c
T; _
m
m C9
U
xrormssoao
W
o
Q
W
-
�
FZ
¢w
¢o
Ww
d M �
m m
W
0
m U
F m0
o z
�dd�d
1to .
00 m m
(�
0 t5-�
io
-
h
YaQ�I
E ma
o mm
8
.4
WFa
O
o
W
?
av
2
�0 °�s
25 m a w
$
o ii
n
o
d'bH
wS i
pR°� w
W d I- Q
D Z
2 o m
0.2
U-
m
U
Z
f`
Lc. N'_Y
a
mlL
m
m mC
H
om "P� m �i $c g E iE3
2- m m E -g
_ a 'p
m mLy m m m CE � ��'$
m
nm mm o t c �E c n
En
a m "`j4 =-Bm
�m atmx m va -m a Emmy
<� �iU° m cmtq m 3a�m
mn
m `a w a`o U m a m'o
H m m '-L) E o .� � m D
F
F -
U,
3 J3° C Q� Um vi Oa 3'v
Z fV Ci 4 wi K) I�
4
VYMS NUM AS WYda
O
m
UC
m
m
m C9
U
xrormssoao
VYMS NUM AS WYda
h�o
w
z
www
OUm..
– Q
„q
W
13i
.
aIL
I
I
I s 00 Z
h�o
w
z
www
OUm..
– Q
z yQ z
2
dIJ
L Z J
Q
O
h
Q
W
m
FZ
¢w
¢o
Ww
O
�a
ILW
W
0
s a
Z
F m0
o z
m�
¢z
v
ul
J U
(�
U
U W
fq
Ud
2
Z
.4
WFa
O
a}�
W
2
X
U2
G°l
YW-Y
Y�l G�
N
U
Z
Um
z
w
U
C 'a m
� n
N
¢ m U p
h
W
m
FZ
5:
w d.
o W
sr��s
w Q
s a
Z
F m0
o z
09
k,.
m
�y 9th
�
ZmaUtu
U
= 7�
W
O
u,m �Ow
a QUm
Z
a}�
o�
"A1
rnmooit mpg mm �a rm N o��
m c m t m -' m W
p c; mE 3,p L>o N E 0 = o 0
m -e Eon vv m. D% ��� Q 0
1 -0 . —D m o °4 m t c� t�� N� o Z i a
�m�mm mmy mm �� o �y g m o E
�= c (DEv� �w E crnm :2 rn m a cv m p
m aHa� omi m� mm� tm om r N y $N r 19
o' o m m o 0 c gv m m Y -L r z 0 p o m
N r C m m :E m 0 m O m ow
�.c mtic'32° mm oma ��� 3n w rwm
- m=a`" J`P pFS x W O
z is -E L -E c°� o i� _ m
m a
m .w
m
P Q a
a= p3 m m 3 00= �!-n < Hm w r �
my JvoE �vm
m- a Z6= .. E �o oim cam m c m w mM 'IV
o.m mamna rnaw aceto c w `. `.
oq 2 -am o�o� mso 'p am
C PID m m m 100- m� C � m
N m.o L,3Qt Lo .�._ ZE€ Com o5 r
as N W`o �i.� v (vWp`o� oa c -
TLp C m— O. U C p�
m m m v w 3' S 'E PI E Q.. amn m d *�'-
Lao�EQcmc> Mmt ac 'a� $.`= �---C I- Wi
c a`o Cm3mEn om� mom= "°'m W" i
me o�pe D, cv TQ mm� m3 -- -- ---- �--� 88¢
W � m a m C N� m C � O � m y p m le � m �p flJm i
F Qwp. �ocS�o tn�5 4�n°r E r� rLL
O w0
Z (V M < 1n mr Km 6p
lim �r
}
z
0
w
J
W
{V
Q
ci
It
m
M
w
IL
r
I1 F -1H �--
r.
m wwwa>> w m m y
z xu�wh F n
N maz
W3 m2 O w3c)
U p
g0 O� _ Jm�
w z) m W W o .01. w
X _ 7 61 %I�
Q Q�nYY K %= Q NSC�•• C xW m Na
mmt �W mJ3•b-C � m jam}
00 mJ 'W Q m�
vr ,
=<v, az off LL z
0 w a0
w oa om
J wpZm a0' pZgm
w r ma FciIr
� Fc�
mZ G �wo
W �o -'¢ r na -J'2
i= na o� or o o�
wet W "W4
J ]2
p w
om
O�W 2U !! U.1z ----
�i•� I SJ00000 Qm
m0000 Z �W ~1 ® ® 6 m
F Ixw lo
b a W
9
Xc� _
= r
am xww J Jp
�a w
�JO
m =J J'il �Ow xIW- KN
wF ala- lJ
o <o )iono 3noINOW :A8 wvua
m
J
F
W
O
z
LU
x
Q
Q
C
`Lv
Lew
=
xJ
W
W�?I�yy
x
%a
2
Ka .yyam
phW Z
vW
bet
a> W
L.;.-
W
m 0
Ir
}
z
0
w
J
W
{V
Q
ci
It
m
M
w
IL
r
I1 F -1H �--
r.
m wwwa>> w m m y
z xu�wh F n
N maz
W3 m2 O w3c)
U p
g0 O� _ Jm�
w z) m W W o .01. w
X _ 7 61 %I�
Q Q�nYY K %= Q NSC�•• C xW m Na
mmt �W mJ3•b-C � m jam}
00 mJ 'W Q m�
vr ,
=<v, az off LL z
0 w a0
w oa om
J wpZm a0' pZgm
w r ma FciIr
� Fc�
mZ G �wo
W �o -'¢ r na -J'2
i= na o� or o o�
wet W "W4
J ]2
p w
om
O�W 2U !! U.1z ----
�i•� I SJ00000 Qm
m0000 Z �W ~1 ® ® 6 m
F Ixw lo
b a W
9
Xc� _
= r
am xww J Jp
�a w
�JO
m =J J'il �Ow xIW- KN
wF ala- lJ
o <o )iono 3noINOW :A8 wvua
m
J
F
W
O
z
LU
x
Q
Q
N N
N N
lu
'NIW
Al w
Z
0
I. -
LU
LU
orc
2z!
w
T
M3
z
IL
EL
w
z
IL
U)
N N
N N
lu
'NIW
Al w
Z
0
I. -
LU
LU
orc
2z!
w
T
M3
#w.0 -z i #w.O-
I 0
m
> a =
LU °}) / g
« ! _ LU
Q §S z
§ G/ LU/ <0 0
§
&ca
$
w
2
m
�
k
k
LU
z
■ z�§�\
2 & /
ƒ °
\\
lu ■ /
0
0
>
a'
ƒkt�
`
k§
to
§
e
2z
®
kW
/
§\
tz
E
3
w
m=
}
0
go
§
,-
(
) §
� I|,
0.
|,||
\
(
\
P
)§°
\az§#�B
§\
§/ir
1,§
t]0
[#�
20
as<
$
)
§2
-
\wW
02
\\
Z§,
w
§
)M
§6
(Q&
§OL
W0
0
)£
www
§
/§
&&
R
/
-JZ
/$
Ew
_
� B/§
?§
§§
0
2
z
w
w
4
#w.0 -z i #w.O-
I 0
m
> a =
LU °}) / g
« ! _ LU
Q §S z
§ G/ LU/ <0 0
§
&ca
$
w
2
m
�
k
k
LU
■ z�§�\
2 & /
ƒ °
lu ■ /
_ $�
■-E
§§|!
a'
ƒkt�
`
to
�||
;!
�§|
;|!
� I|,
|,||
§
w
2
L
|
/�
2
z
\
k
i
t
/
)
\
—
/
§
}
_
k
k.)
§
\
§
&
§
Co
2
(
. (
/-
\
)
}
>
§
0
\
w
\
\
{,
§
¥ *
E
}
&
E
§ )
{
o
j(
¥®§�
��
V5
f
j
m
E
\/
#5
e
§2
w§
/k
z r
w
w
+
§
w
2
L
|
/�
— --
)er
)\
§
0
k
�
3
§ U)
w §
■ (
k k
�
0
a ,.
\
e k
§
z ,
�
§
_3H3e-ne'AB __
k
�
�
RL2
r-
}
�
0=
k
i
z
w ±
® §�
*
�
�
■ )
�
!
/
» ®`2t«
& 22
a||
~`
�
2
.
.,�
�||
!!
|§�
|||§,.
Rill
|,||
�
§
_3H3e-ne'AB __
k
�
�
RL2
r-
BACKFILL MATERIAL
(SEE NOTE 5)
CONCRETE CLASS C
(SEE NOTE 8)
FOUNDATION LEVEL
BACKFILL MATERIAL
(SEE NOTE 5) —
BEDDING MATERIAL
FOR RIGID PIPE
(SEE NOTE 6)
FOUNDATION LEVEL
BEDDING MA1
FOR FLEXIBLE
(SEE NOTE 7
FOUNDATION
W (SEE NOTE 4) LIMITS OF PIPE ZONE
I
f.,
(CLASS A DESIGN)
W (SEE NOTE 4)
DESIGN)
BEDDING FOR RIGID PIPE
I�1
LIMITS OF PIPE ZONE
11
00
(CLASS F DESIGN)
BEDDING FOR FLEXIBLE PIPE
NOTES:
1. PROVIDE UNIFORM SUPPORT UNDER BARREL
2. HAND TAMP UNDER HAUNCHES.
3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY
OVER PIPE. HAND TAMP ONLY.
4. SEE "EXCAVATION AND PREPARATION OF TRENCH" IN THE SANITARY
SEWERS SECTION OF THE STANDARD SPECIFICTATIONS FOR TRENCH WIDTH
W" AND TRENCHING OPTIONS. THE PIPE ZONE WILL BE THE ACTUAL
TRENCH WIDTH, EXCEPT FOR CLASS A BEDDING. THE MINIMUM CONCRETE
WIDTH SHALL BE 1-1/2 I.D. + 18"-
5. TRENCH BACKFILL SHALL CONFORM TO "BACKFILLING SEWER TRENCHES"
IN THE SANITARY SEWERS SECTION OF THE STANDARD SPECIFICATIONS,
EXCEPT THAT ROCKS OR LUMPS LARGER THAN 1" PER FOOT OF PIPE
DIAMETER SHALL NOT BE USED IN THE BACKFILL MATERIAL.
6. SEE "BEDDING MATERIAL FOR RIGID PIPE" IN THE AGGREGATES SECTION
OF THE STANDARD SPECIFICATIONS FOR THE MATERIAL SPECIFICATIONS.
7. SEE "BEDDING MATERIAL FOR FLEXIBLE PIPE" IN THE AGGREGATES
SECTION OF STANDARD SPECIFICATION FOR THE MATERIAL SPECIFICATIONS.
8. PIPE MUST BE ANCHORED IN SUCH A MANER AS TO ENSURE FLOW
LINE IS MAINTAINED.
1S OF PIPE ZONE
rem
4-4-97
2-21-91
* A = 4" MIN. 27" I.D. AND UNDER
6" MIN. OVER 27" LD.
PIPE BEDDING FOR SANITARY SEWER
O�C1 p� ADOPTED
CITY OF RENTON
a
STANDARD PLANS
IST DATE: 4/97
DWG. NAME: BW18C SP PAGE: 8077
BEDDING CLASS DESIGN
DIMENSION
CLASS A
CLASS B
CLASS C
CLASS D
CLASS F
A
4" MIN.
1/4 I.D.
12" MAX.
*
ZERO
B
1/4 O.D.
1/2 O.D.
1/8 O.D.
ZERO
O.D.
C
3/4 O.D.
1/2 O.D.
1/8 O.D.
O.D.
-
* A = 4" MIN. 27" I.D. AND UNDER
6" MIN. OVER 27" LD.
PIPE BEDDING FOR SANITARY SEWER
O�C1 p� ADOPTED
CITY OF RENTON
a
STANDARD PLANS
IST DATE: 4/97
DWG. NAME: BW18C SP PAGE: 8077
1 1/4•FOUNDARY NAME
�1/2' LETTERS RECESSED
TO BE FLUSH
Of
OO DO
S1NV1fiTgd ON d7 lIV31i15 01 TN
TOP VIEW
23 3/4"
O
ti
SIDE VIEW
2"
wo
`- LEVELING PADS
8 - 3/4"X 1 3/4"X 1/8"
O
7 1/4" FOR MACHIN]�'
CLEARANCE
BAR i" THICK
TYP. 4 PLACES
BARS 1 5/8" THICK
THIS AREA
BARS 1 3=/8" THICK
THIS AREA
END VIEW
�1 1/4"
I{
{ L 3/4"
1/2"
5/B"
SLOT DETAIL
7/8" TYP. SLOT
ROUND ELLIPTICAL TANGENT BETWEEN
TWO RADII
OPTIONAL DESIGN FOR GRATE OPENING ENDS
NOTES:
1. SLOT FORMED AND RECESSED FOR 5/8"-11 NC X 2" SOCKET HEAD
(ALLEN HEAD) BOLT.
2. GRATE SHALL BE DUCTILE IRON.
3. SHALL CONFORM TO SEC. 9-05.15 OF THE STANDARD
SPECIFICATIONS.
4. USE VANED GRATE IN CURB LINE -
5. USE FRAME SHOWN IN STANDARD DETAIL D-7.
/4"
6. GRATE IS OLYMPIC FOUNDRY #SM50G OR EQUAL. SURFACE WATER UTILITY
CATCH BASIN FRAME & GRATE DETAILS
(SHEET 1 OF 2)
Y p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LS' DATE: 12/96
DATE I REVISION I BY IAPPR'DI DWG. NAME: BR -18 SP PAGE: 8020.1
LEVEL PADS (16)
3/4"X 2 1/4"X 1,
NOTES:
PLAN
18"x24" 9/16" 1 1/2"
(+1 /32", -0" TYP)
4
4"
E--16"x22" -- f
3/4"-J
17 3/4"x23 3/4"
(+1/32", -0" TYP)
25"x31 "
ELEVATION
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.
CATCH BASIN
VERTICAL CURB WALL
1-111111 I'll,
EXTRUDED CURB
SURFACE WATER UTILITY
CATCH BASIN FRAME & GRATE DETAILS
(SHEET 2 OF 2)
ADOPTED
GTTY OF RENTON
(0 -,
STANDARD PLANS
IST DATE: 12/96
DWG. NAME: BR -18A SP PAGE: B020.2
25"
2 1/2"_
SEE NOTE 1
31'
PLAN
18"x24" 9/16" 1 1/2"
(+1 /32", -0" TYP)
4
4"
E--16"x22" -- f
3/4"-J
17 3/4"x23 3/4"
(+1/32", -0" TYP)
25"x31 "
ELEVATION
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.
CATCH BASIN
VERTICAL CURB WALL
1-111111 I'll,
EXTRUDED CURB
SURFACE WATER UTILITY
CATCH BASIN FRAME & GRATE DETAILS
(SHEET 2 OF 2)
ADOPTED
GTTY OF RENTON
(0 -,
STANDARD PLANS
IST DATE: 12/96
DWG. NAME: BR -18A SP PAGE: B020.2
FIRE HYDRANT SHALL BE COREY -TYPE EQUAL TO IOWA F-5110 OR
COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER
SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL
JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2"
HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER
CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR,
4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS
STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO
BE PAINTED WITH TWO COATS OF PAINT. KELLY-MOORE/PRESERVATIVE
PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR
APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS
DIRECTED BY RENTON FIRE DEPARTMENT_. FIRE HYDRANT EXTENSION TO
BE USED IF REQUIRED.
a,
-18" TO 20" BEHIND BACK OF
CURB OR 12" BEHIND BACK OF
SIDEWALK THAT IS ADJACENT TO
CURB
TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER.
EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION
4.875" x 5" STORZ WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT
EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090).
MAX 4" /
MIN 2" RAISED PAVEMENT MARKER TYPE 88
A8 STIMSONITE TWO-WAY BLUE.
42" MIN ��F CONCRETE BLOCKING -
BURY F
MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET.
6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT
6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT
16" x 8" x 4" 2-3/4" COR-TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS.
MININUM CONCRETE
BLOCK UNDER
HYDRANT -1/2 YARD WASHED DRAIN ROCK (3"TO 3/8") MIN.
V ABOVE BOOT FLANGE. PLACE 8 MIL .
POLYETHYLENE FILM AROUND TOP AND SIDES OF
GRAVEL.
CUT
FIRE HYDRANT ASSEMBLY
LEVEL ALL GROUND
MIN 3' RADIUS
4.875" x 5"
STORZ
HYDRANT LOCATION IN CUT OR FILL
LEVEL ALL GROUND
MIN 3' RADIUS
ONE MAN ROCK
1
6p
FILL
FIRE HYDRANT ASSEMBLY DETAIL
G1S1' p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 04/04
DWG. NAME: BR24 SP PAGE: Bl02
MARKER MARKER
I
I .
TWO LANE ROAD OFFSET
MARKER TO INDICATE
WHICH SIDE OF STREET
HYDRANT IS ON (4" FROM
DOTS OR PAINTED LINE)
MARKER
FOUR LANE ROAD OFFSET
MARKER TO INDICATE WHICH
SIDE OF STREET HYDRANT IS
ON (4" FROM DOTS OR
PAINTED LANE DIVIDER)
HYDRANT MARKERS
4,
RAISED PAVM_EINT MARKER TYPE 88 AB
STIMSONITE TWO-WAY (BLUE)
MARKER
ON SIDE STREETS WHERE THE
HYDRANT IS WITHIN 20' OF A
MAIN TRAVELED STREET, THE
MARKER IS TO BE INSTALLED
ON THAT MAIN STREET
MARKER
• 4
FIVE LANE ROAD OFFSET
MARKER TO INDICATE WHICH
SIDE OF STREET HYDRANT IS
ON (4" FROM DOTS OR
PAINTED LANE DIVIDER)
HYDRANT MARKERS
ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 12/96
DWG. NAME:
BR24A SP PAGE: 6103
WATER MAIN
2" CLOSE NIPPLE
2" 90' ELBOW ---------------
CONCRETE BLOCKING
TWO PIECE CAST IRON VALVE — \
EQUAL TO OLYMPIC FOUNDRY CO.
STANDARD 8" TOP SECTION, WITH
REGULAR BASE SECTION LENGTH
TO FIT.
2" RESILIENT SEATED
GATE VALVE, SCREWED
2" GALVANIZED
PIPE 12" LONG
2" CLOSE NIPPLE
BETWEEN CAP OR PLUG
AND 2" 90' ELBOW
r—IF ADDITIONAL ADJUSTMENT IS
REQUIRED, INSTALL 2-2" CLOSE
NIPPLE AND 2-2" 90' BEND, SCREWED
AT THIS POINT. FIELD LOCATE PLASTIC METER BOX IN
PLANTER OR CAST IRON BOX IN PAVED
OR CONCRETE AREAS.
2" CLOSE NIPPLE
2" 90' ELBOW
2" GALVANIZED PIPE AS REQUIRED
PLAN
VALVE NUT EXTENSION AS REQUIRED
(SEE DWG BR46 / PAGE B090)
IGROUND LINE CONCRETE SIDEWALK
�-i 6" MAX.
� o00',oepd0
INSTl�L 4 MIL POLYETHYLENE �g" MAX. o� a��.-oo_ °ova.
PLASTIC COVER OVER WASHED o.°oo .00,00°0000
GRAVEL. CUT HOLE FOR PIPE °�p'°�
moo
b'."000 Op.o 00
10 CU. FT. WASHED GRAVEL PASSING
1-1/2" AND RETAINED ON 1/4" MESH
FOR DRAIN
ELEVATION
2 112" NST (HOSE)
AND 2 1/2" FNST
CAP WITH GASKET
2"x2"x2" TEE AND 2" CAP
2" CLOSE NIPPLE BEWTEEN TEE
AND 90' ELBOW.
2" 90' ELBOW
PERMANENT 2" BLOW—OFF ASSEMBLY
(FOR 8" MAINS AND SMALLER)
U1�Y p� ADOPTED
crnr OF FJDMN
a
STANDARD PLANS
N T O$ LST DATE: 04/04
DWG. NAME: BR25A SP PAGE: B105
CONCRETE BLOCKING SIZING PROCEDURE
A. GENERAL
The amount'of concrete required to anchor horizontal bends,
tees, and dead ends depends on the strength of the soil. The
methods of placing concrete to keep the joint accessible is
shown in Figure 1. The area square feet of concrete which
must bear against the side of the trench is found by dividing
the thrust in pounds shown in Table 1 by the safe bearing load
of the soil as shown in Table 2.
B. CRITERIA
1. The sizing procedure is for horizontal or downward
thrust only.
2. Height of the thrust block must be equal to or less
than 1/2 the depth from the ground surface to the block
base.
3. The thrust block bearing face is approximately
rectangular.
4. The concrete blocking shall be as per APWA
Specification 74-2.14.
C. SYMBOLS
d = Outside Diameter of Pipe in Feet
T = Thrust in Pounds at the Fitting (Table 1)
SBL = Safe Bearing Load in Pounds/Sq. Ft. (Table 2)
h = Depth of Trench in Feet
W = Wdlh of Trench in Feet
A = Area of Concrete which must bear against
the Side of the Trench in Sq. Ft.
Hm = Maximum Height of the Thrust Block in feet
Dc = Depth of the Concrete Thrust Block to
Bearing Surface in Feet
Lm = Maximum Length of the Thrust Block in Feet
GROUND SUFACE
i F d
h
HIM= 2
BLOCK BASE
Da
W
1. Area of Concrete (A) = Thrust (In Pounds- T
Safe Bearing Load (In Pounds/Sq. Ft.) SBL
2. Maximum Height of Thrust Black (Hm) = Depth of Trench in Feet _ h
2 2
(Width of Trench in Feet) -
3. Depth of Concrete Thrust Block = Dutside Diameter of Pipe in Feet) _ W -d
2 2
4. Maximum Length of Thrust Block (Lm) = Area of Concrete - A
Maximum Height Hn
5.- Required Amount of Concrete (Cu. Yd.) _ (Height x Depth x Length) x 0.03704
_ (Hm x Lm x Dc) x 0.03704
E. EXAMPLE _
1. Problem:
Calculation of the amount of concrete required to block a 90' bend in an 8'
C.I. water main; the normal operating pressure in the pipe will be 65 psi and the soil
condition in the area indicates sand and gravel.
2. Solution: -
- Maximum testing pressure (See Table 1) = 300 psi. = 075 ft.
Duside diameter of 8 pipe = 9.05 in. - 9.05/12
Go to Table 1: The testing pressure of 300 psi, we see -
that the thrust on a 90' bend is 21,360 pounds.
wf-VIII
..
Ai
TEE
22-1/20
450BEND
- Go to Table 2: Table 2 gives the safe bearing load for
Bond and gravel: 3,000 lbs./sq. ft.
- Go to Figure 1: figure 1 indicates the position
of the concrete for blocking the 90' bend.
- Go to the specifications of the project and find
depth of trench (h) = 4 feel
- Width o1 trench (W) = 3 feet
With the above an embled information,
we proceed to thefinal calculations:
Thrust - 21,360
Area of Concrete (A) = = 7 12 sq ft.
Safe Bearing Load 3,000
- Maximum Height of Thrust Block (Hm) = Depth of Trench in Feet
2
h 4
= 2 = 2 = 2.0 fl.
- Depth of Concrete Thrust Block (Dc)
Width of Trench in Feet (W) - Outside Diameter of Pipe (d)
2
3- 0.75 = 1.13 ft.
2
- Maximum Length of Thrust Block (Lm) =
A ' 7.12
Hm 2.0 _ 3.56 ft.
- Required Amount of Concrete (Height x Depth x Length) x 0.03704
(Hm x Lm x Dc) x 0.03704
=(2.0 x 3.56 x 1.13) x 0.03704
= 0.30 cu. yd.
Size
Pressure
PSI
Thrust
at Fittings in Pounds
Tees 90' 45
22-1/2 11-1/4
STANDARD PLANS
Dead Ends
Bend
Bend
Bend
Bend
3'
300
2,120
3,OOD
1,630
830
430
4"
300
3.780
5,370
2,910
1,470
750
6"
300
8,500
12,000
6,510
3.320
1,700
8'
300
15,100
21,360
11,550
5,880
3,020
10"
275
21,620
30,570
16,540
8,430
4,330
12'
250
33,930
48,000
25,950
13.260
6,780
14"
250
46,200
65,370
35,340
10,030
9,240
16'
225
45,250
64,000
34,620
17,650
9,050
18"200
50,900
72,000
38,940
19,860
10,180
20"
2D0
62.840
88,900
48,080
24,520
12,560
24"
200
90,480
127,980
69,2DO
35,320
18.100
30"
200
141,370
199.960
108,150
1
55,140
28,280
36"
2D0
203,580
287,950
155,740
79,400
140,720
TABLE 2
Safe Bearing Loads 'n Lb /Sa Ft.
The sofe bearing loads given In the following table are for
horizontal thrusts when the depth of cover over the pipe
exceeds 2 feet:
Safe Bearing Load
SOIL Lb. per Sa FL
-Muck, peat, etc. 0
Soft Clay 1,000
Sand 2,000
Sand and Gravel 3,000
Sand d Grovel Cemented with Cloy 4,000
Hard Shale 10,000
-in muck or peal, oil thrusts shall be restrained by piles or
.tie rods to solid foundations or by removal of muck
or peat and replacement with ballast of sufficient'
stability to resist thrusts.
90 BEND
11-1 /4
FIGURE 1
NOTE: FOR CONVEX VERTICAL BENDS BLOCKING
SEE APWA STANDARD PLAN NO. 73.
CONCRETE BLOCKING SIZING PROCEDURE
p�
ADOPTED
Gti'tY
Crff OF RENTON
STANDARD PLANS
LST DATE: 12/96
3/6/95 CORRECTED COLUMN HEADINGS DCV AG
DATE REVISION BY PPR D DWG. NAME: BR26 SP PAGE: 8085
MORTAR FILLET
MANHOLE FRAME AND COVER
SEE DRAWING BR29
(SP PAGE B074)
ADJUSTMENT (4" MIN.)
CONE
RUBBER GASKETED JOINTS IN
ACCORDANCE WITH ASTM C-443
STEPS - 3/4" DEFORMED BAR
STEPS SHALL BE INCLUDED
CONCRETE RISER BY PIPE INC.,
OR APPROVED EQUAL.
MAX. PIPE SIZE - 'E'
LADDER -STD. ALUMINUM
OR GALVANIZED STEEL
CONCRETE SHELF
PRECAST BASE SECTION
OR CAST IN SHELF-.
SANITARY MANHOLE TYPICAL DETAIL
NOT TO SCALE
'A' 'B' 'C' 'D' 'E'
48" MH 48" 6" MIN. 5"MIN 24" MIN, 21" I.D.
54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D.
60" MH 60" 8" MIN. 6" MIN. 42" MIN. 30" I.D.
NOTES
1. STEPS TO BE 3/4" 0 DEFORMED BAR GALVANIZED SAFETY STEPS OR EQUAL.
2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED.
3. CASTING TO BE PER DRAWING BR29.
4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE.
5. ALL JOINTS SHALL BE GROUTED.
6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING,
COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR
APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE.
7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443.
8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE.
9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR
APPROVED EQUAL.
10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING
AND FALL PROTECTION SYSTEM INSTALLED.
4 10 0 Revised notes. hnH I DMC
0/17/961 Added notes. AG
DATE I REVISION I BYIAPPR'j
SANITARY MANHOLE
TYPICAL DETAIL
ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE:O4/03
DWG. NAME: BR28 SP PAGE: 130711
1�
I 234'
333'
NOTES:
1. ALL COVERS SHALL BE LOCKING LID PER INLAND FOUNDRY CO. INC.
No. 817 (LOCKING) OR EQUAL.
2. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER),
SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER").
Revised notes and Detail.
Added notes.
am
m--I
LI - I l l
25'
8'
2T I }
21
SPECIFY
LETTERING
MANHOLE
FRAME AND COVER
p�
ADOPTED
(y
CTfY OF RENTON
:Ivo;
STANDARD PLANS
IS DATE:4/2003
DNC
AG
SPR DWG. NAME: BR29
SP PAGE:8074
3'-0" I 6"
w
WIDENED CURB
BIFrf- - B
4
J11
18" O
12" ii� �\
I FACE OF CURB
SLOPE 0.05 FT/FT
STREET SECTION
CONSTRUCTION JOINTS
NORMAL GUTTER GRADE
a
NOTES: SECTION A -A
1. 3' TO 5' DRAFT PERMITTED AS NEEDED.
2. WELDING NOT PERMITTED.
3. DIMENSIONS SHALL HAVE ±1-/16" TOLERANCE EXCEPT AS NOTED.
4. FOUNDRY NAME SHALL BE EMBOSSED ON TOP OF GRATE.
LETTERING TO BE RECESSED 1/16".
5. SEATING OF GRATE SHALL BE ACCOMPLISHED BY ONE OF THE
FOLLOWING:
ALTERNATE A SHALL BE 8 PADS, 1 1/2% 3/4% 1/8"
INTEGRALLY CAST WITH THE GRATE.
ALTERNATE B SHALL BE A MACHINED SURFACE OUTSIDE A
17" CIRCLE, BOTTOM ONLY (SEE SECTION B—B).
6. MATERIALS IN ACCORD WITH DIVISION 9 OF STANDARD
SPECIFICATIONS SECTION "METAL FRAME AND GRATE FOR
CATCH BASIN OR INLETS".
7. MATERIAL USED FOR GRATE SHALL BE DESIGNATED BY
EMBOSSING "DI" (DUCT IRON) OR "CFS" (CAST STEEL) NEAR
MFR'S NAME.
7. SEE DWG. NAME BR -32 FOR FRAME AND GRATE DETAIL.
GRATE IS OLYMPIC FOUNDRY #SM50G, #SM50GL,
#SM50SL, OR EQUAL.
FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. SURFACE WATER UTILITY
OPEN CURB FACE
FRAME & GRATE INSTALLATION DETAIL
G�CY p� ADOPTED
CTTY OF RMON
STANDARD PLANS
LST DATE: 12/96
DWG. NAME: BR -30 SP PAGE: 6017
30"
24" 4"
SECTION B -B
26" I.D.
- 27 1/2" O.D.
C
NOTES:
✓ELING PAD /TYP).
18"
II
�- -- 20" -I 4"
�-
SECTION A -A
6"
T ----T
8"
1
12-1" DIA. HOLES FOR
3/4" BOLT, WASHER,
AND NUT
SECTION C -C
1. GRATE SHALL BE DUCTILE IRON: OLYMPIC FOUNDRY
#SM5OG, #SM5OGL, #SM5OSL OR EQUAL.
2. FRAME IS OLYMPIC FOUNDRY #SM52 OR EQUAL.
3. LEVELING PADS ARE 1/8"x 3/4"x 2 1/4"
APPROXIMATE WEIGHTS
FRAME 104 LBS.
GRATE 220 LBS.
HOOD 71 LBS.
TOTAL 395 LBS.
SURFACE WATER UTILITY
OPEN CURB FACE FRAME
& GRATE DETAILS
ADOPTED
CITY OF RENTON
♦ i
STANDARD PLANS
LST DATE: 12/96
DWG. NAME: BR -32 SP PAGE: BO18
15"x27" PLASTIC METER BOX EQUAL TO MID -STATES PLASTIC,
INC. BCF SERIES MSBCF 1527-18 WITH 1.75" THICK DUCTILE CITY PRIVATE
IRON DIAMOND PLATE COVER 16'x27" EQUAL TO MID -STATES
PLASTICS, INC. MSCBC-1527-R WITH READER LID AND 1-5/8 PIPING PIPING
DRILLED HOLE FOR TOUCHREAD PIT LID (SEE -A)
Li ui
JI IN UNIMPROVED RIGHT OF JI
WAY INSTALL METER BOX AT
PROPERTY LINE WITH 12"
w • LONG COPPER TAILPIECE. w
. " MAXIN o I SIDEWALK a
12 M
FINISH GRADE _ _ _ -
? ¢ ef TOUCHREAD WATER
- - > METER TO BE
o u SUPPLIED BY THE 12 Z xa
36 MIN COVER n CITY M,>
TYPE "K" SOFT b O
COPPER TUBING "
22-1/2' ///
NEW DUCTILE
IRON
WA7ERMAIN
7SERVICEHOUSE IS 3/4" OR 1"
THE FUTURE 7 GALVANIZED
33 OR 44 FIDT PLUG
xCOMESSONUPLING
LOOP DOWN TO CENTERLINE
OF WATER MAIN. TO
PROVIDE SLACK IN COPPER' COPPERSETTER FOR 5/8"x3/4" METER: FORD
SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WC0033, OR
MUELLER: B-1427-3/4 WITH ANGLE BALL VALVE ON INLET AND
SINGLE CHECK VALVE ON OUTLET
CORPORATION STOP. FORD TAPERED THREAD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR
(CC). PACK JOINT McDONALD BRASS: 21-415WCOO44, OR MUELLER: B-1427-1
(3/4" F1OOO-3-G) OR AY MCDONALD 47010 BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER.
(1" F1OOO-4-G) OR AY MCDONALD 47010 PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK
VALVE ON OUTLET. ALL PACK -JOINT FITTINGS SHALL BE WITH
GRIPPER.
NOTE:
ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL -BE
CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON
BOTH SIDES OF METER BOX.
A— A DRILL 1-5/8" DIA. HOLE FOR AMR
(AUTOMATIC METER READ) TOUCHREAD DEVICE
L — — — 2-1/2" MIN. FROM NEAREST
AND FRONT EDGE OF PIT LID
I
TYPICAL
RIB NOTE:
J
THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM
UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE
NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN
ONE RIB.
3/4" & i" WATER SERVICE
GlCY p� ADOPTED
CITY OF RENTON
~ _ + STANDARD PLANS
LST DATE:O4/04
DATE REVISION BY APPR DWG. NAME: BR41 SP PAGE: B106
15"x27" PLASTIC METER BOX EQUAL TO MID -STATES PLASTIC,
INC. BCF SERIES MSBCF 1527-18 WITH 1.75" THICK DUCTILE
IRON DIAMOND PLATE COVER 16"x27" EOUAL TO MID -STATES
PLASTICS, INC. MSCBC-1527-R WITH 1-5/8" DRILLED HOLE
FOR TOUCHREAD PIT LID (SEE DETAIL A -A)
9" MIN
12" MAX
LOOP DOWN TO CENTERLINE
OF WATER MAIN TO
PROVIDE SLACK IN COPPER
SERVICE LINE TO METER.
CORPORATION STOP. FORD TAPERED
THREAD (CC). PACK JOINT
(3/4" 71000-3-G)
(1" F1000)
CITY
PIPING
FINISH GRADE
CITY OF RENTON
_
X
z_I
STANDARD PLANS
36" MIN COVER
J
- - O
N o v
PROPERTY LINE WITH 12"
22 -1/2 -
w•
w
NEW DUCTILE
SIDEWALK
0_I
af
IRON
CC,-
WATERMAIN
/
LOOP DOWN TO CENTERLINE
OF WATER MAIN TO
PROVIDE SLACK IN COPPER
SERVICE LINE TO METER.
CORPORATION STOP. FORD TAPERED
THREAD (CC). PACK JOINT
(3/4" 71000-3-G)
(1" F1000)
CITY
PIPING
TOUCHREAD WATER
METER TO BE --112" MIN
SUPPLIED BY THE
CITY
TYPE "K" SOFT
/ COPPER TUBING
IF SERVICE LINE TO HOUSE IS
TO BE INSTALLED IN THE FUTURE
INSTALL FORD C14-33 OR 44 FIDT
x COMPRESSION COUPLING
COPPERSETTER FOR 5/8"x3/4" METER: FORD
VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCO033, OR
MUELLER: B-1427-3/4 WITH ANGLE BALL VALVE ON INLET AND
SINGLE CHECK VALVEON OUTLET
COPPERSETTER FOR 1" METER: FORD VH72-15W-44-44G, OR
McDONALD BRASS: 21-415WC0044, OR MUELLER: B-1427-1
BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER.
PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK
VALVE ON OUTLET. ALL PACK -JOINT FITTINGS SHALL BE WITH
GRIPPER.
NOTE:
ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE
CAST-IRON. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX.
PRIVATE
PIPING
3/4" OR 1"
GALVANIZED
PLUG
ADRILL 1-5/8" DIA. HOLE FOR
TOUCHREAD DEVICE
2-1/2" MIN. FROM NEAREST
r — AND FRONT EDGE OF PIT LID
I
I
RIB
J NOTE:
THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM
UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE
NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN
ONE RIB.
3/4" & 1" WATER SERVICE
Z_ x ,
a
�>
� o0
N 1) U
ADOPTED
CITY OF RENTON
dIN
UNIMPROVED RIGHT OF
z_I
STANDARD PLANS
WAY INSTALL METER BOX AT
J
PROPERTY LINE WITH 12"
LONG COPPER TAILPIECE.
w•
w
SIDEWALK
0_I
af
CC,-
CIL
TOUCHREAD WATER
METER TO BE --112" MIN
SUPPLIED BY THE
CITY
TYPE "K" SOFT
/ COPPER TUBING
IF SERVICE LINE TO HOUSE IS
TO BE INSTALLED IN THE FUTURE
INSTALL FORD C14-33 OR 44 FIDT
x COMPRESSION COUPLING
COPPERSETTER FOR 5/8"x3/4" METER: FORD
VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCO033, OR
MUELLER: B-1427-3/4 WITH ANGLE BALL VALVE ON INLET AND
SINGLE CHECK VALVEON OUTLET
COPPERSETTER FOR 1" METER: FORD VH72-15W-44-44G, OR
McDONALD BRASS: 21-415WC0044, OR MUELLER: B-1427-1
BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER.
PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK
VALVE ON OUTLET. ALL PACK -JOINT FITTINGS SHALL BE WITH
GRIPPER.
NOTE:
ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE
CAST-IRON. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX.
PRIVATE
PIPING
3/4" OR 1"
GALVANIZED
PLUG
ADRILL 1-5/8" DIA. HOLE FOR
TOUCHREAD DEVICE
2-1/2" MIN. FROM NEAREST
r — AND FRONT EDGE OF PIT LID
I
I
RIB
J NOTE:
THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM
UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE
NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN
ONE RIB.
3/4" & 1" WATER SERVICE
Z_ x ,
a
�>
� o0
N 1) U
ADOPTED
CITY OF RENTON
f f
STANDARD PLANS
LST DATE: 2/04
DWG. NAME: BR41—TR SP PAGE: 8106
CEMENT CONCRETE
CURB AND GUTTER
3/6" PREMOIDED JOINT FILLER
I � I
I
5' 0" R r� R.
� 5'-0" R.
4'-8 1/4" 5" ` 5 4' - 8 1/4"
CATCH BASIN FRAME AND GRATE
GUTTER PAN (NOT INCLUDED IN BID ITEM)
PLAN VIEW
CATCH BASIN GUTTER, PAN
2'-8"
SLOPE GUTTER PAN
DOWN TO FRAME
5 1/2" AND GRATE
MATCH
t /2" R. 1" R. ROADWAY
SLOPE
1
RECESS
• ° ••. 06 1/2"
D
• D
ADJUSTMENT SECTION p
(NOT INCLUDED IN BID ITEM) _
D
SECTIONAO
5"
TOP OF
1/2" R. /— ROADWAY
i
.D
• VARIES
'D
CATCH BASIN OR INLET
,•
It, ' (NOT INCLUDED IN BID ITEM)
D
6 1/2-
5 1/2"
1/2" R. V
MATCH
ROADWAY
SLOPE
• p
1/2" R.
.D D Tcp
Or
•'D , p'
ROADWAY
f VARIES
r
SECTION OB
CEMENT CONCRETE
CURB AND GUTTER PLAN
SHEET 1 OF 1
Y p� ADOPTED
CITY OF RENTON
STANDARD PLANS
DATE: 12/17/2002
DWG. NAME: F01A SP PAGE: F -1a
CONTRACTION JOINT
IN SIDEWALK ONLY
EXPANSION JOINT IN BOTH
CURB AND SIDEWALK
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.)
L + 2%
1/4" PREMOLDED
JOINT FILLER
CEMENT CONCRETE SIDEWALK
ADJACENT TO CURB
BROOMED FINISH
4" WIDE, SMOOTH
/% TROWELED PERIMETER
CEMENT CONCRETE CURB
(CURB AND GUTTER SHOWN)
NOT INCLUDED IN BID ITEM
CURB NOT
INCLUDED
IN BID ITEM.
CEMENT CONCRETE SIDEWALK
SHEET 1 OF 3
- Y 0� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 03/2004
DWG. NAME: F03 SP PAGE: F-3
V— 0"
MIN.1 6-1
SIDEWALK
VARIES — 6' — 0" MIN.
(SEE CONTRACT)
1/2" R. (TYP.) —
n�
2 %
S�
_
CSP 8.,
SEE RAISED
1/4" PREMOLDED
EDGE DETAIL
JOINT FILLER
CEMENT CONCRETE SIDEWALK
WITH RAISED EDGE
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK 6'1
VARIES ^- 6' — 0" MIN.
(SEE CONTRACT)
1/2" R. (TYP.)
2% 2%
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
VARIES ^- 5' — 0" MIN. V
(SEE CONTRACT)
1/2" R. (TYP.)
2% 2%
CEMENT CONCRETE SIDEWALK
ADJACENT TO BUFFER STRIP
BUFFER STRIP
RIES — 3' — 0" N
(SEE CONTRACT)
CURB NOT
INCLUDED
N BID ITEM
CURB NOT
INCLUDED
IN BID ITEM
CEMENT CONCRETE SIDEWALK
SHEET 2 of 3
ADOPTED
CITY OF RENTON
STANDARD PLANS
N -T IST DATE: 03/2004
DWG. NAME: F03 SP PAGE: F-3
112" R.
NOTE: EXTEND SIDEWALK TRANSVERSE
JOINTS TO INCLUDE RAISED EDGE
RAISED EDGE DETAIL
WALL OR BARRIER
SIDEWALK
V-1 /2" R.
p
[�C?
D cL
1/4" PREMOLDED
JOINT FILLER
SIDEWALK ADJACENT
TO WALL DETAIL
3
P�
TO
PREMOLDED
JOINT FILLER
EO EXPANSION JOINT
SEE
CONTRACTION
JOINT
-- FACE OF CURB
1"
i— 1" R.
TOP OF
ROADWAY
12„
8" 6 1/2"
NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION
JOINTS TO INCLUDE CURB (FULL DEPTH)
CURB FACE DETAIL
z 1 /8" TO 1/4"
D � D
CO CONTRACTION JOINT
CEMENT CONCRETE SIDEWALK
SHEET 3 of 3
Y p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 03/2004
DWG. NAME: F03 SP PAGE: F-3
DRIVEWAY \�
(BY OTHERS)
CEMENT CONCRETE DEPRESSED
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
TYPE 3N 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
lur
CEMENT CONCRETE
CURB &GUTTER
(SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3; & 4
Sheet 2 of 6
Y 0 ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 03/2004
DWG. NAME: F04 SP PAGE: F-4
,11
DRIVEWAY
(BY OTHERS) "' CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
Jli
CEMENT CONCRETE DEPRESSED
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
04 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
EEE�
FATS IRLl/ICIl1N IAV 4PPR'
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 2 of 6
ec,ADOPTED
CITY OF RENTON
STANDARD PLANS
IST DATE: 03/2004
DWG. NAME: FO4 SP PAGE: F-4
(TYF
�L
L
RAMP WITH 12H:1V , SEE NOTE 1 CEMENT CONCRETE
SLOPE (TYP.)CURB & GUTTER
PLAN VIEW B (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 /y io
CEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.)
SIDEWALK O SECTION (SEE STD. PLAN F-3)
6'-0'
6'-0-
1/2"
'-0`
1/2„ R (TYP)
VARIES
27
3/8" EXPANSION JOINT
(TYP.) (SEE STD. PLAN F-3)
/DRIVEWAY SECTION O
(BY OTHERS)
f1ATP- 1 RFl/ICI(1N RY IAIDIDPIJ
YP.)
CONTRACT)
)
IENT CONCRETE SIDEWALK
7
X�
7
DEPRESSED
CURB & GUTTER
(SEE NOTE 3)
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
GST Y �
t
DWG. NAME: FO4
Sheet 3 OF 6
ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 03/2004
SP PAGE: F-4
6'-0" VARIES 14' MIN. (SEE CONTRACT) 6'-0"
3/8" EXPANSION
(SEE STD.
JOINT
PLAN F-3)
CEMENT CONCRETE
PEDESTRIAN
(WHEN S
(SEE STD..
CURB ('
IN
D LAN F-1
PLAN
CEI'
�j
1
I
I
RAMP WITH 12H:1V , SEE NOTE 1 CEMENT CONCRETE
SLOPE (TYP.)CURB & GUTTER
PLAN VIEW B (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 /y io
CEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.)
SIDEWALK O SECTION (SEE STD. PLAN F-3)
6'-0'
6'-0-
1/2"
'-0`
1/2„ R (TYP)
VARIES
27
3/8" EXPANSION JOINT
(TYP.) (SEE STD. PLAN F-3)
/DRIVEWAY SECTION O
(BY OTHERS)
f1ATP- 1 RFl/ICI(1N RY IAIDIDPIJ
YP.)
CONTRACT)
)
IENT CONCRETE SIDEWALK
7
X�
7
DEPRESSED
CURB & GUTTER
(SEE NOTE 3)
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
GST Y �
t
DWG. NAME: FO4
Sheet 3 OF 6
ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 03/2004
SP PAGE: F-4
3/8" EXPANSION JOINT (TYP.
(SEE STD. PLAN F-3)
CEMENT CONCRETE
SIDEWALK
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 3)
PLAN VIEW
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 2
NOT TO SCALE
VARIES — 6" to 0
7'-6" VARIES — 14' MIN.
(
DRIVEWAY TAPER SEE CONTRACT)
VARIES — 2' 6" to 0
I
CEMENT CONCRETE
SIDEWALK SECTION CO
4'-0"
1/2" R (TYP.)
2% �
3/8" EXPANSION JOINT _
DRIVEWAY (TYP•) (SEE STD. PLAN F-3)
(BY OTHERS)
DRIVEWAY
ENTRANCE
SIDEWALK
(TYP.)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
DRIVEWAY
DRIVEWAY
ENTRANCE
ENTRANCE
SIDE SLOPE
I SIDEWALK
VARIES
VARIES —
5'-0" to 0
0 TO 7'-6"
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
6'-0"
DEPRESSED
i° CURB &GUTTER
(SEE NOTE 3)
SECTION OD
f)ATP7 I RFl/ICI(1NI I my AQDP'
A
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 4 OF 6
Y p� ADOPTED
CITY OF RENTON
♦AM t
STANDARD PLANS
IST DATE: 03/2004
DWG. NAME: FO4 SP PAGE: F-4
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
\ CEMENT
CONCRETE
SIDEWALK
VARIES - 14' MIN. (SEE CONTRACT)
r
X Y
3' 0"
13' 1"
4. 0"
10' 9"
5' 0"
7' 8"
0
J�-
�y
OI
� Jx w V7
� F 4
.1x
F X
BUFFER STRIPSEE NOTE 1
_ E 2 6" 2 6" N& GUTTER
(TYP.) CURB
Y - BID ITEM (SEE NOTE 3)
- DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
PLAN VIEW
-
CEMENT CONCRE�DRIVEWAY ENTRANCE TYPE ENTRANCE TYPE 3
NOT TO SCALE .
DRIVEWAY 5'-0" 6'-0"
(BY OTHERS) 1/2" R (TYP.) o
2%
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
SECTION O
DEPRESSED
CURB & GUTTER
(SEE NOTE 3)
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
'° - 1O (TYP.)
m
SECTION O
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 5 OF 6
�lRY p� ADOPTED
CITY OF RENTON
+ +
STANDARD PLANS
N T 82 LST DATE: 03/2004
nATP7 I RP\nclnNl I av IApppJ DWG. NAME: F04 SP PAGE: F-4
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
ILI
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
BID ITEM
VARIES — 14' MIN. (SEE CONTRACT)
0
SEE NOTE 1
CEMENT CONCRETE
H CURB & GUTTER
(SEE NOTE 3)
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 4
NOT TO SCALE
VARIES 6'-0" to 0 I VARIES ^- 14MIN. I VARIES 6'-0" to 0
(SEE CONTRACT)
DRIVEWAY ENTRANCE VARIES 6`' to 0
SIDE SLOPE (TYP.)
0 0
0
3/8" EXPANSION JOINT (TYP.)
SECTION O (SEE STD. PLAN F-3)
6'-0"
DEPRESSED
1/2" R (TYP.) fO� CURB & GUTTER
(SEE NOTE 3)
DRIVEWAY
(BY OTHERS)
SECTIONHO
f1GTF I RFVICI(1f l IAV AQmp'
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
G~� Y
DWG. NAME: FO4
Sheet 6 OF 6
ADOPTED
CM OF RENTON
STANDARD PLANS
LST DATE: 03/2004
SP PAGE:F-4
bANU-11 bfh
OR APPROVE[
v^
MOUNTING ON METAL POLE
4"x4" PRESSURE
TREATED POST
12'
TYPICAL
OR AS
REQUIRED
2' MIN.
TOI EDGE OF SIGN
7' MIN
TO BOTTOM
OF SIGN
EDGE OF TRAVELED
ROADWAY
30'�
go.
3'
FOR REFLECTORIZED SIGNS: MOUNT
FACING 3' OUTWARD IF SIGN IS WITHIN
30 FEET OF ROADWAY
SIGN FACE ORIENTATION
5/16"x2-1/2" GALVANIZED
LAG SCREWS WITH
GALVANIZED WASHERS.
30" MIN,
REPLACE TO MATCH EXISTING
ADJACENT MATERIAL
COMPACTED SELECT.FILL MATERIAL
MOUNTING ON WOOD POST
SIGN MOUNTING ON SINGLE
WOOD OR METAL POST
n*vv
ADOPTED
CTTY OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
DWG. NAME: GR01 SP PAGE: G021
5" +
2-1/2"
1-1/2 T
STD 90' BRACKET OR 360'
ADJUSTABLE BRACKET IF
REQUIRED.
PIPE CAP
2" GALVANIZED
STEEL PIPE -
a
CEMENT
1-1/2' CONCRETE
CLASS 'B'
3'
5/8th
1-1/2' MINUS
CRUSHED
ROCK
42" MAX
24" MIN
M
8'- 6' 2' MIN CLEARANCE
FROM FACE OF
CURB.
10' MIN CLEARANCE
IF NO CURB. ,
GROUND MOUNTED STREET NAME SIGNS
G1ZY o� ADOPTED
CITY OF PENTON
STANDARD PLANS
LSI' DATE: 10/30/96
DWG. NAME: GRO3 SP PAGE: G024
42" MAX
24" MIN
1
5"
1 2-1/2" 1
1 -1/2'1 -
STD 90' BRACKET OR 360'
ADJUSTABLE BRACKET IF ,
REQUIRED.
PIPE CAP
2" GALVANIZED
STEEL PIPE 8'-6'
CEMENT
1-1/2' CONCRETE
CLASS 'B'
3'
5/8th
1-1/2' MINUS
CRUSHED
ROCK
Im
2' MIN CLEARANCE
FROM FACE OF
CURB.
10' MIN CLEARANCE
IF NO CURB.
GROUND MOUNTED STREET NAME SIGNS
G��Y p� ADOPTED
��i
CITY OF RENTON
♦ �!/
� STANDARD PLANS
]v T �$ LST DATE: 10/30/96
DWG. NAME: GR03 SP PAGE: G024
I
C
CENTER LINES
• ® • • • • • • • • • ® • • • • • • • •--L4
• ® • • • • • • • • ® • • • • • • • • f
4" YELLOW TYPE 'I'
30' LINE MARKERS
DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild'
LINE MARKERS (REFL.)
9' 15' ----� 3' OV 4" YELLOW TYPE 'I'
a
LINE MARKERS
' SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'lid'
LINE MARKERS (REEL.)
� I
� IL
TWO-WAY LEFT TURN LANE
® • • • • • • . • • • • • • • • m
• • • • • • • • • 0--T
�— 9' -- 15' -� -� 3 I
12' 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.)
4" YELLOW TYPE 'I' LINE MARKERS
® • • • • • • • ® • • •
• • • • • • • • • • • • • • • ® • • •
NUMBER OF 2 -WAY LEFT TURN ARROWS
CHANNELIZATION MARKERS DETAIL
GtiZl' p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
DWG. NAME: HR -01 SP PAGE: H001
SPEED
LIMIT
25
MPH -----
200'
O.C.
woot
SPEED
LIMIT
30-35
MPH --
250'
O.C.
SPEED
LIMIT
40-45
MPH --
300'
O.C.
CHANNELIZATION MARKERS DETAIL
GtiZl' p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
DWG. NAME: HR -01 SP PAGE: H001
APPROACH LINE
V-8„
}
34" WHITE TYPE 'I'
24 LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
SKIP APPROACH LINE
(-- 9' --�— 15' 3' 4" WHITE TYPE 'I'
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REEL.)
LANE LINE
4"
�-- 9' 15' 3' v 4" WHITE TYPE 'I'
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
CHANNELIZATION MAKERS DETAIL
�1RY p� ADOPTED
Crff OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
DWG. NAME: HR -02 SP PAGE: H002
NUMBER AND
LOCATIONS
OF ARROWS
OR 'qkW
APPROACH
LINE LENGTH
ARROW LOCATIONS
20'-50'
1 ARROW (20'
BAC -K FROM CROSSWALK OR STOP BAR)
50'-125'
2 ARROWS(20'
BACK & END OF
APPROACH LINE)
125'-300'
3 ARROWS(20'
BACK, MIDWAY &
END OF LINE) ARROWS
OVER 300' AT 100' INTERVALS
SKIP APPROACH LINE
(-- 9' --�— 15' 3' 4" WHITE TYPE 'I'
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REEL.)
LANE LINE
4"
�-- 9' 15' 3' v 4" WHITE TYPE 'I'
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
CHANNELIZATION MAKERS DETAIL
�1RY p� ADOPTED
Crff OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
DWG. NAME: HR -02 SP PAGE: H002
CURB LANE LANE LANE CURB LANE
CENTER CENTER
IN IN
LANE I LANE
I I I t
I I I
I I i
10'
I I I I I
I I I
I I
i I I I
24" i II 8"(TYP.)-STRIPE
6"MIN.(TYP.) 8"(TYP.)-OPEN
j I (TYP.) ( 8' (TYP.)—STRIPE
CONCRETE LANE I LANE
GUTTER LINE I LINEr1i 1
M M I I M
—TIRE ( TIRE ( TIRE I TIRE
TRACKS TRACKSJ TRACKS TRACK
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
G1ZY p� ADOPTED
CTTY OF RENTON
STANDARD PLANS
NT IST DATE: 04/01/1990
DWG. NAME: HR -13 SP PAGE: HO12
TYPICAL DESIGN 'B'
JUNCTION BOX
SPLICE KITS CLEAR EPDXY
SPLICE KITS ON ALL THRU
WIRE RUNS
4" CONCRETE PAD -
#8 BARE COPPER
GROUND WIRE
1 #8 GROUND WIRE -
2 - LIGHTING SYSTEM -
WIRES TO CONTACTOR
(SIZED AS REQ'D.)
5/8"x8' COPPER CLAD
GROUND ROD
FUSE KITS QUICK DISCONNECT
10 AMP IN LINE FUSE KITS
S,E.C. OR EQUAL
GROUND LUG
2" MIN. GROUT
UNDER POLE BASE
5"
9..
GROUND
CLAMP
TO LUMINAIRE
I 1/4" MINIMUM
DRAIN HOLE _
II II
II
4
II
-PVC
CONDUIT
SYSTEM.
CONCRETE
FOUNDATION
3' SO. OR DIA.
106/25/031 ADDED #8 GROUND WIRE I JA ' CH
TOP OF CONCRETE
FOUNDATION TO BE LEVEL
WITH TOP OF SIDEWALK
OR CURB.
TYPICAL LIGHTING UNDERGROUND SYSTEM
ADOPTED
CITY OF RENTON
STANDARD PLANS
LSP DATE: 12/96
DWG. NAME: JR -06 SP PAGE: J007
7'
♦° ,
0 0 0
3
o o` CD
J
STREET LIGHT POLE
PLAN VIEW
NCTION BOX
SIDE VIEW
LIGHTING STANDARD & JUNCTI-ON BOX
NOTE:
CLASS `B' CONCRETE TO BE USED
IN CONSTRUCTION OF PAD
4" DEEP
PLAN VIEW 1 _ 1'
INDIVIDUAL JUNCTION BOX
CONCRETE PAD DETAILS
Ul�Y p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
DWG. NAME: JR -07 SP PAGE: JOOS
ed e'
° v e
O o d
O O e
o a d 'o v
° e
v e
v.
PLAN VIEW
CONDUIT ENTR. AREA
4-1 /2"X16"GALVANIZED
ANCHOR BOLTS (TYP)
N e
II v 11 II
v'
v d
SIZE TO FIT SIZE TO FIT
CABINET CABINET
FRONT VIEW SIDE VIEW
CABINET FOUNDATION
CABINET EQUIPMENT
1. PIN TUMBLER -TYPE STAINLESS STEEL BEST CORE LOCK (OR EQUAL) KEYED FOR CX -1
WITH 2 KEYS
2. 4-1/2"X16" GALVANIZED ANCHOR BOLTS W/NUTS AND WASHERS
3. 4-1/4" TRIANGULAR SHAPED CORNER LOCK -DOWN PLATES
106/25/031 REMOVED DETAILS, EDITED NOTES. IJA I CH I
G. L.
STREET LIGHT CONTACTOR
FOUNDATION
ADOPTED
CITY OF FMON
STANDARD PLANS
LST DATE: 03/2004
DWG. NAME: JR -09 SP PAGE: J010
MOUNTING
HEIGHT
15 FEET
i
1=3/4" TO 2"
2" TO 2-7/8"
2-1/2„ TO 3"
DECAL:
REFLECTORIZE.D GOTHIC GOLD OR WHITE
LEGEND ON BLACK BACKGROUND
INSTALL DECAL NUMBERS VERTICALLY
INSTALL IN DRY WEATHER, 50' F OR
ABOVE.
NUMBERING EXAMPLES
D----P 5 6 7 8
LETTER LETTER PREFIXED
SUFFIXED PUGET POWER
CITY OWNED OWNED
Off,
l
qC'
F
45'
TRAFFIC
FLOW
PLAN VIEW
STREET LIGHT STANDARD
DECAL NUMBERING SYSTEM
�tiZY p� ADOPTED
CITY OF PENTON
STANDARD PLANS
LSP DATE: 12/96
DWG. NAME: JR -09A SP PAGE: J009
TEST
SWITCH
TERMIN
BLOCK
STREET LIGHTING CONTACTOR CABINET
WIRING SCHEMATIC
TYPE III SERVICE 120/240 VOLT
LUMINAIRE
WIRING COLOR CODE
A. WHITE JACKET (NEUTRAL)
B. BLACK JACKET (LINE)
C. GREEN JACKET (GROUND)
D. RED JACKET (LOAD)
E. GREEN OR BARE WIRE (GROUND)
OUND
STREET LIGHTING CONTACTOR
CABINET SCHEMATIC
ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
DWG. NAME: JR -10 SP PAGE: J011
48"
4"
16" MIN.
14"
100 AMP PANEL
WITH BRANCH
2" MALE
FEMALE
BUSHINGS
PL CELL
TERM. STRIP
BREAKERS AS REQ'D
-RACEWAY
WI TH
REMOVABLE
COVER
I� 6„ 0-
TYPE
TYPE III SERVICE CABINET
TYPE III SERVICE CABINET
GtiZZ' p� ADOPTED
CUT OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
got o n1 DWG. NAME: JR -11 SP PAGE: J012
100 A LTG.
MAIN I 3,
LTG. LTG.
1 4
LTG. I GFI
2 CON.
SIG.
I
NEUTRAL
o
TEST GFI
SWITCH RECEPT.
LIGHTING
CONTACTORS
AS REQ'D
SERVICE FEEDERS
EI Fq
100 AMP PANEL
WITH BRANCH
2" MALE
FEMALE
BUSHINGS
PL CELL
TERM. STRIP
BREAKERS AS REQ'D
-RACEWAY
WI TH
REMOVABLE
COVER
I� 6„ 0-
TYPE
TYPE III SERVICE CABINET
TYPE III SERVICE CABINET
GtiZZ' p� ADOPTED
CUT OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
got o n1 DWG. NAME: JR -11 SP PAGE: J012
1/81,
-mom
i„„ LOAD
LINE i i/I"
vv i uivv i�nvv�
(— 11 r- r I/ 1-r
EPDXY FILL
INLINE SPLICE
rnrwv rii i
VV TL J)rLl�,t
1/8"
SPLICE KIT FUSE HIT & SPLICE HIT DETAILS
GSSY p� ADOPTED
CITY OF RENTON
f �
,Sl STANDARD PLANS
�'NTO LST DATE: 11/5/96
BY PPR D DWG. NAME: JR -12 SP PAGE: J013
LOOP NUMBERING SYSTEM
23
0 # LOOP NUMBER
(PHASE COUNTING FROM
NUMBER) STOP BAR BACK
AND FROM INSIDE
LANE TO OUTSIDE
LANE
0
#1
EACH PAIR OF LOOP WIRES
AND EACH LOOP RETURN
CABLE SHALL BE TAGGED
IN EACH JUNCTION BOX
WITH A DURABLE, MOISTURE
RESISTANT TAG APPROVED
BY THE ENGINEER
21 26
04 22 24 #1 26 #2
02
21 23 25
05
51 52
DETECTOR NUMBERING SYSTEM
�tiTY p� ADOPTED
CITY OF FMON
STANDARD PLANS
LST DATE: 12/96
DWG. NAME: JR -27 SP PAGE: J034
LOOP
RETURN NUMBERING SYSTEM
RETURN
CABLE TO HAVE SAME MARKING
AS THE FIRST LOOP CONNECTED TO IT.
EXAMPLE:
11
12
RETURN CABLE #11
864 #2 06
863 LOOP
862 #1 DETECTOR
861
852 05 LOOP
857 DETECTOR
#2
846 N.B.
845 #3
43
04
431
844 S.B. LOOP
843 #2 CALL DETECTOR
842 S. B.
#1
41
841 #1
�A� n821
Ln
822 02
DETEOCTOOR
21 26
04 22 24 #1 26 #2
02
21 23 25
05
51 52
DETECTOR NUMBERING SYSTEM
�tiTY p� ADOPTED
CITY OF FMON
STANDARD PLANS
LST DATE: 12/96
DWG. NAME: JR -27 SP PAGE: J034
J. B.
m
J
Ll o
S Q J
U I-
N
LEAD—IN CABLE 2/C
SHLD.
METAL TAPE
OR SHIELD
TWO LAYERS OF SPLICING
COMPOUND TAPE & ONE
LAYER OF FRICTION TAPE
mns
rLUVV
0
J
U
L�
\
L
U
N
Q
J
r
'r
THREE LAYER VINYL ELEC.
TAPE & PROTECTIVE COATING
t'l /2" FSELDTMANOUAL, 1985
Ref: ITE TRAFFIC DETECTOR
LOOP WIRES
COMPRESSION AND SOLDER
CONNECTION
INDUCTION LOOP WIRING
AND LOOP SPLICING DETAILS
�1RY p� ADOPTED
CITY OF RENTON
STANDARD PLANS
IST DATE: 11/5/96
BY PPR D DWG. NAME: JR -33 SP PAGE: J038
FA
T
VAR.
I VAR.
LOOP WIRES
1 1/2" + X2 1/2"
:;I CRAFCO TYPE RUBBERIZED
U-.. ASPHALT LOOP SEALANT
A -A B -B
X = 1/2" OF DEPTH FOR
EACH TWISTED PAIR
NOTE:
TWIST EACH PAIR 2 TURNS PER FOOT FROM PULL BOX
TO END OF LOOP.
—HREE TURNS OF WIRE IN EACH LOOP, AS SHOWN ON
DETECTOR SCHEDULE, OR AS DIRECTED BY THE
ENGINEER.
INSTALLATION AND. TESTING TO CONFORM WITH
STANDARD SPECIFICATION.
INDUCTION LOOP DETAIL
ADOPTED
0117 OF PENTON
STANDARD PLANS
LST DATE: 11/5/96
DWG. NAME: JR -34 SP PAGE: J039
TYP
ME CONC. •
1
R/W LINE
SIDEWALK
CURB
(� ROADWAY
CURB
SIDEWALK
R/W LINE
10' MIN.
CLEARANCE FROM DRIVEWAY
ALTERNATE PLAN VIEW
2' TO 4'
OVERHANG 1 -2
H FACEOF
CURB TO
CENTER SL R
OF POLE
CLJ ROADWAY
SIDEWALK
PLANTER STRIP---/ kf
STREET LIGHT CONDUIT
TRENCH DEPTH 24"
TYPICAL STREET LIGHT
FOUNDATION LOCATION
H 25' 1 30' 1 35' 1 40' �-
SL 18'-3" 23'-3" 28'-3" 33'-3"
T 0.188 0.188 0.219 0.219
2' TO 4'
TAPERED ALUM. POLE 'T' WALL OVERHANG
ALLOY 6063-T6 SATIN GROUND FINISH
'H'
�HANDHOLE 4"x6" OPENING
W/COVER & S.S.SCREWS
GROUND LUG INSIDE POLE
INSIDE POLE
1'-6"
STREET LIGHT CONDUIT
TRENCH DEPTH 24"
1'-2"-ff
ALTERNATE STREET CROSS SECTION
'SL
LIGHT BASE AND JUNCTION BOX LOCATIONS
�tiZY p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 12/96
DWG. NAME: JR -35 SP PAGE: J014
PLAN VIEW
H
S
U-
K
I
ELEVATION VIEW
Z_ X
Q
d
J X cD 00 X
E-
Q Q
BELL ENDS
cv "' ON CONDUIT
6" GRAVEL PAD
COMPACTED
TYPICAL JUNCTION BOX INSTALLATION DETAILS
NOTES
LEGEND DETAIL
1"Nom
11"Nom
I
C
TELEMETRY
I
�
I
I
n o
22 1 2"
before forming letters.
LT"Nom-
LL-
iE
E
L I
28"
PLO-m.
13"
14"
ILLUMINATION
PLAN VIEW
H
S
U-
K
I
ELEVATION VIEW
Z_ X
Q
d
J X cD 00 X
E-
Q Q
BELL ENDS
cv "' ON CONDUIT
6" GRAVEL PAD
COMPACTED
TYPICAL JUNCTION BOX INSTALLATION DETAILS
NOTES
LEGEND DETAIL
1"Nom
11"Nom
SIGNALS
LIGHTING . (Mork L
TS -LT TS1.1
Nom
TELEMETRY
22"
TRAFFIC SIGNAL SYSTEM LEGEND
Form Letters with 1/8" Weld
17"
Bead. Grind off Diamond Pattern
22 1 2"
before forming letters.
LT"Nom-
18"
19"
28"
PLO-m.
13"
14"
ILLUMINATION
SYSTEM LEGEND
7�1.�1.3/16,
m TYPE 'I' BOX
0 TYPE 'II' BOX
1"Long PLAN SYMBOLS
HOOK DETAIL
(2 Hooks per Lid)
JUNCTION BOX DIMENSION TABLE
Y
ITEM
>
BOX TYPE
TYPE 1
ALTERNATE A ALTERNATE B
TYPE 2
A Box Outside length
22"
22"
33"
B Box Outside Width
17"
17"
22 1 2"
C Box Inside Length
18"
19"
28"
D Box Inside Width
13"
14"
17"
E Lid Length
18".
18"
26 1/2"
F Lid Width
13"
13"
17"
G Box Depth
12"
12"
12"
H Lid & Frame Depth
5/16"
5 16"
5Z
J Wall Thickness (Min.)
1 112"
1 1/2"
1 1 2"
K Wire Reinforcement
W-3
W-2.5
W-2.5
L Legend
See Detail See Detail See Detail
1. All dimensions ore minimum. Exact configurations vary among different manufacturers.
2. The noted lid thickeners overall minimums. The Diamond Pattern for Type 1 or Type 2 r
boxes shall be 28% minimum of overall thickness.. a
3. Lid support members shall be welded to the frame.
4. 4000PSI concrete is allowed if box reinforcement consists of 6 X 6 W3 X W3 welded
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.
ITEM MATERIALS
Box
6000 PSI concrete See Notes
Frome
Diamond Plate Steel - A786
Lid Support
1 8"Min. Thick Steel C, L or T. - A36
Lid
Diamond Plate Steel - A786
Anchors
Steel Wire or Tee Plate
Reinforcement
ASTM A-82 Steel
'GALVANIZED STEEL
JUNCTION BOX DETAILS
7. Non -concrete Boxes may be submitted for approval. Evaluation will include on H-20
Load Test. ASSY O� ADOPTED
CITY OF RENTON
STANDARD PLANS
��'NT�$ LST DATE: 11/5/96
DWG. NAME: JR -36 SP PAGE: JO 16
TYPICAL LIGHT BASE AND JUNCTION BOX
CONCRETE PAD
'
3- 0"
4•-- VARIABLE
FRONT VIEW
TYPICAL JUNCTION BOX `B'
CONCRETE PAD
SIDE VIEW
e D Oo oD .21
eD —.", 0, -D
L— J
SIDE VIEW
TYPICAL JUNCTION BOX `C'
CONCRETE PAD
4„ I I D Oo p e0o D p Oo0 D D Oo D D D Oo
ea o.. ..o ea .. aoad oe< edo.A :A <avad
FRONT VIEW SIDE VIEW
TYPICAL CONCRETE PAD DETAILS
G1�Y p� ADOPTED
CTfY OF RMON
STANDARD PIANS
IST DATE: 11/7/96
DWG. NAME: JR -36A SP PAGE: J015
' a Oo D D D
`F vava0
D O D
°..O
J
FRONT
VIEW
SIDE VIEW
e D Oo oD .21
eD —.", 0, -D
L— J
SIDE VIEW
TYPICAL JUNCTION BOX `C'
CONCRETE PAD
4„ I I D Oo p e0o D p Oo0 D D Oo D D D Oo
ea o.. ..o ea .. aoad oe< edo.A :A <avad
FRONT VIEW SIDE VIEW
TYPICAL CONCRETE PAD DETAILS
G1�Y p� ADOPTED
CTfY OF RMON
STANDARD PIANS
IST DATE: 11/7/96
DWG. NAME: JR -36A SP PAGE: J015
DRIVEWAY
(BY OTHERS)
CEMENT CONCRETE
PEDESTRIAN CURB (TYP.)
CEMENT
CONCRETE
SIDEWALK
DRIVEWAY
(BY OTHERS).
CEMENT CONCRETE
SIDEWALK
NOTES:
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 3)
RAMP WITH 12H:1 V
SLOPE (TYP.)
DEPRESSED
CURB & GUTTER
(SEE NOTE 3)
TYPE 1 - ISOMETRIC VIEW
SEE SHEET 3
CEM. CONC.
CURB & GUTTER
(SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
DEPRESSED
CURB & GUTTER
(SEE NOTE 3)
TYPE 2 — ISOMETRIC VIEW
SEE SHEET 4
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.
4. Avoid placing drainage structures, junction boxes or other
obstructions in front of driveway entrances.
f1AT; I I RY APPR'fl
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 1 OF 6
Y 0� ADOPTED
CITY OF RENTON
a
STANDARD PLANS
jar i 0 LST DATE: 03/2004
DWG. NAME: F04 SP PAGE: F-4
APPROACH LINE
8"
3'
4" WHITE TYPE 'I'
24 LINE MARKERS
4" WHITE TYPE 'Ile'.
LINE MARKERS (REFL.)
NUMBER AND LOCATIONS OF ARROWS
APPROACH LINE LENGTHrOR
ARROW LOCATIONS
20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR)
50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE)
125-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS
OVER 300' AT 100' INTERVALS
SKIP APPROACH LINE
148
9 15' 3' 4" WHITE TYPE '1'
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REEL.)
LANE LINE
4"
9 15 3' 4" WHITE TYPE 'I'
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
' nnT� onncinni I ov In000'n
CHANNELIZATION MAKERS DETAIL
v1�Y p� ADOPTED
A CITY OF RENTON
♦ +
STANDARD PLANS
�L NTO� LST DATE: 10/30/96
DWG. NAME: HR -02 SP PAGE: H002
"m
CENTER LINES
• ® • • • • • • • • • ® • • • • • • 1 •-L4>
30' 4" YELLOW TYPE '1'
LINE MARKERS
"
DOUBLE YELLOW CENTER LINE 4YELLOW TYPE 'Ild'LINE MARKERS (REEL.)
9' 15 3' 4' YELLOW TYPE 'I'
LINE
MARKERS
SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild'
LINE MARKERS (REFL.)
TWO-WAY LEFT TURN LANE
• • ® • • • • • • • • • • • • • • • ® 1 4„
�:9 1 0 0 15' * �,3,� 1 0 0 0 0--T
12' 4" YELLOW TYPE ''Ild' LINE MARKERS (REEL.)
4" YELLOW TYPE 'I' LINE MARKERS
NUMBER OF 2 -WAY LEFT TURN ARROWS
I nArc i 0[ Venni Dv iA000'
CHANNELIZATION MARKERS DETAIL
GtiTY o� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
DWG. NAME: HR -01 S° PAGE: H0011
SPEED
LIMIT
25
MPH -----
200'
O.C.
wooir
SPEED
LIMIT
30-35
MPH --
250'
O.C.
SPEED
LIMIT
40-45
MPH --
300'
O.C.
I nArc i 0[ Venni Dv iA000'
CHANNELIZATION MARKERS DETAIL
GtiTY o� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: 10/30/96
DWG. NAME: HR -01 S° PAGE: H0011
W
d
wW
a
o-
0
N
r CL—. I
f >- Qr �
U
LLL I w
S Z
W
U
w
Z
g
m
U
1
En
W Y
of
1--
7-
0 0
Q
D
U
LL
z
0
U
U) W
W
Z :2
ZJZ
O Z
g0
�j W W
_ E
z -
OZ"
U O W
Esi a
M W
Q c
tnWO
. I -
T1 W Z
� U
cr
�0
LLJ
ZmaZ
UWd
N(nWV
J a c N
02
c W O
ASF=-�
O~LL. w
M W 0 m
F-
~LLIW
�ZZF-
}avZ
W
O
v W
F- Q
O N W
cr—LL)
z3
J
cr- a- p W
OQZQ�
W
1-
O
Z
0
n
( §
4 §
( n
§ 2
z
■
\ M
J 9
M
� m
�i
¥
¥
z
|
J2�
�2
m M
2
\
§ p
|
`S»
�■
)
o�■
X
Q=
o
2
a
—
k
)
»
§
(
a
/ /
rn
(n
M
2
k
\||)
!
nk
�
k
j
°
�2
k
k
f
k
j
Z
%
k
z
)°
$
�)g
§
m
in Q $
�
§
k
M -4
M
�
§
*
¥
¥
z
0/
M�
§2
�$
T-
\)
k
CO§
\
P
}
a§
(a§
�[
00
q2
§
m M
2
\
fCD
M>
)
@
§
$
m
C
�
$
k
o
2
a
—
k
)
»
§
(
a
x
§
rn
(n
M
2
M
)
0
k
$
\
<
(
k
j
(
\
—
\
k
f
k
j
Z
%
k
/
$
m
�
�
\ F0
F /) m
) Sa cn
2
2 k£ °
2 / �§ §
< �
��•. I
a
mom
I-Ucn
au0
oom
$§k
»m0
0k
§\
&f
@ ¥ a §
t -n §§ Cl) 0 (A
sm m» ( §0■
$9 ;P m§.
00
Mm ) mmm
)§.22 § �%§
e /tea
�00 § gm § ^�0
§m 8 §]2
( \� o op}
o Zm z o
z xm Oz c k§/
m m0 k @2
k §3 $ $§m
;K z 2k
) e® ` >z
z §§ m \,n
0 Zd ( �m
q °� z
co>
§ m Ie
/ ) zm
}
0. �>
e $ $m
m §§
§
FEW
�§
& IJ�
\LLI
|2
B
2
■
- k
X79
§o
0—
§�
�
�
\ §�
CIL���§§
/B
k
i
� B
&��
Mee
§
�[
!
�
a
,
q
2a
«
( �. $
.
)
2�
f�
@ -
,
(
FEW
�§
& IJ�
\LLI
|2
B
2
■
- k
X79
§o
0—
§�
�
�
\ §�
CIL���§§
§■
�w
k
i
� B
&��
k
q
«
( �. $
�
§�
� ƒ
�&
)
k
i
»
&��
� ƒ
$o
w
W
1
R
.. a
b
9
fIl
U �
O --i
m o �iwiu�ssona
�m
W
VXMS YHVH :A9 NMVHC
D 32IL O =
tm ba �gU Cgg 40 F
CD v =
�g c a2 �O�rr ��oSc N �Wg�!
$ Q o a % `� 5 a d `W gi
f'
84a 4 fg'c
E. -S9 Z
n� m c S m Ri g LL n
gEl' a Ca
m�
z .a a va t a Em g i
�@ CD
g g'Er7i'm
a E'ai m`o
12
to
�=z
nae
p :
6
W
W
J
0�
2 HE
MCI
s
b
0
U
<m�o
m
��u
O O
OF
W
LL
0y
z I i
..~ '�
1
OF
OWLUR
zm x
v
m
U � FQ
zCN
ata
s
b
0
U
u
o
a
b
o
v
b
o
o
b o
O" m
�s� 5
>-
s¢ O
�.
wU U
8pr-
]
b ]
1
1
mvz,.
m
.o�
�NiO
m m
ALL
9.8
0
o
b
FI
a
?!
gE m
m�
Y
b
LLNZ I r1Ls+11
FF U
OIx1
/
b
F
F
b
o
b
w
b
o
b
a
b
b w
m
E -9
E-9
Kc
6
Ey e
g
moo
m� c~c
a v�
c
w
g LL
c
g
ppeeE
F m
H o'8
v)Ims savw :as Wvaa
$ m
p g
'd c
D _
�
N
i
�
t'
LI
N
h
�
ii
'!
YI
•1
7e
H
In
H
7e
N
$�88$a
Zow
�2
4
t�W
r
'
y�W�
1
1Em�
O1
A
8
eE
1
��
1
OE
E p
O" m
�s� 5
>-
s¢ O
�.
wU U
8pr-
]
b ]
1
1
mvz,.
m
.o�
�NiO
m m
ALL
9.8
�W
ivl a w
1
1
/
c
m,L
8a
gE m
m�
Y
E
LLNZ I r1Ls+11
FF U
OIx1
/
E-
m
��
E
�W/
m
4w
q_a----- --------
Vr{
o
E -9
E-9
Kc
6
Ey e
g
moo
m� c~c
a v�
c
w
g LL
c
g
ppeeE
F m
H o'8
v)Ims savw :as Wvaa
$ m
p g
'd c
D _
---------------------------------------
Z r
N
{7
I[f m
A
1
�2
O1
No mmW
1
CO
1
��
1
� i q
O" m
�s� 5
>-
s¢ O
�.
wU U
8pr-
]
b ]
1
1
U
6 1
1
1
�W
ivl a w
1
1
/
m,L
b
1 Z
le— OR
U�75�
v
LLNZ I r1Ls+11
FF U
OIx1
/
�U�p
m
2 i
�
�
�W/
m
4w
q_a----- --------
Vr{
o
1
1
lr!
v)Ims savw :as Wvaa
0
w
---------------------------------------
W97
2Z
3
N
$�88$a
Zow
�2
U m
1W
H V.
01
��\ H1WJ1560i!J
'
&*'o
O
�2
O1
No mmW
CO
1
��
4 .s.�✓<.,
� i q
O" m
�s� 5
>-
s¢ O
�.
wU U
8pr-
]
b ]
UU
0 YIo
S5
�W
ivl a w
LL
elm^
le— OR
�O
4W
m�
¢
'---------------
q_a----- --------
Vr{
o
v)Ims savw :as Wvaa
0
w
&*'o
O
V�
�2
O1
No mmW
CO
2fqSm�W1r�CWWr1
�_ D W IL Q LLI
U D
b
l
O" m
O
b Qg_ S
�.
wU U
8pr-
]
b ]
UU
0 YIo
�W
ivl a w
V�
�2
=a
<W
2fqSm�W1r�CWWr1
�_ D W IL Q LLI
WV`
�
l
U
e a m o 0 3 m e
}d r d
i E° S w i g �p� oaf PA SS a lu a
e » �mrrJd mEi F
s° �g" m a " o
%off m » » 0
"o a vEELL �N LL E0
Oz
mm N VQ �O p - ;.g
�}yj CNIVMSSY� r F- W
;ai
Z C4 l+f Y 1N 1G I�
UFFg ;W
W� 9V
W W
UI\� WFU W
\ on
\
� o
O
= Q
- a
y jr,
2�
Vd
d U oRp°
F C Fum Z
U
a
6
i
2
b
Q
a
e
T�W--
mFosoW
Ip b1lJ
b
0
w
+ 1
OC
Um
'
a
u�,
UFFg ;W
W� 9V
W W
UI\� WFU W
\ on
\
� o
O
= Q
- a
y jr,
2�
Vd
d U oRp°
F C Fum Z
U
a
6
i
2
b
S
U
q
M
W
IL
O
= Q
IL
W
S W
d U oRp°
F C Fum Z
�I
On
�o
i
b
Q
a
e
S
U
q
IIC
LL
O
U
0U
ED
W
S W
d U oRp°
F C Fum Z
�I
`u
m B
i
s==o
W
HI
S
T�W--
mFosoW
b
0
IIC
LL
U
0U
ED
SOP! p >
Wm* C
i
s==o
W
HI
WWF SFS ggN'
YR
S <
€ < m S �u
0 cUl
;vavx,� TT —f ? Q d Q O
ol
G
�
0 =S
OZ
O
n116,
(L
W
m
w wc', �Wr¢
NiVNISSOlYJ
1
t
I
bz
1 g
6�
°
t
I
n I
I
I
j
Ca
�
/I
I
LLC I
o1 I
U
C
Z
I
Z =
t05 i
�
t
6
/
.
U I /
I
I
_
------------------------------°2-
U
h
U W
a
G
�
0 =S
OZ
O
n116,
(L
W
m
w wc', �Wr¢
NiVNISSOlYJ
bz
1 g
°
I �
Ca
W
I
Z
I
Z =
t05 i
y
'
0
N
tyFtFy��
8 U
�7U U G
w
VAMS )rdVM :AB WVSO
o 86°
mp
Oa0 q+
SEE s�uz
0
b
O
�bp
OZ
O
n116,
+a�aB
0
Fam
bz
1 g
°
IffW�W
Ca
n
o 86°
mp
Oa0 q+
SEE s�uz
0
b
O
�bp
OZ
Z
O
vW�LL
0
Fam
bz
1 g
oU
2
Ib
Ca
WUZ0,
Y U�
m'o
y
t
o�
U $ c
fG
m
a
mz
OQOQ
b
o�
WFU
d
W
IL
M. m
Zr =
t�
UWP
W
m c
0
JG
�E
Y
lea
a 0
U D
CE'
dun
a�
m
O
QM
J
m E
fA
8
mw�
lay
W
a-9
p
C fa
E
SEE
:
ac
='
LL
a
E�
-e
m g �
U do
p
n
Q 3
C!
.a c
S
s
�
Q
g !
O
$
C4
vi
'i
wi
m
a 133ULS MONIW 4 c
0
rco
1
m'o
y
O
o�
O�
S
fG
s
< �o
FC
mz
OWWR
Pf
b
o�
WFU
d
W
IL
M. m
Zr =
t�
UWP
W
w
0
JG
Crg�
N
< m
U D
Zgpo �
dun
a�
�
O
2
U
J
„
n
5 �
mw�
lay
W
7j2(
�Gj
�
U
��
Q
g !
O
W mn
�oLD
}ry
n
V
U
s
a 133ULS MONIW 4 c
0
rco
1
vxmS HMVW 'A8 WAVW
II'M
m'o
y
O
o�
O�
S
fG
s
< �o
FC
mz
OWWR
Pf
b
o�
WFU
d
W
IL
M. m
Zr =
t�
UWP
W
w
0
JG
Crg�
N
< m
U D
Zgpo �
vxmS HMVW 'A8 WAVW
II'M
y
O
p_
O�
S
fG
FC
mz
rA
y�0
!
W
IL
M. m
O
W
w
0
JG
N
q
Zgpo �
dun
a�
�
O
2
U
J
„
n
5 �
mw�
lay
W
7j2(
�Gj
�
U
��
4
g !
O
W mn
�oLD
lie VW
�v
n
V
U
X2222
O
O
Apao
O�
S
fG
FC
mz
rA
y�0
!
W
�
W
O
JG
b
1^
Zgpo �
dun
a�
�
O
2
U
J
„
n
5 �
mw�
lay
W
7j2(
�Gj
�
U
��
4
•f
O
W mn
�oLD
lie VW
�v
n
V
U
O
Apao
mC�
FC
mz
rA
� W
OUm
W
�
O0 V
O
U
W
dun
a�
�
yl �m�
-6rU
2
U
zzU
oa
mw�
lay
6
�r—
d�A
J
Wpr
G
;WWW
O
W
�w
IW
I
<U
0
i U
Q
Ow
0g.
�I
u: w
a
Qi
W V
j..ZV{L
914 Z,
2'oE
F
b
+�
oe'd yd
b
Z„-�
m
1
�
t
OLWd`�
0
6
d
�d,Yy Fp�E�SJU
W
IS
d
g
QO�
LIM
� � 1A
'1►
owi
0 w
Um¢
0.r0.r
W
v
..
y
YWOI U.•..
o
LUO
A
WFWFR
O
uj
L
1
0g.
u: w
a
Qi
W V
U
b
+�
=
b
W
1
J
t
s
Z
�
`—
d
G
ui
i
ul
QO�
LIM
owi
Z
0
v
..
6
}j
AG
uj
L
b
�
W
O
z
0
F
W
Q*
81a
521!
Qi
+�
1
J
l'
fill
Q
O R
QO�
LIM
aRS
i
m
MEN
oQ
i
m
m
m
o
X
o
r
Z r
QFQ
J
p
3
IL
of
�E
o v
c m
-24q
E
VLL
+
ma
m m
WEE
E
m9
m °'
a
m.
C C
m
L
C
v'�
C C
E
o o
U
O
LL m
m m
m
a$
m W
m =
v n
m
d o
o
_ro
m E
N m
b
F�
b
a
e
to
a
M LLy
m
edd
m
x
N
b
n
b
o
h
n
b
wi
t
b
•
b
a
C
C
b
t�S
m
r
C
l
x
U
FWW-
H
AHW
F
F
�WW
�FH
mLL
T
4
LL
T
W
LL
W
LL
WW-
LL
4
WW
W
LL
S
m
MEN
oQ
i
m
m
m
o
X
o
r
Z r
QFQ
J
p
3
IL
of
�E
o v
c m
-24q
E
VLL
+
ma
m m
WEE
E
m9
m °'
a
m.
C C
m
L
C
v'�
C C
E
o o
U
O
LL m
m m
m
a$
m W
m =
v n
m
d o
o
_ro
m E
N m
m�
�•q
MNM3015
s �a
C-4
to
a
M LLy
m
m
MEN
oQ
6 �
U
i
m
d`,'t
4.
o
X
o
r
Z r
QFQ
J
p
3
IL
i pl
b
+
a
�
G
w
W
a
f�
C
s
v
M
e�®
�a
a
_ro
�i
MNM3015
s �a
..0-.S
a
M LLy
m
edd
6 �
U
b
b
.Y
O
z
0
1 U
i
m
v
X
uiIL
IL
b
+
a
�
ti
d
J
m
s r
C
s
v
M
_ro
s
MNM3015
s �a
..0-.S
a
M LLy
m
b
b
.Y
O
z
0
1 U