Loading...
HomeMy WebLinkAboutContract Western Asphalt,Inc. CAG 05-073 P.O. Box 980 Maple Valley, WA 98038 (206)624-4433 $875,181.04 Award Date: June 27,2005 Y � O ti Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications CITY OF RENTON Construction of: - 2005 OVERLAY PROJECT NO. CAG-05-073 t • R• .9 % i 1.t.J •� L • Q � : I 02 NAL EXPIRES: 10/22/05 City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: 425-430-7200 Project Manager: Bill Wressell 425-430-7400 ® Printed on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS 1 for the 2005 OVERLAY PROJECT NO. CAG-05-073 JULY 2005 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON TRANSPORTATION SYSTEMS DIVISION 1055 South Grady Way Renton, WA 98055 ® Printed on Recycled Paper V CITY OF RENTON 2005 Overlay INDEX I. CALL FOR BIDS II. INTRODUCTION 1. INSTRUCTIONS TO BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON 4. SCOPE OF WORK 5. VICINITY MAP r. 6. STREET LIST 7. PATCH LIST III. PROJECT PROPOSAL 1. BIDDER'S CHECKLIST 2. PROPOSAL AND COMBINED AFFIDAVIT&CERTIFICATE FORM 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM 6. CERTIFICATION OF EEO REPORT 7. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE IV. CONTRACT DOCUMENT FORMS 1. BOND TO THE CITY OF RENTON 2. CONTRACT AGREEMENT 3. CITY OF RENTON INSURANCE INFORMATION FORM 4. CERTIFICATE OF INSURANCE(SAMPLE) V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS 2. AMENDMENTS TO THE STANDARD SPECIFICATIONS APPENDIX A - SAMPLE FORMS 1. REQUEST TO SUBLET WORK 2. MONTHLY UTILIZATION REPORT(CC-257) 3. RECYCLED PRODUCT REPORTING FORM 4. CERTIFICATION OF PAYMENT OF PREVAILING WAGES APPENDIX B - HOURLY MINIMUM WAGE RATES APPENDIX C-STANDARD PLANS 2005 Overlay CITY OF RENTON 2005 OVERLAY i I I CALL FOR BIDS i M 1001 OVERLAY 5/16/2005 CAG-05-073 .. CITY OF RENTON CALL FOR BIDS 2005 OVERLAY Sealed bids will be received until 2:30 p.m., Wednesday, June 22, 2005, at the City Clerk's office, 7th floor, and will be opened and publicly read in the 5th floor conference room #521, Renton Municipal Building, 1055 S Grady Way, for the 2005 Street Overlay project. The work to be performed within 60 working days from the date of commencement under this contract shall include,but not be limited to: ,. Installation of approximately 100,000 square feet of asphalt patching, 8,706 tons of class B asphalt concrete overlay, removal of asphalt concrete (by cold planing), utility adjustments, channelization, and complete restoration as set forth in the design drawings and specifications. Engineer's Estimate: $750,000 TO $1,000,000 The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and form of contract documents may be obtained in the Public Works Department Customer Services at the 6th floor Renton Municipal Building(Tel. (425) 430-7266), for a non-refundable fee of$32.17 + $2.83 Tax (Total $35.00) for each set. If jordered by mail, add $5.00 for postage,which is also non-refunded. For information regarding this project, contact Bill Wressell, Project Manager at(425) 430-7400. A certified check or bid bond in the amount of five percent(5%) of the total amount of each bid must accompany each bid. The City's Fair Practices and Non-Discrimination Policies shall apply. The City of Renton hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration of an award. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce: June 8 and June 15, 2005 v. CITY OF RENTON 2005 OVERLAY I 1 I I j INTRODUCTION N r 2005 OVERLAY r .. CITY OF RENTON 2005 OVERLAY INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 o'clock p.m., on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. s 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Planning/Building/Public Works rr Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 1 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. 2005 OVERLAY CITY OF RENTON 2005 OVERLAY 11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 13. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 14. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 1 15. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The prevailing wage rate to be in force during the duration of this contract are included 1 within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. .. 16. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 17. Water Pollution Control Requirements The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 2005 OVERLAY .,. CITY OF RENTON 2005 OVERLAY 18. The CONTRACTOR if he so desires may determine existing on site features such as the thickness of existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48 hours prior to exploration activity and shall repair all boring and exploration work to preexisting condition. 19. Standard Specifications All work under this contract shall be performed in accordance with the following standard .. specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph, or not. A. WSDOT/APWA "2004 Standard Specifications for Road,Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." B. Any reference to "State," "State of Washington," 'Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. 2005 OVERLAY CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 .. It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and 1 separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements,governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and ' Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action 1 Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. ' (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: ' "p IV(ayor Council President Attest: City Cler 03_SUMRY.DOC1 CITY OF RENTON SLM'fARY OFA&MCANS WI771 DISABILI77ESACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy ' (4) CONTRACTOR' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and ' programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: ZZ�r Mayor cil President Attest: City Clerk to CITY OF RENTON 2005 OVERLAY SCOPE O F WORK The work involved under the terms of these contract documents shall be full and complete installation of the facilities as shown on the Plans and in the Specifications;to include, but not be limited to, asphalt patching, asphalt concrete paving (Class `B'), removal of asphalt pavement, utility adjustments,and channelization. Any contractor connected with this project shall comply with all Federal, State, County and City Codes or regulations applicable to such work and perform the work in accordance with the Plans and Specifications of the contract document. i 1 2005 OVERLAY 1161h Ave O v \ O 111% r� uJ JU anV 41921 O 3S . _ wW 1i01e — 3S anV PDZZ1 W 35-V P211 '�' — Q (�n a / 3S-V 41011 — �/J O — ODYt04 — =❑❑ _ e© 'P--P3 3S-V 41911 ui N 35 antl 4i9R W �N-any ua� `JS V 4161: /\O v 35-tl 4)fil Ja�a uoyy — //''''�� co yD,MauuaH 3S-V 41111 D- tx Q �x� 3N anV 3S-V 4160 W -_-any xopoaA — — y 5 Z Did �D Z O o J Ce 35 Q z � 5 1}vd 5 Md1 Ave 5 °o 00 �- LL oz - Z z "'°°% U y o11D UQ S 15ap j0 \ LL owa'3 allDA OP8 'IPA 3 3 3 w 5w N G MS anV pui3 M any Pu11 _ y _ 3 LO CD CD t w 0 ,� N `C M I A1a-# O r O O r. m r N f- O (D V O CD 'IT co N O O N r — N r r m ?> r r r y Z > ca D m D) N co O CO M r N O V r N r - M � ro 0 > H 0 LD 0 r N CO r H M O O . N — r Z O O O O Cn O O O (� Z O O O N -T O co co M M 0 N O M Ch N 0 Z 0700 000 ON (OD 000 � O iD O N z Z Z 'IT O N N � W � N O O O P- M (D h , O M m O O M c) O O f� f� 0 0 t- r- O O O O m M O w r- m O O O O CO (D O r M M N (10 CO N CO O Cf) O V f- Z N CD M M co M N r � N r r N N r O r r H } It co 1,- r- co N CD V O 77 r O O co N O N M M co f- co f- co a r- (D M f" co O V co (D O N M N O N O N r- M co N co co co d' �f N 00 (D O (D M co CO NT r- N N O O N V h O N r M M le O O r i- (D (D O P O CO 00 r O CJ @ W r N w 00 N O M N r N O r r N r r O O O O O NY N O Co O O O O v/ V O O O O (D O O O O w CO O O � r It m 00 O 'IT CO) O 00 O co 00 (D (D 00 O O O O O N O V O O CfO N O O O O M O (Cl r N M O N l7 00 O O � O O N N N � � O � O N N M O 00 P N t O N O -* N O V CO I- 0 0 V O O O O It O O (D OD N (D D) CO Cl N O f' r O N N r N co Z N Q cn (n cn cn V N N N N N N Q co co N Q N N N N co Q 11 Q N N N N N N N N N N N ~ O O O O N 0 0 0 O f- V O f- N M M M O O O O 7 "t 0 0 " 0 0 Jw M co co M N N O O O It Cl) co M O M M M M M M M M M M CO co cc W N co (D O O (D O O O d 07 O O V O O 'IT O co 00 0 0 0 0 0 0 O O co r f� co f- I- O O N 00 P- V N M CD 00 M I- O tl0 O CD Z M N r N r f- M M CO CO CO r CO M N .- N N N CO V O V 0 O O W U) U) U) I- N z z � > � � > � � U Cl) a > cn "' a `na > p > U = U) a Cf) CL < p Qacj UQcna z L.Li p � ppp = � z = wz Z) U) W � � Z) Oc_nZZ � zzz F- O w F- O w w w = w w = w W W w w w w w r � n � p - F- � oC2Zf- H = Z _ � UU)) rzc~n Ir < cr w ~ ova w (~nU) UnCf) Cf) w w Q w O Q Q Q = 0 2 p r- 0 2 D _ = O Q Q 2 Q Q Q zzWz2w = = cn U) 2cnm (n z U) mcn 2wwU) www W U) U) > U) H g mz > z U) U) U) > U) > U) U) QU) v = U) U) cn > U) U) w HU) p U) < < QUQ � J Qwo� Ua < < < U) < Q LL cn w w z w Ir n. w = z00 = w0 > LUM = = U) w U) w = OcncnU) wU) cn = ww � F- w Q - w w o� = } p cr u 0� mm = mm U) z (f) Z 0CE ZQ � ~ Q N X1- -1 0Qcr HMrr w0www0 zQQ Q20go� N 02Q = = 000200 z2zz � 2 = rr = � 2 � 0 cn 2cnF- U) 3� 222cn22 LL F- 2 z w z zz w U) ~ 0 w Q � (nU) WaCL cn F- c U F- F- F- F- F- F- F- F- � W W =O = = O = = = = cwn c~nc~nc~nc~n ►- p U) U) cncnUlUUcncnUU 0 ' oC H W 0 _ _ _ _ _ _ _ = = _ = N Co W Ir - z .- r p > > w � J Q pLnLC) CC) (ocDr- r- � oDrn O W W w O W W 0 > > ~ 0 Q = 0 N N N N N N N N N N N N wI I L-ZZzz2ZZ woU) z U) U) U) U) U) H U) U) [ncnU) U) U) U) U) cnU) U) cn k r N N M � r r U' r N N N N r M N N N N N r M r N r r to O co 7� r 119 O) N Z > co D m0 0r N N N -'T r r r "T N r r N (n r M N r r r N r N r r 00 O a O 0 = T H a� 0 0 Z r N N M r r r N M r N N N N N N N N M N M O N (0 f` O 0 Z O G7 as LO r- Q O -CT Z Z N r W a N M M V to O P- r Cl) N M (D M N co 0) CO M (C) F O N T (O N r In M M r 0) N r M 00 O O M r r (D 00 (n It 0 0 0 r r 0 f0 O Z N r N r r r r N r N 00 r- O v aD D M r O M M O O N (D 00 00 O CO M O M O n M M L!) M O w O M M M (1) (D N O N � N M � (n M M O O (D N (O r o Cl) N r 0 00 0 0 00 r r- m O r O O (n � (n M 00 00 0 0 O 00 r O - - - - N CA � r r r r r r r r r r r r r r r r � 0 N O O O O O O O o O O o lt O O (D 00 O O _O O O o O o _O O 00 00 to W 0 0 0 co 0 0 0 O � 0 O M O M M IT (n M N N O O 0 r` M r M m 0 0 00 In O (n �t N (D V r M M N M 0 CO (O tf) N N O (D M r F—F.. O O) N O O O N r- O (D O (D 00 00 O O O (D M co r 00 O 00 O W v N LO N M (O Z Q (A J = V N N N N N N N N N N N N N N N N N N N N N N N N N N N Q F O 0 0 0 0 0 0 0 0 0 0 o v v v v v v O o 0 0 0 o v Q N J W Qr O O O N O O O O O (n O O (f) 't N LO 0 r- V � 0 0 LO Lo (() N > M O O w (f) O (n w O (f) (C) Q) V It O � r- � N (n r � r- (D (n 00 Z Cl) M M M CO N (1') M (f) M r N N CO N N r N r r (n N N N N 0 O LO 0 > N > = U F- 0 ❑ ❑ J ❑ ❑ ❑ 2U) ¢ F- F- JF- F- F- F- F- F- F- F- F- ZZJJJ Z ZZ W ZZZQ2 � (nUdUU (nUCnU (nCn (A W W W W W Q ¢ ¢ N ¢ ¢ ¢ _ Q N Cl) Cl) N N N N N N N N N Q Q co N N co w w w cn w w w cn cn (n (n cn cn cn cn cn cn Cl) cn cn Z Z cn cn cn cn co cn U) 101> > > > cncn (ncn = = 2 2U O >> > ❑ F- F- F- ❑ F- C) ❑ It ¢ ¢ ¢ 2 W W W Z W 0Z F- F- JF- F- F- F- F- F- ZHF- H F- -J U- U) U) W Ow W coUdUC) Co 'nU W (nU) UnCnW a F- = = = 2 = 222 = 2F- 2 F- E M F- F- (nF- F- F- F- F- F- F- F- F' F- 0E- 0E- F- ' CC 2 m - - - 2 — r O O O 00 rl- r- (D (D Z) r- r (D r 0 0) Q 00 ¢ 2 2 2 0 2 Q M co co N N N N N N 0 N M N M M N � 2i 2F- � � � Z '3 cn (n (n (ncn (n (ncncncncn (ncncn (n Cl) cnCl) w � U � g U) � cncn � QQQ Z F- (n (n (n (n (n (ncncn (n0 <0F- T = 2 U » » » » > Y OF- F- F- F' J F- F- JJJJF- F- F- F- ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ v (nCnZW W2 w � UUa awwc wwn - (n (n (n (n (ncnc wwDww ¢ 000 0 ' = = F- 222 = F- F- F- W Qcr Ir � � F-- c� U oo � r- 000) 0 ncncnirrroroEww wo000OCQF= F_ t- F_ — F_ Cl) Cl) M N N N M M M M D 0 0 0 00000 0 2 g 2 _ _ = 2 L6 ICI)lu)lcnlu)l(1)1(1)ICI) cn cn I(n I CO 12 12 1212 12 .2.212 2 (n cn cn CL Q � c N Z x Z N Q C = roU M In N N !f N T O N > 0 LO 0 O (D O O CD W CD O O In ll) Qy T T N { O O N ( r� r- CD M !— T O 00 � N OD V N � CD V N CD 00 OD N T V In N N Ul) T T N O M N Ln N .- N t- O N CD N N le M Co m N � F- Lr) N r- O N N VT T N M r Z O co I,. LO O w m v T N o Q cr Q CD to N Q9 w N N O N N_ curia J W ° o°DN °O co° °o w Z ";T m N CY) LO Z v Q U Cl)w Q > z � U ¢ � > > Q > v = Q LO Cl) J UU)) F- p IL 0 > Q YQ � Q Z W aY � Qpp � pppoop = W_ W DU) W w W W w � O (nZZ W ZZZZZZ O W = D W W 2 W W W W W w w w W W rW � W W rW = F- _ � W = F- z F- p z r w F- Z U) r F- w F- F- H F- l- F- H F- O r � U) r (n w — Q w Cl w cc Q — U) U) — (n cn U) (n U) (n wwaw0Q Qa = O2pr- 0 2 = = = 0 QQ 000QaQ zzwZ2w = our cnZ> Unmcn Z (nmcn3: 2wwcnwwwwww O O � w cn > U N mz > z cnQcn > � (na (nU = www > cn (nwww 0 F- Q Q ~ Q � > > Y > Q Q > p Y F- > > > Q > > > > > cr W F- Cn0 U1Q QUQ � J aw � UwaaQ � QaaQQ z00 = WO > w wpcnW o (n W F- p0cncncnwcncncn (ncn D M 0- r- F- C a p W 2 p Z w 2 O _ cnz U) z p Z wH crF= m wOwww0 zQ a = 0goC N 0 <MM000200000 w z �Ezz3: 2 = wU) 2U) 0 cn 2w1 - w3: 222w22222 w w x z w w cn z CL (� < F- U) � QILd W ~ � p Y F- F- F- F- F- F- F- F- F- F- F- J F- F- W w W = = w = = � � � F- F- U U) cncnU) C/) U) (nUUWUU ' = 0E- F- 0E- F- =IFM- FZ-: (n (n (n (n0 r _ _ _ _ _ _ = = = = = F- F- > t� w n F- = = = = m F- F- F- F- F- F- F- F- F- F- F- F- F- F- U) CC > r r Z r r = _ F J Q = LO LO N N N N N O0 D W w W 0 W W 0 0 Q = 0 Z z z z 2 Z Z w (n U) Cn (n (n F- U) (A (n (n (n (n U) U) U) Co U) Cn Cn (n Cn (n Q' T N N M � En 0 ' o N NZ x Z fA Q C = DU N r- N r N Lf) 10 Q T N M g ~ N a`> 0 Ln 0 O N CO N O co GD ,k CD (D co � r 'fl T M N +� "z M co N 'IT N CD Z O M Q Q M LO r O J W Oo Z v w Z Q O O a T- Q. aJOC] � O W UQF- F- JF- F- F- F- HF- F- F- F- zZJJJ W cnU [iUUcn0U) 000Cn Un W W UL CL a. W sx W W W � x � xxx2xx2xxx22xx2xx a O � (nCn (n ~ ~ W LO OOa) cor- t- C~DCDLocoLoCC W Om0~0 N Q Q Q 2 o N Cq M N N N N N N N N N 0 0 CO N N Un W W W UJ Cn Cn (n Cn UA Cn Un Un Un Cn CO Un z z Cn Un Cn 0 Un Cn Un Un N >> > > U) QQQ Q 1 CC W W tr Ir z cc: U) I- JHH- F- HF- F- zF- h- F-- HJJ X000 W Ow W (nc) d- Uw0WCnCnUncnmm o � � � = � = xF- xxxxxxxxxxF- xF- xx ¢ Qxx xoxgoMChMNNNNNN0NcoNcocoN F- � � � z � cncncncncncncncn (ncncnw0U) cncncncn co w U) cn Un >> > ' * � Z cncncncncncncncncnUQUF- xxx U » » » » > Y OF- F- F- F" JJJ QQQU(EIMO QQUUnCnZ (r � � W � � � � cn (ncnF- cncncnc (nCnxwW0000 ' 22S = F- F- F- W � F- F- F- F- CnUnC_nz � � � W WN N N ° "> M x 0 0 0 0 0 Q TZ ~ ~ x x 2 x wcncncncncncnm 22 U) ccn3: 0 0 o N N i N U X f6 U C � O Cl U IL C') O 00 O N c� O I� I� (D N It D) O N N O f� C7 I� (D f� CD I� cD f� } I- N r Cl) N r (D I� to 00 N O r N N It N N r N 00 T N O O N N O0 V O O (D CD T (D C0 C7 C0 O0 O O O (D LO O T O OJ V O O N O (D 00 (D LO O T V O r LO t Tr� O O O M LO T T O (D M V V Vlzt (D M (D (D T T M T T LO (D Ln I- N LO r r T N N T N T N r- r T Q N Q T T T T T T T T J J T J r J N T Q Q Q Q O O O O (n N co O (D O co 00 I,- 00 C'7 ~ N ~ Lo m V rZ O ~ LO 00 V O O ~ CD "7 W z Ln T N N Cl) r C0 (D Cr LO T T T r N N N T T N A T 0 (n C) cr. Cn U 2 0 > Q p w U r a C) Q U) °zz 2 N O U U Cl) v M cm U) U U) o LL ~o m J = N 2 F- N U) U) CO U) C) U = cc U) C) � Cl) � Q � i LO 0 0 N M N LO N U X c6 U 0 ro O a U IL 00 r co N O O V N 't CD f� In N N O 00 O) (O O N I� V N O (D N (D � O 00 r r LO T N LO r � 'I lf") OD r N Cl) N N r N V Q N N (D V m O O (D 00 (D � CO LO 00 (D 00 r N (D 00 � O LLB (D Cl) (D 00 It V 00 d (D O (D co N O N O M O 00 � V 0') 0 O r a0 r" M r- LO LO co N V Cl) O LO LO 00 LO r 00 r M M T I� r M r N 1 T CO M N CO r N r N N T � N It LL Q W 0o (n zt 00 00 Lo (D 00 Cn V' f- M 00 (D r O N (D co O Lo (n 00 I� (D N O On 00 O 00 LO Q T J LO T ' r r J N N M T M N T N J r N V r r O O TO t/) z � � (D (DLI) CO (D (D ~ (Da) Ln (0 COO (D (D (D (D00 ~ r- m (Dm (D (D (D (DNN WZ r r r r r r 6" = O I ■ � a � Y 0 o U Z cn N L O a � U N N p co w cn N O H U_ cn cr U) ¢ v ' N O N U U) ' � U) W W Q F— Q 1 U) C) E cr p N O 0 0 o N M N LO N U X U C O a U a C, Q) aoCSJ Cl) 000NLOLo OOoO � v O (DLn1 CDN Ln � (DLO (DO V O (Df- OI- LO } r r N r � N Cl) N N Cl) r r 0 CT r r CO N r r- Cl) CO Cl) N r 0 U) M N 00 O O N 00 00 LO It N 00 Cl) (D O I- LO (D v M LO O V N LO O (D r � O O O 0) (D (D I- r M f- f- V M N LO I- T O O V V a) 'IT O r I CO N 1'- O 00 LL') V m (D � N M LO M N N CO r O CO r r M N r f- N N Cl) N N M r U- 0 U) LJ I � r— M O O N 00 00 (n (D (D CO C) I LO Cl) M V N m -' N (n Lo O -q m m (D O O r- 0 N N r Cl) r r Q Cl) CO r co r N (D CO N r CO N r Q co co Cl) O O h (D (D f� O O (D ~ C) O 07 O N ~ Lo D7 D7 O (D Lo O (D I, TW Z N N r r r r co Li 0 r � a � Y oa w " a O Q U) w O � N O H U cn cc N O U W �. W >Q U N Ir 00 Ir O � CO LO 0 CD co N N N U X c4 L 0 E)C O U CL a 1 cor- CDV r,- N "'T qLo m0OV Om mmmr` r- 0 o � M � MNMr� OM r N r r N co r CO l r r M N r r to N N 00 N r N N M V CD O 00 (D (D lf) N N O O CD 00 M O N O O N M M M O O N O N V' 00 r- q M N LO r- M r r r- M r'- M N M N r r- r- LO O r- �t M N m r- O r- m a0 N N r M NM — NM r r r N - - M r N r` r r LL tf7 N r- m r m M O t r N w O m co 't (n O N � LO Cn w O O Lf) O w Ln N M O O Qr N N N r N N T T M r r N J CO r r r J r r N r J co N O O O 1" WCD O CD CD CD r (D D7 LO CD D) O r- r- f' r- CD 0 0 ~ N CD CD OD CD m OD cD ~ cD cD TT Z N r N r r N iy 0 r � a cc Y LU 0 > H U Z v O d H N Mo pU) w cn N O H U cn o> CC U Q U LL _ N O N Cf) U) W Cf) Cf) W Q Q Un U Un F O N O LO 0 o N (h N Lo N U X (6 U C � O CL U CL (D C7 N O N Cl) O r co Lf) r-- O Lo M N CD Co O O 00 N L� r O0 O T O O Cl) p- —Cl) N } r 00 N N T T O r- r � O7 V N N N Lo T N N T r q N N r r Cl) O LO (D T T N (D r LO N O0 v N O O w O m O CD O O L!) CD O Ln V 00 O V O O N 00 O N N O (D 00 O O O O O ,Zt LO (r 00 O N O V' N r- C7 O N O O O 00 00 CD O N O 00 O CD 00 O O 00 CD O (D r r r LO CD M (D M m N N T L!) r r L!) r V - r O 00 It Nt r� F r r Cl) r U) cf N I- LL W CD C) ONOcn CDOLoN0L,) I- NONOO (n N LP) NOON0 0000 (n 0 (h r N N r N J r (D � IT V r r N LO r N CO J r M M N r J T LO 00 q J T r Q Q Q Q O O O O 0 O Ln O O O O ~ O N Ln 00 M Ln N n O N D ~ ( 00 ~ Z 00 N O W N ~ d' Cl)M r r r r M (7 r U o � a � Y D LO a O z ci z to d c~n ~o CO p Q w cn w N cc �Lr Q U cn cn O Q Q LL U U) CE 2 F c F- cc d U fn 2 2 cr CD oO O Cl) LO 0 o 0 M N In N U X cp L +� U 0 � O C1 U D. J 0 O O 00 N r 0 0 0 m 00 O f- r-- r N C7 T 00 O C7 00 r CD r (n I� 0p C7 CD r D) } N N r N r N N r r N r r r N r 00 lf7 CO N N d W. O O O O O O * O O N O O O (D 0 0 0 N O O N (D (D 0 0 0 0 0 0 O 00 00 (D O O 00 LO O N fl- w LO (D O O N C) fl- 00 N f- O LO D7 00 � (D Lf) O (D O r r r N r r r N r 00 N r l-- LO r O0 H N ijLr Y (Q N U-W O (n O O N O O n O N O n O N O O O N (n N N 00 O N O O O O O n O CO J N N r N N r M r r r N J r r r r CO N n LO J It Q Q O O O w co O 00 O CO CD CD CD (D O w w O co (D (D ~ O O N w 00 00 co co m O F- O W z r N = O U J Q Q > L � a � Q W Y o F- > v zz p � Q w w a U) � _ � M = p C/) w (U N O F— U) U Cl) cn F- > O F- Q Q U) U = C/) U) w w z C) O O ~ �Cl) w w Ir Q U F- F- IrH H H O co co co r lb r LO 0 coo N N l/J y U X � U C � O a � IL I- O 00 O (� V 00 N O co N T O r- O r N T � � O 0) CA O rt O co O r- N O (D Il N V N � T T T T T r O r N N r (D r I T LO O It O N 0 0 (D N L() O 00 (D O O N Ln O a7 O O O T T 00 CO O O O 00 O O LO AOA O (O T Cl) L(') r- (D O O (O N f- Cl) LO r Cl) V O0 O0 00 00 N O N O N O LO LO 1- T C) N 00 M T T T T � Lf) LO 00 T N r T N T T C') Cl) Q N W 0 0 0 V LO L!7 (O (n LO N O 00 N O LO m U) LC) r 0 m 0 0 0 �Y CD Cn O LC) O N Ln Q LO I- N co Q N T N T T N M JQ l!) N r co r Q O O O C O CD O OO (R (O CD ~ Lo N w CD O0 00 N 00 ~ O m O7 O (D O CD co ~ O CD O m (D WZ co T T T T T m T co `y L2 0 ■ � a � Y J J J > a a a 0 a T o m OD C Q co N N C (n cn Cn cm 0 U > o cc a LL _ _ c � O CT (o co N Cn Cn (n Cn Cn U) W W cl: Cc cc N _t 2 2 = LO 0 N CO N N U X U 0 � O 2 U a M O M M O T O r M N 00 f� 00 cD M V 00 f- M O f- f- M O f� M I� r T } M N T T r cf r (D LO N r 0 N M N co N N 11 r V N N T 0 � T O CD O O O CD O O O O O O N O O (� 00 O O O 0 0 0 0 0 0 0 0 0 0 0 O N N N M O W V N (D (D (D I� O T N CO (� r- r- O It 00 N N N ct V O N N T T M CD T (c7 (D Ln N r 0 N N N CO T T N N r f- r N N T 0 U) O N O O O N O (n (D (D O f- CD (n CD (D (n (D O (n co N N (D N O O (n 0 In N N N r T 11 N T CO J r J J CO J T r T N T J T O O O O O W z00 00 (D CD 00 00 O N M O O N O O T O In O O Lo O O O N O M T r In CO N T Cl) It 00 CO CO T N N r = O � a cc Y Q W O o cn > E— U z cn M O a � w T- U) LO p Q N Q N p (n w cn cn N O H U_ (n (n > o Q v Q LL U) _ m _ EE N O N O U) 2 (1) 2 U) W Cl) W cc Q {- Q U U Cf) (A C/) 2 2 LO c CF_ p N p N C/) Cf) 1 0 O O N CO N LO N U X cQ L +` U C � O CL U d Lo r Cl) (fl f� (7 N co r r M r co N CO co co I- O O M O M f� M (o IN N (O r r r r N NT OD r r M r OD � r r N r r 00 M N M N N N U) Lo O O O to O Lo to O 0 0 0 0 0 O O O O O Lo O 'ct 0 0 0 0 (0 0 N O O N V LO d I- r- O O O O Lo f- It N to M (D N O 't (O O M O N 't F N (D O r o O N M (D r M r (p M r r (V r r 00 MM M N M N N r LL a in W TNONQ (oI� - Q OOOOOtc) NO � � (DCOf� OQ � — Cl) ) a0O 0 c (� (f) O O O O O (f) to O 0 0 0 0 to to N N O O O O to O O N O O O �o O N W Z r (o O r I- M N r r M r r- N r r M r r r N N r M M N r M r _ O N U J � H J a cf) > W Y o v z Q O Q ~ w _LLI U) cc = W U a � Z F- O Q D O N 2 p c m (n cn Cl) NO H CO U_ > > ¢ o cn cc w U) U) U. = W N N Q Cl) cn cn cn W W U Q (� LL U) W W 2 LO ~ N :D (V IU)i lco I I(n I (n 0 o O N C7 N N y U X c0 t ` U C O CL L) a 0 00 O N !� a0 CD t C) M M (D O r- �t -1 r-- co Lo O q � r- N o r � O co co co co } N M N O NO LC) LO M N r r CO V (D N N r � CO M N C')00 O Ln LO CO r It M Q LO 0 C 0 0 O m 0 0 11 m O O O O O LO O O O O O O O O 0 0 0 0 0 0 0 ,It Ln O O LO O O O V f: m V O O 't N O O M (D O0 O CD � O LC) O O N O � r (") N CD N LO V M N r �-- CO V O O N V Cl) N N V (D "t LO CO r CM N N O N Cl) W LP) O O O (n O L.C) N CD N !- O 't O O Co Lo (D O O (D 't O O U) L!7 L1) 0 0 0 0 (/) 0 (D T— r N J N r r T N CO CO r N r J r N r r N J O O O (� M LO 0 0 ~ t!-) CO LO LO N In co 0 0 0 0 tf) Ln O M 0 0 0 0 ~ O O Ln O N Lf) W Z M co N co N M N M r N M r N N 00 r r N CO r N N r � M N CO r CD 0 cc U � a W Y o � o z 0 Q F' w 0 0o Q 0 o N O cc z H cn U > > O v¢, LL w U) CO Cn w U W U) U) w N LO 0 o N N y U X (d U C N O CL a 0 O LC) O I- O O O m r O co r co r f� co m M co O Cl) --t V r- M (� O N (D (D (D Lo N Lo (D r N Lo M r M M r r r r Lo � M co Cl)M r V N CO r N M *-- � OOLO OOOOOOOOOOOOOOOLO OO OOO (D OOO (D Lo 1:31 r O Lo N LO O m OD O Lo O N O O N LO O LO W (D 00 � N m V O m f- N V m (D NT N V (D m r Lo M r I- M r r r �-- r � LO M M N r Cl) N Cl) r r O r � LL a d ch W O O Lo m O M OD O O N O O O N (n O (n O O A N N (D Lo 00 Lo N (n Q r r M M r r r r CO r r r r r r -j r J m r r r r J O O O N toLnOOLOO OOoLO ~ O ~ OON LnN ~ W Z r r Lo N Cl) r Lo Lo r r r r r r r -IT Cl) M N r CO N Lo *-- N to r 0 Li y -� a cc Y o CC z z p a w w F- U) p Q Zz w w cV 0 cn C/) U) O c Q ¢ Q U_ Co 0 0 1 w W W � cn a- N M co N CD Ei n O o N Cl) N t[I N U X �p U 0 � O d O CL 0 0 0 (D O M Q7 r- f� .i' O f- 00 N O 00 M O N (D } LO N 1- In � r 0 r r (D N N T In N O T T r Q N O O O O O O O O O (.D O O N O O O O O O 00 r (n 00 M O (D N 00 In LO, M (D O Il d' 00 (L7 N �!") O O (D O (n if) Co r O T r M (D N N T z N r- tt) N �- v � N Q (f� 00 J 0 0 0 J O O (D Co O (D N M O (D O O W J r TO OO C O L ~ O (D N ~ lf) (f) M O O N O O U) O (n O ~ W Z M co LO co r r r (D CO r N T- N N 't N 2 O T U J Y U) w � 00 ° Ir 0 a w o 0 CO p Q w F N 0 U) _U = U) > 0t a: LL 0� T- ~o m >= N J U) F- W = cr F- O U) (n 2 O rl- N = N LO o 0 N C7 N III. PROJECT PROPOSAL CITY OF RENTON PROJECT: 2005 OVERLAY CAG NO.: CAG-05-073 COMPANY: WESTERN ASPHALT, INC. BID AMOUNT: 875,181.04 ADDRESS: WESTERN ASPHALT, INC. TEL. NO.: (206) 624-4433 P.O. BOX 980 MAPLE VALLEY, WA 98038 III PROJECT PROPOSAL 2005 OVERLAY 2. PROPOSAL CITY OF RENTON CAG-05-073 2005 OVERLAY TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans,specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) The undersigned certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT r Being duly sworn,deposes and says,that he is the identical person who submitted the foregoing proposal or bid,and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named,and further,that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti- trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract,except as to overcharges resulting from anti-trust violations commencing after the date of the bid,quotation,or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM 1, the undersigned,having been duly sworn,deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work;not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate,know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT III. PROJECT PROPOSAL CITY OF RENTON 1. BIDDER'S CHECKLIST 1. X BIDDERS CHECKLIST 2. X PROPOSAL AND COMBINED AFFIDAVIT AND CERTIFICATE FORM r 3. X SCHEDULE OF PRICES 4. X ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. X BID BOND FORM 6. X CERTIFICATION OF EEO REPORT 7. X FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE .. Above documents must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be ,r attached to the bid document. r 2005 OVERLAY WESTERN ASPHALT. TNr_ Name of Bidder's Firm w Printed Name YVONNE C. O'LEARY Signature � w Address: PO BOA 98038 Names of Members of Partnership: w OR w Name of President of Corporation WILLIAM J. PETERSON .. Name of Secretary of Corporation YVONNE C. O'LEARY Corporation Organized under the laws of WASHINGTON STATE With Main Office in State of Washington at MAPLE VALLEY Subscribed and sworn to before me on this T� day of-, 7k—n e,_, 2005. L lublic in and for the State of Washington ON nt) w og k0TAW j�oirr N (N ment expires: % '0 _ O!� r ti PUBVIG • � i G\WAS w w w w III. PROJECT PROPOSAL CITY OF RENTON 3. SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID ■r • 2005 OVERLAY City of Renton-Planning/Building/Public Works Department 2005 OVERLAY SCHEDULE OF PRICES (NOTE: Unit prices for all items, all extentions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS. 01. 1.00 Mobilization LS SIXTY SEVEN THOUSAND, FOUR HUNDRED NINETY ONE DOLLARS AND $ TWENTY CENTS. 67,491.20 67,491.20 Per LS 02. 2,136.00 Removal of Asphalt Concrete Pavement SY (by Cold Planing) $ FIVE DOLLARS AND SIXTY CENTS. 5.60 11,961.60 Per SY 03. 30.00 Crushed Surfacing Top Course TON THIRTY THREE DOLLARS AND $ SIXTY CENTS. 33.60 1,008.00 Per TON 04. 100,000.00 Asphalt Concrete Paving(4" Patch) SF Class "B" Including Asphalt $ TWO DOLLARS AND THIRTY CENTS. 2.30 230,000.00 Per SF 05. 8,706.00 Asphalt Concrete Paving(Overlay) TON Class "B" Including Asphalt FORTY FOUR DOLLARS AND $EIGHTY CENTS . 44.80 390,028.80 Per TON 06. 1,460.00 Plastic Crosswalk LF (8" Wide) $ ONE DOLLAR AND TWELVE CENTS. 1.12 1,635.20 Per LF City of Renton-Planning/Building/Public Works Department 2005 OVERLAY SCHEDULE OF PRICES (NOTE: Unit prices for all items, all extentions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS. 07. 181.00 Plastic Stop Bar(18" Wide) LF $ THREE DOLLARS AND NINETY TWO 3.92 709.52 Per LF CENTS. 08. 39.00 Plastic Arrow Each $ FORTY ONE DOLLARS AND FORTY FOUR 41.44 1,616.16 Per Each CENTS. 09. 2,846.00 4" Raised Pavement Marker Each Type 1, Yellow $ ONE DOLLAR AND FORTY FIVE CENTS. 1.45 4, 126.70 Per Each 10. 1,858.00 4" Raised Pavement Marker Each Type 1, White $ ONE DOLLAR AND FORTY FIVE CENTS. 1.45 2,694.00 Per Each 11. 35.00 4" Raised Pavement Marker Each Type 2, Blue $ ELEVEN DOLLARS AND TWENTY CENTS. 11.20 392.00 Per Each 12. 314.00 4" Raised Pavement Marker Each Type 2d, Yellow $ THREE DOLLARS AND THIRTY SIX 3.36 1,055.04 Per Each CENTS. City of Renton-Planning/Building/Public Works Department 2005 OVERLAY SCHEDULE OF PRICES (NOTE: Unit prices for all items, all extentions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS. 13. 262.00 4" Raised Pavement Marker Each Type 2e, White THREE DOLLARS AND THIRTY $ SIX CENTS. 3.36 880.32 Per Each 14. 1.00 Traffic Control LS SEVENTY SEVEN THOUSAND, ONE HUNDRED TWELVE DOLLARS AND $ NO CENTS, 77,112.00 77, 112.00 Per LS 15. 72.00 Adjust Monument Each ONE HUNDRED NINETY SIX DOLLARS $ AND NO CENTS. 196.00 14, 112.00 Per Each 16. 129.00 Adjust Manhole Each TWO HUNDRED NINETY ONE DOLLARS $ AND TWENTY CENTS. 291.20 37,564.80 Per Each 17. 13.00 Adjust Catch Basin Each TWO HUNDRED NINETY ONE DOLLARS $ AND TWENTY CENTS. 291.20 3,785.60 Per Each City of Renton-Planning/Building/Public Works Department 2005 OVERLAY SCHEDULE OF PRICES (NOTE: Unit prices for all items, all extentions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS. 18. 90.00 Adjust Valve Box Each TWO HUNDRED NINETY ONE DOLLARS $ AND TWENTY CENTS. 291.20 26, 2os_nn Per Each 19. 1.00 Finish and Clean Up LS TWO THOUSAND, EIGHT HUNDRED $ DOLLARS AND NO CENTS. 2,800.00 2,800.00 Per LS TOTAL 875,181.04 THE UNDERSIGNED BIDDER HEREBY AGREES TO COMMENCE WORK ON THE PROJECT, IF AWARDED, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION AND TO COMPLETE THE WORK WITHIN 60 WORKING DAYS. DATED AT 9:30AM, MAPLE VALLEY, WA THE 22nd DAY OF JUNE , 2005. III. PROJECT PROPOSAL CITY OF RENTON 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA r. r. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. N/A DATE N/A r NO. N/A DATE N/A r NO. N/A DATE N/A SIGNED r TITLE SECRETARY .. NAME OF COMPANY WESTERN ASPHALT, INC. ADDRESS PO BOX 980 CITY/STATE/ZIP MAPLE VALLEY, WA 98038 TELEPHONE (206) 624-4433 r r CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE# 4480 LICENSE# WESTEA*294QP r r r r 2005 OVERLAY r „r III. PROJECT PROPOSAL CITY OF RENTON 5. BID BOND FORM Herewith find deposit in the form of a certified check,cashier's check, cash, or bid bond in the amount of $ 5% of Total Amount Bid which amount is not less than five percent of the total bid. Western Asphalt, Inc. Sign here C A Know All Men by These Presents: That we, Western Asphalt, Inc, ,as Principal, and avelers Casualty and Surety Company of merica as Surety, are held and firmly bound unto the City of Renton,as Obligee,in the penal sum of Five Percent (5%) of Total Bid Amt.- Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, r successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2005 Overlay, Proj . #CAG-05-073 according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect s and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 16th DAY OF June 2005 Western Asphalt, Inc. By: Principa Travel rs Casualty and Surety Company of America r ' Surety Hollytl E. Ulfers Attorney-in-Fact Received return of deposit in the sum of$ I �' 2005 OVERLAY TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford,Connecticut 06183-9062 rr POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, ,,. County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Mary A. Dobbs, David J. Forsyth, Steven W. Palmer, Holly E. Ulfers, of Seattle, Washington, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys)-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,reco gnizauces,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. •• VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by r authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. r. 01-00 Standard) III. PROJECT PROPOSAL CITY OF RENTON 6. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder X > proposed subcontractor—, hereby certifies that he has_, has not R , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has _, has not x , filed with the Joint Reporting Committee the Director of the Office of Federal Contract Compliance, A Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. irs WESTERN ASPHALT, INC. (Company) rs C . � By: 6/17/2005 SECRETARY Date: (Title) Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal r, opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a _ report covering the delinquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance,U.S. Department of Labor. EQUAL.DOG/M 2005 OVERLAY III. PROJECT PROPOSAL CITY OF RENTON 7. NON-COLLUSION AND DEBARMENT AFFIDAVIT * STATE OF WASHINGTON ) ,� ** COUNTY OF RING ) I, the undersigned, an authorized representative of *** WESTERN ASPHALT, INC. , being first duly sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. I further certify that, except as noted below, the firth, associated or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended,debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years;does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have agreed to the provisions of this affidavit. 2005 OVERLAY PROJECT # CAG-05-073 Name of Project i WESTERN ASPHALT, INC. Name of Bidder's Firm c 0 ` S ature of Authorized pres tative of Bidder an UNE 17, 2005 Date I certify that I know or have satisfactory evidence that YVONNE O'LFARY is the person who appeared before me,and +� said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. s Dated 6/17/2005 i Q,• 8�on 7 ichic in and for the State 1`J s ngtd residing at MAPLE VALLEY o? r O N ar}�irint CRYSTAL RISER TU � appgpntrr nt expires: 1170106 NOTE: i Exceptions will not necessarily restt •• lg P d; All be considered in determining bidder responsibility. For any exception noted, indicate above to whom it ap� sii"t" ncn' and dates of action. Providing false information may result in criminal prosecution or administrative sanctions. *A suspending or debarring official may grant an exception permitting a debarred,suspended,or excluded person to participate in a particular transaction upon a written determination by such official stating the reason(s)for deviating form the Presidential policy established by Executive order 12549..."(49 CFR Part 29 Section 29.215). *If notarization of proposal takes place outside of Washington State. DELETE WASHINGTON,and enter appropriate State. ** Fill in county where notarization of proposal takes place. *** Fill infirm name. 2005 OVERLAY r IV. CONTRACT DOCUMENT FORMS CITY OF RENTON INFORMATION ONLY IV CONTRACT DOCUMENT FORMS DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD. .. 2005 OVERLAY TIM IV. CONTRACT DOCUMENT FORMS CITY OF RENTON Bond ##104537328 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Western Asphalt, Inc. Travelers Casualty and Surety as principal,and Company of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ 875,181.04--- for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Seattle ,Washington,this 7th day of July , 2005. Nevertheless,the conditions of the above obligation are such that: r WHEREAS, under and pursuant to Public Works Construction Contract CAG-05-073 providing for construction of CAG-05-073, 2005 Street Overlay Project r (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; .. NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth,or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Western Asphalt; Inc. Travelers Casualty and Surety Company of MW Principal Surety America Signatur 7 Signature Holly E. Ulfers ap t 'a"I Attorney-in-Fact Title • Title aw 2005 OVERLAY ■.. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford,Connecticut 06183-9062 .. POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, ,. County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Mary A. Dobbs, David J. Forsyth, Steven W. Palmer, Holly E. Ulfers, of Seattle, Washington, their true and lawful Attorneys)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recoguizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. .� VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and ' certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. 01-00 standard) Client#:23503 WESTEASP1 ATE ACORDTM CERTIFICATE OF LIABILITY INSURANCE 6/30/05/DDm Y) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION USI Northwest of Washington ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1001 Fourth Avenue,Suite 1800 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Seattle,WA 98154 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 206 695-3100 INSURERS AFFORDING COVERAGE NAIC# T INSURED INSURER A: Continental Casualty Company Western Asphalt, Inc. PO Box 980 INSURER B: Transportation Insurance Company Maple Valley,WA 98038 INSURER C: r INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AD D' POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITS A X GENERAL LIABILITY 2048340984 12/31/04 12131/05 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300 000 PREMISES(Ea occurrence CLAIMS MADE Fx�OCCUR MED EXP(Any one person) s5,000 X WA Stop Gap PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000 POLICY PRO JECT LOC A AUTOMOBILE LIABILITY 2048340404 12/31/04 12/31/05 COMBINED SINGLE LIMIT $1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ B EXCESS/UMBRELLA LIABILITY 2048528422 12/31/04 12131/05 EACH OCCURRENCE $5000000 X OCCUR ❑CLAIMS MADE AGGREGATE s5,000,000 DEDUCTIBLE X RETENTION $10 000 $ OTH- WORKERS COMPENSATION AND WC STATU- EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: PROJECT#CAG-05-073 2005 OVERLAY City of Renton is an Additional Insured as respects the reference above.Wavier of Subrogation applies as per the attached endorsement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Renton DATE THEREOF,THE ISSUING INSURER WILL KAME RjtjC4t MAIL —4.j DAYS WRITTEN Attn: Bill Wressell NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,xxxwx K 1055 South Grady Way W=Rj16ijQj6IQJ6"RK)QRI*XxJin()0 *XXXMX"NXli6(ENl€9t9113F3U7j"KpCC6%WXX Renton,WA 98055 X0F"XKCQCW=Xx AUTHORIZED REPRESENTATIVE ACORD 25(2001/08) 1 Of 2 #S159199/M141841 6PWJU © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S(2001/08) 2 of 2 #S159199/M141841 G-1 7957-G (Ed. 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS-COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to 2. The Limits of Insurance applicable to the include as an insured any person or organization, additional insured are those specified in the including any person or organization shown in the written contract or written agreement or in the schedule above, (called additional insured) whom Declarations of this policy, whichever is less. you are required to add as an additional insured on These Limits of Insurance are inclusive of, and this policy under a written contract or written not in addition to, the Limits of Insurance shown agreement; but the written contract or written in the Declarations. agreement must be: 3. The coverage provided to the additional insured 1. Currently in effect or becoming effective during by this endorsement and paragraph f. of the the term of this policy; and definition of "insured contract" under 2. Executed prior to the "bodily injury," "property DEFINITIONS (Section V) do not apply to damage," or"personal and advertising injury". "bodily injury" or "property damage" arising out of the "products-completed operations hazard" B. The insurance provided to the additional insured is unless required by the written contract or limited as follows: written agreement. When coverage does apply 1. That person or organization is an additional to "bodily injury" or "property damage" arising out of the "products-completed operations insured solely for liability due to your negligence hazard" such coverage will not apply beyond: specifically resulting from "your work" for the additional insured which is the subject of the a. The period of time required by the written written contract or written agreement. No contract or written agreement; or coverage applies to liability resulting from the sole negligence of the additional insured. G-1 7957-G Page 1 of 2 (Ed. 01/01) G- 01/0 1)) /0 (Ed.. 01 b. 5 years from the completion of "your work" (1) Give written notice of an occurrence or on the project which is the subject of the an offense to us which may result in a written contract or written agreement, claim or"suit" under this insurance; whichever is less. (2) Tender the defense and indemnity of 4. The insurance provided to the additional any claim or "suit" to any other insurer insured does not apply to "bodily injury," which also has insurance for a loss we "property damage," or"personal and advertising cover under this Coverage Part; and injury" arising out of an architect's, engineer's, (3) Agree to make available any other or surveyor's rendering of or failure to render insurance which the additional insured any professional services including: has for a loss we cover under this a. The preparing, approving, or failing to Coverage Part. prepare or approve maps, shop drawings, f. We have no duty to defend or indemnify an opinions, reports, surveys, field orders, additional insured under this endorsement change orders or drawings and until we receive written notice of a claim or specifications; and "suit"from the additional insured. b. Supervisory, or inspection activities 2. Paragraph 4.b. of the Other Insurance performed as part of any related Condition is deleted and replaced with the architectural or engineering activities. following: C. As respects the coverage provided under this 4. Other Insurance endorsement, SECTION IV — COMMERCIAL b. Excess Insurance GENERAL LIABILITY CONDITIONS are amended as follows: This insurance is excess over any other 1. The following is added to the Duties In The insurance naming the additional Event of Occurrence, Offense, Claim or Suit insured as an insured whether primary, Condition: excess, contingent or on any other basis unless a written contract or e. An additional insured under this written agreement specifically requires endorsement will as soon as practicable: that this insurance be either primary or primary and noncontributing. . r ' G-17957-G Page 2 of 2 (Ed. 01/01) POLICY NUMBER: XXXXXXXX COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVER AGAINST OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments we make for injury or damage arising out of"your work" done under a contract with that person or organization. The waiver applies only to the person or organization shown in the Schedule. I CG 24 04 11 85 Copyright, Insurance Services Office, Inc., 1984 ❑ WESTEASPI A DRD,. INSURANCE BINDER 107Z DATE 08/05 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER PHONE (A/C No, __2 0 6-6 9 5-3100 COMPANY BINDER# !�c,Nqt__ _-206-682-8494 Transportation Insurance BINDER264662 USI Northwest Of Washington EFFECTIVE EXPIRATION g DATE _ TIME DATE TIME 1001 Fourth Avenue, Suite 1800 X AM X 1291 AM r Seattle, WA 98154 07/05/05 12 : 01 PM 08/05/05 NOON -- - - -- ---- -- THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY CODE: _ SUB CODE: PER EXPIRING POLICY#: AGENCY 23503 DESCRIPTION OF OPERATIONSNEHICLES/PROPERTY(Including Location) CUSTOMER ID: ( g r INSURED City of Renton 2005 Overlay 1055 South Grady Way Project No. CAG-05-073 Renton, WA 98055 Designated Contractor- Western Asphalt, Inc. P O Box 980, Tukwila, WA 98188 COVERAGES LIMITS TYPE OF INSURANCE _ COVERAGE/FORMS DEDUCTIBLE j COINS% AMOUNT PROPERTY CAUSES OF LOSS BASIC [.�BROAD FI SPEC r GENERAL LIABILITY Owners & Contractors EACH OCCURRENCE s3 , 000 , 000 COMMERCIAL GENERAL LIABILITY I P ro t e C t lve L i Liability l i t DAMAGE R -----{i COMMERCIAL RENTED PREMISES ES $ OCCUR r - _ __ CLAIMS MADE X� Policy MED EXP(Any one person) $ X , Owners & PERSONAL 8 ADV INJURY $ - I Contractors�--- - s3 , 000, 000 GENERAL AGGREGATE Protective L RETRO DATE FOR CLAIMS MADE: PRODUCTS-COMP/OP AGG $ AUTOMOBILE LIABILITY - I COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY(Per person) $ i ALL OWNED AUTOS BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ - HIRED AUTOS MEDICAL PAYMENTS $ -� NON-OWNED AUTOS PERSONAL INJURY PROT $ I UNINSURED MOTORIST $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE ' I COLLISION: _ - - STATED AMOUNT $ OTHER THAN COL: _ OTHER GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ -EXCESS LIABILITY EACH OCCURRENCE $ _. UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION $ WC STATUTORY LIMITS WORKER'S COMPENSATION E.L.EACH ACCIDENT $ AND EMPLOYER'S LIABILITY E.L.DISEASE-EA EMPLOYEE $ � I E.L.DISEASE-POLICY LIMIT $ SPECIAL Class Code 16292 - Construction Operations FEES $ OTHER CONDITIONS/ Includes Endorsement CG2908 ed 09/99 - Department TAXES COVERAGES (See attached Spec Conditions/Other Covs a e . ) ESTIMATED TOTAL PREMIUM $ NAME&ADDRESS MORTGAGEE ADDITIONAL INSURED LOSS PAYEE LOAN# Aka"o IZED REPRE ENTA IVE i ACORD 75(2001/01)1 of 3 #15 9 0 3 NOTE:IMPORTANT STATE INFORMATION ON REVERSE SIDE 6 M I JUO ACORD CORPORATION 1993 r w w CONDITIONS M This Company binds the kind(s) of insurance stipulated on the reverse side. The Insurance is subject to the terms,conditions and limitations of the policy(ies)in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the .� Rules and Rates in use by the Company. w Applicable in California w When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title of the form is changed from"Insurance Binder"to"Cover Note". w Applicable in Delaware w The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if w the binder includes or is accompanied by: the name and address of the borrower; the name and address of the lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to w the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of insurance coverage. Chapter 21 Title 25 Paragraph 2119 r Applicable in Florida w Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless the binder is replaced by a policy or another binder in the same company. Applicable in Nevada ' Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof of insurance for actual damages sustained therefrom. ACORD 75(2001/01)2 of 3 #15903 SPECIAL CONDITIONS/OTHER COVERAGES (Cont. from page 1) of Transportation Projects - WA I i t AMS 75.4(2001/01) 3 of 3 #15903 Client#: 23503 WESTEASPI ACORD- CERTIFICATE OF LIABILITY INSURANCE 1181()"x°°""''' 11/8/04 FRODU0fR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION USI Northwest of Washington ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 20415 72nr.'Ave. South HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Sly 300 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. K. , WA 98032 INSURERS AFFORDING COVERAGE INSURED NAIL# Western Asphalt, Inc. INSURERA: Continental Casualty Company PO Box 980 INSURER B: Maple Valley, WA 98038 INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE MM/DD/YY DATE MM/DD/YY LIMITS A GENERAL LIABILITY 2048340984 12/31/04 12/31/05 EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED n $300 OOO CLAIMS MADE � E OCCUR MED EXP(Any one person) $10,000 X PD Ded:1,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 'i GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2.000,0-0-0– POLICY JET LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT $ (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ id HIRED AUTOS NON-OWNED AUTOS BODILY INJURY $ (Per accident) l 1 / PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC $ —1 H AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ S DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND WC STATU- OTH- $ EMPLOYERS'LIABILITY TORY LIMITS ANY PROPRIETOR/PARTNER/EXECUTNE E.L.EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? bye s,describe under E.L.DISEASE-F1�EMPLOYE $ SPECIAL PROVISIONS below OTHER E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: License#WESTEA*294QP Evidence of public liability Insurance for Contractors License Re: WESTEA*294QP Evidence of public liability insurance for Contractors License CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION State of Washington DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN Dept of Labor& Industries NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Contractors Registration IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Box 44450 REPRESENTATIVES. Olympia, WA 98504-4450 AUT RQED REPRESENTATIVE ACORD 25(2001/08) 1 of 2 #S110410/M110408 6DH O ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I i 1 I I I i CORD 25-S(2001/08) 2 of 2 #S110410/M110408 a■ ENDORSEMENT 1 'sy%3107%y In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by L N k' Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the(OWNER). cp�&.85073 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a)activities performed by or on behalf of the NAMED INSURED;or(b)products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. r. 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or(b) products sold by the NAMED INSURED to the OWNER; or(c) premises a. leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. .. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a) 'W the OWNER and(b)the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed r, with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. aw Date Authorize&Aepresentative .. Signature a. aw Insurancepk.doc\ r. Y o� City of Renton Human Resources & Risk Management Department INV Insurance Information Form FOR:2005 OVERLAY aw PROJECT NUMBER: CAG-05-073 STAFF CONTACT: Bill Wressell-0400 Certificate of Insurance indicates the coverages/limits specified in E Yes ❑ No contract? Are the following coverages and/or conditions in effect? ED' Yes ❑ No The Commercial General Liability policy form is an ISO 1993 ❑t Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes No General Aggregate provided on a"per project basis(CG2503)?* [] Yes ❑ No w Additional Insured wording provided?* D Yes ❑ No Coverage on a primary basis and non-contributing basis?* ❑✓ Yes ❑ No Waiver of Subrogation Clause applies?* [] Yes ❑ No Severability of Interest Clause(Cross Liability)applies? a Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* ❑'"Yes ❑ No *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER GL A- X V Auto k V V Umb X � Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does .r not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENT ON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Agency/Broker Complet d By T e or Print Name) wik Address Comp eted By(Signature) Name of pe on to contact telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE .. IV. CONTRACT DOCUMENT FORMS CITY OF RENTON H/forms/contracts/BOND.DOGMAB/bh Approved by Larry Warren 2/14/92 CONTRACTS OTHER THAN FEDERAL-AID FHWA i THIS AGREEMENT, made and entered into this —� day of� c�, 2005. by and between THE CITY OF RENTON, Washin on, a mum Mil corporation of the State of Washington, hereinafter referred to as "CITY" and Td4 c• hereinafter referred to as "CONTRACTOR." WI TNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 60 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG 05-073) for improvement by construction and installation of: Traffic Control, Asphalt Concrete Patching, Asphalt Concrete Paving(Class `B'), removal of asphalt concrete pavement(by cold planning), utility adjustments, and installation of channelization. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction .. thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached,as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Renton Specifications e) Maps and Plans ,W f) Bid g) Advertisement for Bids h) Special Provisions, if any dw i) Addenda, if any and all modifications or changes issued pursuant to the Contract Documents. 40 2005 OVERLAY �•• IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of i any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City,unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, .. from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves „W those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 2005 OVERLAY .. IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any .. such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail,postage prepaid,certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 60 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty)for each such day,which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof,and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project i under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify,when submitting first payment invoice and annually thereafter,possession of a current City of Renton business license while conducting work for the City. The Contractor shall +� require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of_ s, f • G y el J —--whimn wows which includes any required Washington State Sales Tax. Payments will be made to Contractor set forth in the Contract Documents. AW IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. 2005 OVERLAY ,,. IV. CONTRACT DOCUMENT FORMS CITY OF RENTON CITY O�F�R,ENTON ` Pre i t/P rtne wn Mayor Ka6ihy Keolker—Wheeler ATTEST_ cretary I U Bonnie I. Walton City Clerk dba WESTERN ASPHALT, INC. Firm Name chi k ow r r Individual r Partnership K Corporation Incorporated in WASHINGTON _ Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by- laws shall be furnished to the City and made a part of the contract document. r If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. H/forms/contract/othcont/bh/]une92 r� r r 2005 OVERLAY V. CONTRACT SPECIFICATIONS CITY OF RENTON V F l CONTRACT SPECIFICATIONS t 2005 OVERLAY V-1 Cit y of Renton 2005 OVERLAY SPECIAL PROVISIONS �Y NT L Washington State Department of Transportation IAmerican Public Works Association Washington State Chapter 1 1 1 SPECIAL PROVISIONS 2005 OVERLAY CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter re- ferred to as The Renton Standards) shall apply to all work performed within the public right- of-way by, or for, the City of Renton; or work performed as an extension, betterment or addi- tion to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 2004 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments WSDOTAmendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received by the time of publication of this document. Standard Plans The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Re- placed, or Deleted) of all original pages. 2005 OVERLAY J\STREE7�PMS\20052M'-,mntracA05photospc.cloc 2005 OVERLAY SPECIAL PROVISIONS 2005 OVERLAY INTRODUCTION TO THE SPECIAL PROVISIONS The following Special Provisions shall be used in conjunction with the Standard Specifications for Road, Bridge and Municipal Construction, 2004 English edition, as amended, as issued by the Washington State Department of Transportation and American Public Works Association, Washing- ton State Chapter(hereafter"Standard Specifications"). The Renton Standards, except as they may be modified or superseded by these Special Provisions, shall govern all phases of work under this contract, and they are by reference made an integral part of these Special Provisions as if herein fully set forth. DESCRIPTION OF WORK This project provides for the improvement of Overlay of streets within the City of Renton at various locations, all in accordance with the attached Plans, these Special Provisions, and the Standard Specifications. Each item in these Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies an amendment produced by WSDOT and adopted verbatim by the City of Renton, and shown for the sake of clarity or ease of use, when those Amend- ments are closely associated with Renton Changes (RC). Otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amend- ment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those re- quirements which pertain to payment and financing. J:\STREET\PMS\2005\M5contract\05photospc.doc 2005 OVERLAY SPECIAL PROVISIONS a. i CITY OF RENTON 2005 OVERLAY SPECIAL PROVISIONS i 1.04 SCOPE OF WORK i The intent of the contract covered by these specifications is to provide a minimum of 2 inches compacted depth of class "B" asphalt concrete pavement at various locations, which are shown on the attached drawings. Channelization shall be installed on some of these streets per plans. All work required to complete the project specified herein,but not specifically mentioned on the plans and specifications, shall 'm be performed by the contractor and shall be considered as incidental to the construction, and all costs therefor shall be included in the unit contract price. Due to restrictions some portions of this contract may be deleted or added. i There must, at all times,be materials on the job site to handle any and all hazardous material spills,caused by the contractor, such as tack, oils, diesel, etc.. Materials would include, but not be limited to, oil absorbent pads and "kitty litter". The Contractor must supply said materials at his expense and,in the event of a spill,be responsible for proper cleanup and legal disposal of contaminated or hazardous materials. The Contractor must notify the City's inspector by 7:00 a.m. each morning to inform him when and where i the contractor's crew will be working that day. 1.07.23 Traffic Control: i Notifications The Contractor shall be responsible for delivering notification twice to all properties that front on,or access from, any street on which the asphalt concrete is to be applied. The first notification shall be made approximately one week prior to the day the work is scheduled to begin on the street and the second shall be made twenty-four hours(24 hours)prior to the beginning work. i The City shall supply the Contractor with sufficient quantities of standard notification forms that the Contractor shall fill out with the specific location and times for each location prior to issuing the notices to fronting/accessing properties. i All work and materials associated with the notification procedures shall be incidental to the contract lump sum price for "Traffic Control." i On streets to be overlaid,the Contractor shall post"No Parking" signs a minimum of 72 hours in advance of the work taking place. The signs shall specify the date and hours that the parking restrictions will be in ,w effect. The Contractor shall assure that prior approval for the parking restrictions has been obtained from the City of Renton Department of Public Works Transportation Systems Division. The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if "' the need arises to tow any vehicle(s) violating a posted "No Parking" sign. However. the Contractor shall first make an effort to contact the vehicle owner if it is likely the owner lives in the area. Detailed Traffic control plans shall be required by the Contractor for some streets prior to paving. .. The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all times. The Federal Highway Administration's Manual On Uniform Traffic Control Devices for streets and aw highways , Millennium Edition, shall be the guideline used to determine adequate traffic control. Proper traffic control and safety procedure will be used during all phases of the work, to include utility adjustments. If necessary to ensure access to businesses on SW 7`h ST,the Contractor shall post flagging personnel at driveways to assist traffic entering the businesses. On SW 7`h,in front of Bob Bridge Toyota (150 SW 71h ST),the Contractor shall keep one of the two driveways to Bob Bridge open at all times. The Contractor shall provide a flagging person to stand next to a "Business Open" or similar sign,provided by Bob Bridge, and show the traveling public the way into Bob Bridge Toyota. The Engineer or designated representative of the Engineer,the Contractor Superintendent or Foreman,and the Contractor's Traffic .. Control Supervisor shall meet with a representative of Bob Bridge, prior to any work beginning on SW 7`h between Lind Av SW and Shattuck Av SW. The purpose of the meeting is to review the traffic control plan,show what areas or lanes of SW 7`h will be closed, when they will be closed,and how long they will be closed. The Contractor shall demonstrate to Bob Bridge how the Contractor will maintain as much access to Bob Bridge as possible during the construction. All work on this contract shall be performed between the hours of 8:00 a.m. and 4:00 p.m., unless otherwise approved by the engineer. 1-08 PROSECUTION AND PROGRESS 1-08.4 PROSECUTION OF WORK The Engineer shall give the Contractor a written "Notice To Proceed" after the contract has been executed. r. Work shall begin within ten days after receipt of Notice To Proceed, and all work, including punch list items,must be completed within the specified working days. After 30 working days,the Engineer shall give the Contractor a written punch list of items not completed on the contract. 1-08.9 Liquidated Damages If the Contractor fails to complete all the work within the specified working days, he shall be charged .. liquidated damages. See Section 1-08.9 of the 2002 Washington State Department of Transportation's Standard Specifications for Road,Bridge,and Municipal Construction for further details. 1-09.7 MOBILIZATION(Supplement) Sanitation Portable toilet facilities aw The Contractor shall furnish portable toilet facilities, at his expense, according to WAC 296- 23020. The Contractor shall provide and maintain in a clean, neat, and sanitary condition, any accommodations for the Contractor and Owner employees that are necessary to comply with the requirements and regulations of the State of Washington Department of Social and Health Services and other agencies. The Contractor shall commit no public nuisance, keep all sites clean, dispose of all refuse in a proper manner and leave the Project Site in a neat and sanitary condition. Payment Furnishing portable toilets shall be considered incidental to the project and no additional compensation shall be made. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3(1)General Requirements The Contractor shall remove all plastic traffic buttons and all thermoplastic markings from the roadway -, surface and area must be swept clean prior to application of the tack coat for overlay. 2-02.5 Payment The removal and disposal of plastic traffic buttons and thermoplastic markings shall be considered incidental to the project and no additional compensation shall be made. 5-04 ASPHALT CONCRETE PAVEMENT 5-04.3(5)Conditioning the Existing Surface The Contractor shall maintain existing surface contour during overlay, unless otherwise instructed by City engineer. Some streets may require some pre-leveling,at the discretion of the City's inspector. "Thickened edges" may be required on some streets. 5-04.3(5)A Preparation of Existing Surfaces The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving,to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made +. dirty by the Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. w All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from getting into catch basin. Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of .. the tack coat shall be considered incidental to the paving and no separate payment shall be made. All overlay ends and edges shall be sealed within five days following the completion of the overlay. The Contractor shall locate all utilities for access immediately after overlay and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4"-6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. MW Utility adjustment shall be made per contract with respect to materials and methods except for revisions approved in the field by the City engineer. 4W Utility patches shall be sealed weekly. it Utility adjustments must be completed 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor,materials,tools, and equipment necessary to complete the adjustments(including asphalt concrete pavement). 5-04.3(9)Spreading and finishing The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a±2" per 100 linear feet tolerance. The Contractor may be required to pull a string line and paint a line as a guide. During overlay procedure, driveways and connecting streets shall be tied to new mat by means of adding additional material and "FEATHERING"the edge. All material raked off shall be removed from site. SW 7`h, between Lind A SW and Rainier A SW, shall be paved in two lifts. The first lift shall be 1 1h inches thick as a pre-level course,and the second lift shall also be]1/z inches thick. The first lift shall be installed using a "ski"attached to the paver. 5-04.3(14)B Cold-Planing Supplement with the following_ Areas for cold-planing will be marked out by the Engineer in the field and also shown typical in the standard plan. Bid Item#4,Asphalt Concrete Paving(Patch 4")Class`B"Including Asphalt i The unit price shown shall cover the complete cost of labor, materials,equipment, saw cutting or grinding, removal of asphalt concrete paving,compaction of base, tack coating edges,installation of class B asphalt, _ and roller compaction to complete the patches. Payment for Asphalt Concrete Paving Patch shall be per square foot of asphalt patch as measured by the Engineer. No additional payment will be made for work necessary to correct ACP not installed in accordance with the Specifications. r CITY OF RENTON 2005 OVERLAY CONTRACT DOCUMENTS ! i AMENDMENTS TO THE STANDARD SPECIFICATIONS i ! ! i i i i i r 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2004 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational .r 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 err 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 16 April 4, 2005 17 1-07.11(10)B Required Records and Retention 18 The third and fourth paragraphs are revised to read: 19 20 Monthly Employment Utilization Reports 21 WSDOT Form #820-010 or substitute form as approved by the Contracting Agency. 22 This form is required for all federally assisted projects if the contract is equal to or 23 greater then $10,000 and for every associated subcontract equal to or greater than 24 $10,000. These monthly reports are to be maintained in the respective Contractor or 25 subcontractor's records. 26 27 In addition, for contracts with a value of $100,000 or more, the Contractor shall submit 28 copies of the completed WSDOT form 820-010 or approved substitute to the 4W 29 Contracting Agency by the fifth of each month throughout the term of the contract. The 30 Contractor shall also collect and submit these forms monthly from every subcontractor 31 who holds a subcontract with a value of $100,000 or more. 32 " 33 Failure to submit the required reports by their due dates may result in the withholding of 34 progress estimate payments. 35 36 1-07.13(4) Repair of Damage 37 This section is revised to read: 38 39 The Contractor shall promptly repair all damage to either temporary or permanent work 40 as directed by the Engineer. For damage qualifying for relief under Sections 41 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 42 1-04.4 using the estimated bid item "Reimbursement for Third Party Damage". 43 44 In the event the Contracting Agency pays for damage to the Contractor's work or for 45 damage to the Contractor's equipment caused by third parties, any claim the Contractor 46 had or may have had against the third party shall be deemed assigned to the 47 Contracting Agency, to the extent of the Contracting Agency's payment for such 48 damage. aw 1 2 Payment will be limited to repair of damaged work only. No payment will be made for 3 delay or disruption of work. 4 lei 5 For the purpose of providing a common proposal for all bidders, the Contracting Agency 6 has entered an amount for"Reimbursement For Third Parry Damage" in the proposal to 7 become a part of the total bid by the Contractor. 8 9 1-07.16(1) Private/Public Property 10 This section is revised to read: 11 12 The Contractor shall not use Contracting Agency owned or controlled property other 13 than that directly affected by the contract work without the approval of the Engineer. If 14 the Engineer grants such approval, the Contractor shall then vacate the area when 15 ordered to do so by the Engineer. Approval to temporarily use the property shall not 16 create any entitlement to further use or to compensation for any conditions or 17 requirements imposed. 18 19 The Contractor shall protect private or public property on or in the vicinity of the work 20 site. The Contractor shall ensure that it is not removed, damaged, destroyed, or 21 prevented from being used unless the contract so specifies. 22 23 Property includes land, utilities, trees, landscaping, improvements legally on the right- 24 of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines, 25 signs, and other property of all description whether shown on the plans or not. 26 27 If the Engineer orders , or if otherwise necessary, the Contractor shall install protection, 28 acceptable to the Engineer, for property such as that listed in the previous paragraph. 29 The Contractor is responsible for locating and protecting all property that is subject to 30 damage by the construction operation. 31 32 If the Contractor (or agents/employees of the Contractor) damage, destroy, or interfere 96 33 with the use of such property, the Contractor shall restore it to original condition. The 34 Contractor shall also halt any interference with the property's use. If the Contractor 35 refuses or does not respond immediately, the Engineer may have such property m 36 restored by other means and subtract the cost from money that will be or is due the 37 Contractor. 38 stir 39 The Contractor may access the worksite from adjacent properties. The Contractor shall 40 not use or allow others to use this access to merge with public traffic. During non- 41 working hours, the Contractor shall provide a physical barrier that is either locked or 42 physically unable to be moved without equipment. The access shall not go through any 43 existing structures. The access may go through fencing. The Contractor shall control 44 or prevent animals from entering the worksite to the same degree that they were 45 controlled before the fence was removed. The Contractor shall prevent persons not 46 involved in the contract work from entering the worksite through the access or through 47 trails and pathways intersected by the access. If the contract documents require that 48 existing trails or pathways be maintained during construction, the Contractor will insure 49 the safe passage of trail or pathway users. The Contractor shall effectively control 50 airborne particulates that are generated by use of the access. The location and use of ft 1 the access shall not adversely affect wetlands or sensitive areas in any manner. The 2 Contractor shall be responsible for obtaining all haul road agreements, permits and/or 3 easements associated with the access. The Contractor shall replace any fence, repair +� 4 any damage and restore the site to its original state when the access is no longer 5 needed. The Contractor shall bear all costs associated with this worksite access. 6 7 1-07.16(2) Vegetation Protection and Restoration 8 The new paragraph below is inserted to follow the third paragraph: 9 ,. 10 Any pruning activity required to complete the work as specified shall be performed by 11 persons qualified as a Certified Arborist at the direction of the Engineer. 12 13 In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide 14 for Plant Appraisal, Current Edition". 15 16 1-07.16(3) Fences, Mailboxes, Incidentals 17 The first sentence in the first paragraph is revised to read: 18 19 The Contractor shall maintain any temporary fencing to prevent pedestrians from 20 entering the worksite and to preserve livestock, crops, or property when working 21 through or adjacent to private property. 22 23 1-07.18 Public Liability and Property Damage Insurance 24 This section is revised to read: 25 26 The Contractor shall obtain and keep in force the following policies of insurance. The 27 policies shall be with companies or through sources approved by the State Insurance 28 Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the �r 29 policies shall be kept in force from the execution date of the contract until the date of 30 acceptance by the Secretary (Section 1-05.12). 31 32 1. Owners and Contractors Protective Insurance providing bodily injury and property 33 damage liability coverage with limits of $3,000,000 per occurrence and in the 34 aggregate for each policy period, written on Insurance Services Office (ISO) form 35 CG0009 together with Washington State Department of Transportation 36 Amendatory Endorsement No. CG 29 08, specifying the State of Washington as a 37 named insured. 38 39 The Contractor may choose to terminate this insurance after the date of 40 Substantial Completion as determined by the Engineer or, should Substantial 41 Completion not be achieved, after the date of Physical Completion as determined 42 by the Engineer. In the event the Contractor elects to terminate this coverage, prior 43 to acceptance of the contract, the Contractor shall first obtain an endorsement to 44 the Commercial General Liability Insurance described below that establishes the 45 Contracting Agency on that policy as an additional insured. 46 47 2. Commercial General Liability Insurance written under ISO Form CG0001 or its 48 equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate 49 for each policy period. This protection may be a CGL policy or any combination of 50 primary, umbrella or excess liability coverage affording total liability limits of not r 1 less than $3,000,000. Products and completed operations coverage shall be i 2 provided for a period of one year following final acceptance of the work. 3 4 3. Commercial Automobile Liability Insurance providing bodily injury and property 5 damage liability coverage for all owned and nonowned vehicles assigned to or 6 used in the performance of the work with a combined single limit of not less than 7 $1,000,000 each occurrence with the State named as an additional insured in 8 connection with the Contractor's Performance of the contract. 9 10 The Owners and Contractors Protective Insurance policy shall not be subject to a 11 deductible or contain provisions for a deductible. The Commercial General Liability 12 policy and the Commercial Automobile Liability Insurance policy may, at the discretion 13 of the Contractor, contain such provisions. If a deductible applies to any claim under 14 these policies, then payment of that deductible will be the responsibility of the 15 Contractor, notwithstanding any claim of liability against the Contracting Agency. 16 However in no event shall any provision for a deductible provide for a deductible in 17 excess of $50,000.00. 18 19 Prior to contract execution, the Contractor shall file with the Department of 20 Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420, 21 ACORD Form Certificates of Insurance evidencing the minimum insurance coverages 22 required under these specifications. 23 24 All insurance policies and Certificates of Insurance shall include a requirement providing 25 for a minimum of 45 days prior written notice to the Contracting Agency of any 26 cancellation or reduction of coverage. All insurance coverage required by this section 27 shall be written and provided by "occurrence-based" policy forms rather than by "claims 28 made"forms. 29 30 Failure on the part of the Contractor to maintain the insurance as required shall 31 constitute a material breach of contract upon which the Contracting Agency may, after 32 giving five working days notice to the Contractor to correct the breach, immediately 33 terminate the contract or, at its discretion, procure or renew such insurance and pay 34 any and all premiums in connection therewith, with any sums so expended to be repaid 35 to the Contracting Agency on demand, or at the sole discretion of the Contracting to 36 Agency, offset against funds due the Contractor from the Contracting Agency. 37 38 All costs for insurance, including any payments of deductible amounts, shall be Mi 39 considered incidental to and included in the unit contract prices and no additional 40 payment will be made. 41 di 42 1-07.23(1) Construction Under Traffic 43 The first paragraph is supplemented with the following: 44 io 45 The Contractor shall enter interstate highways only through legal movements from 46 existing roads, streets, and through other access points specifically allowed by the 47 contract documents. ift 48 49 The fourth sentence in the second paragraph is revised to read: 50 1 Deficiencies not caused by the Contractor's operations shall be repaired by the 2 Contractor, when ordered by the Engineer, at the Contracting Agency's expense. 3 • 4 In the sixth paragraph, 3. "C", the first sentence is revised to read: 5 6 Temporary concrete barrier or other approved barrier installed on the traffic side of the 7 drop-off with 2 feet between the drop-off and the back of the barrier and a new edge of 8 pavement stripe a minimum of 2 feet from the face of the barrier. 9 10 SECTION 1-09, MEASUREMENT AND PAYMENT 11 April 5, 2004 12 1-09.6 Force Account 13 On page 1-91, under "For Labor", the fourth and fifth sentences in the second paragraph 14 are deleted. 15 16 1-09.7 Mobilization 17 Under the second paragraph, item 3 is revised to read: 18 19 When the substantial completion date has been established for the project, payment of 20 any amount bid for mobilization in excess of 10 percent of the total original contract 21 amount will be paid. 22 23 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 24 December 6, 2004 25 Section 1-10 is revised in its entirety to read: 26 27 1-10.1 General 28 The Contractor, utilizing contractor labor and contractor-provided equipment and 29 materials (except when such labor, equipment or materials are to be provided by the 30 Contracting Agency as specifically identified herein), shall plan, manage, supervise and 31 perform all temporary traffic control activities needed to support the work of the 32 contract. 33 34 1-10.1(1) Materials 35 Materials shall meet the requirements of the following sections: ' 36 37 Stop/Slow Paddles 9-35.1 38 Construction Signs 9-35.2 39 Wood Sign Posts 9-35.3 40 Sequential Arrow Signs 9-35.4 41 Portable Changeable Message Signs 9-35.5 42 Barricades 9-35.6 43 Traffic Safety Drums 9-35.7 44 Barrier Drums 9-35.8 45 Traffic Cones 9-35.9 46 Tubular Markers 9-35.10 47 Warning Lights and Flashers 9-35.11 48 Truck-Mounted Attenuator 9-35.12 1 2 1-10.1(2) Description 3 The Contractor shall provide flaggers, spotters and all other personnel required for labor 4 for traffic control activities and not otherwise specified as being furnished by the 5 Contracting Agency. 6 7 The Contractor shall perform all procedures necessary to support the contract work. ,O 8 9 The Contractor shall provide signs and other traffic control devices not otherwise 10 specified as being furnished by the Contracting Agency. The Contractor shall erect and go 11 maintain all construction signs, warning signs, detour signs, and other traffic control 12 devices necessary to warn and protect the public at all times from injury or damage as 13 a result of the Contractor's operations which may occur on or adjacent to highways, 14 roads, or streets. No work shall be done on or adjacent to the roadway until all 15 necessary signs and traffic control devices are in place. 16 17 The traffic control resources and activities described shall be used for the safety of the 18 public, of the Contractor's employees, and of the Contracting Agency's personnel and 19 to facilitate the movement of the traveling public. Traffic control resources and activities 20 may be used for the separation or merging of public and construction traffic when such 21 use is in accordance with a specific approved traffic control plan. 22 23 Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and ' 24 remove signs; or provide, erect, maintain, and remove other traffic control devices when 25 ordered to do so by the Engineer, the Contracting Agency may, without further notice to 26 the Contractor or the Surety, perform any of the above and deduct all of the costs from 27 the Contractor's payments. 28 29 The Contractor shall be responsible for providing adequate labor, sufficient signs, and 40 30 other traffic control devices, and for performing traffic control procedures needed for the 31 protection of the work and the public at all times regardless of whether or not the labor, 32 devices or procedures have been ordered by the Engineer, furnished by the Contracting 33 Agency, or paid for by the Contracting Agency. 34 35 Wherever possible when performing contract work, the Contractor's equipment shall to 36 follow normal and legal traffic movements. The Contractor's ingress and egress of the 37 work area shall be accomplished with as little disruption to traffic as possible. Traffic 38 control devices shall be removed by picking up the devices in a reverse sequence to 39 that used for installation. This may require moving backwards through the workzone. 40 When located behind barrier or at other locations shown on approved traffic control 41 plans, equipment may operate in a direction opposite to adjacent traffic. 42 43 The Contractor is advised that the Contracting Agency may have entered into operating 44 agreements with one or more law enforcement organizations for cooperative activities. 45 Under such agreements, at the sole discretion of the Contracting Agency, law 46 enforcement personnel may enter the workzone for enforcement purposes and may 47 participate in the Contractor's traffic control activities. The responsibility under the 48 contract for all traffic control resides with the Contractor and any such participation by 49 law enforcement personnel in Contractor traffic control activities will be referenced in 50 the Special Provisions or will be preceded by an agreement and, if appropriate, a cost .. 1 adjustment. Nothing in this contract is intended to create an entitlement, on the part of 2 the Contractor, to the services or participation of the law enforcement organization. 3 4 1-10.2 Traffic Control Management 5 6 1-10.2(1) General 7 It is the Contractor's responsibility to plan, conduct and safely perform the work. The 8 Contractor shall manage temporary traffic control with his or her own staff. Traffic 9 control management responsibilities shall be formally assigned to one or more company rr� 10 supervisors who are actively involved in the planning and management of field contract 11 activities. The Contractor shall provide the Engineer with a copy of the formal 12 assignment. The duties of traffic control management may not be subcontracted. AP 13 14 The Contractor shall designate an individual or individuals to perform the duties of the 15 primary Traffic Control Supervisor (TCS). The designation shall also identify an ,m 16 alternate TCS who can assume the duties of the primary TCS in the event of that 17 person's inability to perform. The TCS shall be responsible for safe implementation of 18 approved Traffic Control Plans provided by the Contractor. 19 20 The designated individuals shall be certified as worksite traffic control supervisors by 21 one of the organizations listed in the Special Provisions. Possession of a current 22 flagging card by the TCS is mandatory. A traffic control management assignment and a 23 TCS designation are required on all projects that will utilize traffic control. 24 25 The Contractor shall maintain 24-hour telephone numbers at which the Contractor's 26 assigned traffic control management personnel and the TCS can be contacted and be 27 available upon the Engineer's request at other than normal working hours. These 28 persons shall have the resources, ability and authority to expeditiously correct any 29 deficiency in the traffic control system. 30 31 1-10.2(1)A Traffic Control Management 0" 32 The responsibilities of the Contractor's traffic control management personnel shall 33 include: 34 35 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) 36 to ensure that proper safety and traffic control measures are implemented and 37 consistent with the specific requirements created by the Contractor's 38 workzones and the Contract. Some form of oversight shall be in place and 39 effective even when the traffic control management personnel are not present 40 at the jobsite. 41 42 2. Providing the Contractor's designated TCS with approved Traffic Control Plans 43 (TCPs) which are compatible with the work operations and traffic control for + + 44 which they will be implemented. Having the latest adopted edition of the 45 Manual On Uniform Traffic Control Devices for Streets and Highways 46 (MUTCD,) including the Washington State Modifications to the MUTCD and .� 47 applicable standards and specifications available at all times on the project. 48 49 3. Discussing proposed traffic control measures and coordinating implementation �rw 50 of the Contractor-adopted traffic control plan(s) with the Engineer. 1 � 2 4. Coordinating all traffic control operations, including those of subcontractors 3 and suppliers, with each other and with any adjacent construction or 4 maintenance operations. 5 6 5. Coordinating the project's activities (such as ramp closures, road closures, and 7 lane closures) with appropriate police, fire control agencies, city or county 8 engineering, medical emergency agencies, school districts, and transit 9 companies. 10 i 11 6. Overseeing all requirements of the contract that contribute to the convenience, 12 safety, and orderly movement of vehicular and pedestrian traffic. 13 14 7. Reviewing the TCS's diaries daily and being aware of field traffic control 15 operations. 16 17 8. Being present on-site a sufficient amount of time to adequately satisfy the 18 above-listed responsibilities. 19 20 Failure to carry out any of the above-listed responsibilities shall be a failure to comply 21 with the contract and may result in a suspension of work as described in Section 1- 22 08.6. 23 24 1-10.2(1)B Traffic Control Supervisor 25 A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or 26 spotting or other traffic control labor is being utilized or less frequently, as authorized by 27 the Engineer. 28 29 The TCS shall personally perform all the duties of the TCS. During nonwork periods, 30 the TCS shall be available to the job site within a 45-minute time period after notification 31 by the Engineer. 32 a 33 The TCS's duties shall include: 34 35 1. Having a current set of approved traffic control plans (TCPs), applicable 36 contract provisions as provided by the Contractor, the latest adopted edition of 37 the MUTCD, including the Washington State Modifications to the MUTCD, the 38 book Quality Guidelines for Work Zone Traffic Control Devices, and applicable 39 standards and specifications. 40 41 2. Inspecting traffic control devices and nighttime lighting for proper location, 42 installation, message, cleanliness, and effect on the traveling public. Traffic 43 control devices shall be inspected at least once per hour during working hours 44 except that Class A signs and nighttime lighting need to be checked only once , 45 a week. Traffic control devices left in place for 24 hours or more shall also be 46 inspected once during the nonworking hours when they are initially set up 47 (during daylight or darkness, whichever is opposite of the working hours). The 48 TCS shall correct, or arrange to have corrected, any deficiencies noted during 49 these inspections. 50 , 1 3. Preparing a daily traffic control diary on each day that traffic control is 2 performed using DOT Forms 421-040A and 421-040B, and submitting them to 3 the Engineer no later than the end of the next working day. The Contractor 4 may use alternate forms if approved by the Engineer. Diary entries shall 5 include, but not be limited to: 6 7 a. Time of day when signs and traffic control devices are installed and 8 removed, 9 b. Location and condition of signs and traffic control devices, iw 10 c. Revisions to the traffic control plan, 11 d. Lighting utilized at night, and 12 e. Observations of traffic conditions. +r 13 14 4. Making minor revisions to the traffic control plan to accommodate site 15 conditions provided that the original intent of the traffic control plan is 16 maintained and the revision has the concurrence of both the Contractor and 17 the Engineer. 18 W 19 5. Attending traffic control coordinating meetings or coordination activities as 20 necessary for full understanding and effective performance. 21 g, 22 6. Ensuring that all needed traffic control devices and equipment are available 23 and in good working condition prior to the need to install or utilize them. 24 25 The TCS may perform the work described in Section 1-10.3(1)A Flaggers and 26 Spotters or in Section 1-10.3(1)B Other Traffic Control Labor provided that the duties 27 of the TCS are accomplished. 28 29 1-10.2(2) Traffic Control Plans 30 The traffic control plan or plans appearing in the contract documents show a method of 31 handling traffic. All construction signs, flaggers, spotters and other traffic control " 32 devices are shown on the traffic control plan(s) except for emergency situations. 33 Where mainline contract traffic control plans are developed with the intent of operating 34 without the use of flaggers or spotters, the plans shall contain a note that states, "NO 35 FLAGGERS OR SPOTTERS". The use of flaggers or spotters to supplement these 36 traffic control plans will not be allowed except in a case where no other means of traffic 37 control can be used or in the event of an emergency. If the Contractor proposes the 38 use of flaggers or spotters with one of these plans, this will constitute a modification 39 requiring approval by the Engineer. The modified plans shall show locations for all the 40 required advance warning signs and a safe, protected location for the flagging station. 41 If flagging is to be performed during hours of darkness, the plan shall include 42 appropriate illumination for the flagging station. 43 44 When the Contractor's chosen method of performing the work in the contract requires 45 some form of temporary traffic control, the Contractor shall either: (1.) designate and 46 adopt, in writing, the traffic control plan or plans from the contract documents that 47 support that method; or (2.) submit a Contractor's plan that modifies, supplements or 48 replaces a plan from the contract documents. Any Contractor-proposed modification, 49 supplement or replacement shall show the necessary construction signs, flaggers, 50 spotters and other traffic control devices required to support the work. Any Contractor- 1 proposed traffic control plan shall conform to the established standards for plan 2 development as shown in the MUTCD, Part VI. The Contractor's submittal, either 3 designating and adopting a traffic control plan from the contract documents or 4 proposing a Contractor-developed plan, shall be provided to the Engineer for approval 0 5 at least ten calendar days in advance of the time the signs and other traffic control 6 devices are scheduled to be installed and utilized. The Contractor shall be solely 7 responsible for submitting any proposed traffic control plan or modification, obtaining 8 the Engineer's approval and providing copies of the approved Traffic Control Plans to 9 the Traffic Control Supervisor. 10 +6 11 1-10.2(3) Conformance to Established Standards 12 Flagging, signs, and all other traffic control devices and procedures furnished or 13 provided shall conform to the standards established in the latest WSDOT adopted 14 edition of the Manual On Uniform Traffic Control Devices for Streets and Highways 15 (MUTCD) published by the U.S. Department of Transportation and the Washington 16 State Modifications to the MUTCD. Judgment of the quality of devices furnished will be 17 based upon Quality Guidelines for Work Zone Traffic Control Devices, published by the 18 American Traffic Safety Services Association. Copies of the MUTCD and Quality 19 Guidelines for Work Zone Traffic Control Devices may be purchased from the American 20 Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, 21 Virginia 22406-1022. The Washington State Modifications to the MUTCD may be 22 obtained from the Department of Transportation, Olympia, Washington 98504. wr 23 24 In addition to the standards of the MUTCD described above, the Contracting Agency 25 has scheduled the implementation of crashworthiness requirements for most workzone 26 devices. The National Cooperative Highway Research Project (NCHRP) Report 350 27 has established requirements for crash testing. Workzone devices are divided into four 28 categories. Each of those categories and, where applicable, the schedule for 29 implementation is described below: 30 31 Category 1 includes those items that are small and lightweight, channelizing, and 32 delineating devices that have been in common use for many years and are known to be w 33 crashworthy by crash testing of similar devices or years of demonstrable safe 34 performance. These include cones, tubular markers, flexible delineator posts, and 35 plastic drums. All Category 1 devices used on the project shall meet the requirements go 36 of NCHRP 350 as certified by the manufacturer of the device. 37 38 Category 2 includes devices that are not expected to produce significant vehicular WO 39 velocity change, but may otherwise be hazardous. Examples of this class are 40 barricades, portable sign supports and signs, intrusion alarms and vertical panels. All 41 new Category 2 devices purchased after October 1, 2000 shall meet the requirements 42 of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used 43 on the project until December 31, 2007. For the purpose of definition, a sign support 44 and sign shall be considered a single unit. A new sign may be purchased for an existing d 45 sign support and the entire unit will be defined as"existing equipment." 46 47 Category 3 is for hardware expected to cause significant velocity changes or other to 48 potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash 49 cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting 50 the definitions of Category 1 or 2 are examples from this category. Many Category 3 , � 1 devices are defined in the design of the project. Where this is the case, NCHRP 350 2 requirements have been incorporated into the design and the Contractor complies with 3 the requirements by constructing devices according to the plans and specifications. 4 Where the device is a product chosen by the Contractor, the device chosen must be 5 compliant with the requirements of NCHRP 350. 6 ,. 7 Category 4 includes portable or trailer-mounted devices such as arrow displays, 8 temporary traffic signals, area lighting supports, and portable changeable message 9 signs. There is presently no implementation schedule for mandatory crashworthiness 10 compliance for these devices. 11 12 The condition of signs and traffic control devices shall be acceptable or marginal as 13 defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and will 14 be accepted based on a visual inspection by the Engineer. The Engineer's decision on 15 the condition of a sign or traffic control device shall be final. A sign or traffic control 16 device determined to be unacceptable shall be removed from the project and replaced 17 within 12 hours of notification. 18 19 1-10.3 Traffic Control Labor, Procedures and Devices 20 21 1-10.3(1) Traffic Control Labor 22 The Contractor shall furnish all personnel for flagging, spotting, for the execution of all 23 procedures related to temporary traffic control and for the setup, maintenance and 24 removal of all temporary traffic control devices and construction signs necessary to 25 control traffic during construction operations. 26 27 Workers engaged as flaggers or spotters shall wear reflective vests and hard hats. 28 During hours of darkness, white coveralls or white or yellow rain gear shall also be 29 worn. The vests and other apparel shall be in conformance with Section 1-07.8. 30 31 1-10.3(1)A Flaggers and Spotters 32 Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans 33 or where directed by the Engineer. All flaggers and spotters shall possess a current 34 flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The 35 flagging card shall be immediately available and shown to the Contracting Agency upon 36 request. 37 38 Flagging stations shall be shown on Traffic Control Plans at locations where 39 construction operations require stopping or diverting public traffic. Flagging stations 40 shall be staffed only when flagging is required. This staffing may be continuous or 41 intermittent, depending on the nature of the construction activity. Whenever a flagger is 42 not required to stop or divert traffic, the flagger shall move away from the flagging 43 station to a safer location. During hours of darkness, flagging stations shall be +w 44 illuminated in a manner that insures that flaggers can easily be seen but that does not 45 cause glare to the traveling public. Flaggers shall be equipped with portable two-way 46 radios, with a range suitable for the project. The radios shall be capable of having 47 direct contact with project management (foremen, superintendents, etc.). 48 49 The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all flagging 50 operations. The specification for Stop/Slow paddles in Section 9-35.1 requires 24" r 1 paddles and all new paddles purchased for the project shall conform to those 2 provisions. Previously specified 18" paddles may be used at the request of the 3 Contractor until December 31, 2005. 4 5 Spotting stations shall be shown on Traffic Control Plans at locations where a spotter 6 can detect errant drivers or other hazards and provide an effective warning to other 7 workers. Spotting stations will not be allowed at locations where the spotter will be in 8 unnecessary danger. The Contractor shall furnish noise-makers or other effective 9 warning devices for spotting operations. The duties of a spotter shall not include 10 flagging. r 11 12 1-10.3(1)B Other Traffic Control Labor 13 In addition to flagging or spotting duties, the Contractor shall provide personnel for all 14 other traffic control procedures required by the construction operations and for the labor 15 to install, maintain and remove any traffic control devices shown on Traffic Control 16 Plans. 17 18 1-10.3(2) Traffic Control Procedures 19 20 1-10.3(2)A One-Way Traffic Control 21 The project work may require that traffic be maintained on a portion of the roadway 22 during the progress of the work using one-way traffic control. If this is the case, the 23 Contractor's operation shall be confined to one-half the roadway, permitting traffic on 24 the other half. If shown on an approved traffic control plan or directed by the Engineer, 25 one-way traffic control, in accordance with the MUTCD, shall be provided and shall also 26 conform to the following requirements: 27 28 In any one-way traffic control configuration, side roads and approaches will be closed or 29 controlled by a flagger or by appropriate approved signing. A side road flagger will 30 coordinate with end flaggers where there is line of sight and with the pilot car where the 31 end flaggers cannot be seen. 32 33 Queues of vehicles will be allowed to take turns passing through the workzone in the 34 single open lane. When one-way traffic control is in effect, Contractor vehicles shall not 35 use the open traffic lane except while following the same rules and routes required of +► 36 the public traffic. 37 38 As conditions permit, the Contractor shall, at the end of each day, leave the work area *r 39 in such condition that it can be traveled without damage to the work, without danger to 40 traffic, and without one-way traffic control. If, in the opinion of the Engineer, one-way 41 traffic control cannot be dispensed with after working hours, then the operation will be 42 continued throughout the non-working hours. 43 44 1-10.3(2)B Rolling Slowdown 45 For work operations on multi-lane roadways that necessitate short-term roadway 46 closures of 15 minutes or less, the Contractor may implement a rolling slowdown. 47 Where included in an approved traffic control plan, a rolling slowdown shall be 48 accomplished using one traffic control vehicle with flashing amber lights for each lane to 49 be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of 50 the blockade. The traffic control vehicles shall enter the roadway and form a moving „k "" 1 blockade to reduce traffic speeds and create a clear area in front of the moving 2 blockade to accomplish the work.without a total stoppage of traffic. 3 AN 4 A portable changeable message sign shall be placed ahead of the starting point of the 5 traffic control to warn traffic of the slowdown.. The sign shall be placed far enough 6 ahead of the work to avoid any expected backup of vehicles. wr 7 8 The location where the traffic control vehicles shall begin the slowdown and the speed 9 at which the moving blockade will be allowed to travel will be calculated to 4. 10 accommodate the estimated time needed for closure. The chase control vehicle shall 11 follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the 12 Contractor may begin the work operation. In the event that the work operation is not 4V 13 completed when the moving blockade reaches the site, all work except that necessary 14 to clear the roadway shall cease immediately and the roadway shall be cleared and 15 reopened as soon as possible. 16 17 All ramps and entrances to the roadway between the moving blockade and work 18 operation shall be temporarily closed using flaggers. Radio communications between 19 the work operation and the moving blockade shall be established and utilized to adjust 20 the speed of the blockade to accommodate the closure time needed. 21 22 1-10.3(2)C Lane Closure Setup/Takedown 23 Where allowed by the contract and where shown on approved traffic control plans or 24 directed by the Engineer, the Contractor shall set up traffic control measures to close 25 one or more lanes of a multi-lane facility. When this is to occur, the following sequence 26 shall be followed: 27 28 1. Advance warning signs are set up on the shoulder of the roadway opposite the 29 lane to be closed, 30 31 2. Advance warning signs are set up on the same shoulder as the lane to be 32 closed, 33 34 3. A truck-mounted attenuator, with arrow board, is moved into place at the 35 beginning of the closure taper, 36 37 4. Channelization devices are placed to mark the taper and the length of the 38 closure as shown on the traffic control plan. 39 40 Once the lane is closed, the TMA/arrow board combination may be replaced +r 41 with an arrow board without attenuator. 42 43 If additional lanes are to be closed, this shall be done in sequence with previous lane 44 closures using the same sequence of activities. A truck-mounted attenuator with arrow 45 board is required during the process of closing each additional lane and may be 46 replaced with an arrow board without attenuator after the lane is closed. Each closed 47 lane shall be marked with a separate arrow board at all times. 48 49 Traffic control for lane closures shall be removed in the reverse order of its installation. err 50 1 1-10.3(2)D Mobile Operations 2 Where construction operations are such that movement along the length of a roadway 3 is continuous or near-continuous to the extent that a stationary traffic control layout will 4 not be effective, the Contractor shall implement a moving, or mobile, traffic control . 5 scheme. Such moving control shall always be conducted in the same direction as the 6 adjacent traffic. 7 8 Where shown on an approved traffic control plan or where directed by the Engineer, 9 mobile traffic control shall consist of portable equipment, moving with the operation. A 10 portable changeable message sign shall be established in advance of the operation, far 11 enough back to provide warning of both the operation and of any queue of traffic that 12 has formed during the operation. The advance sign shall be continuously moved to 13 stay near the back of the queue at all times. A truck-mounted attenuator, with arrow Vol 14 board, shall be positioned and maintained at a fixed distance upstream of the work. A 15 shadow vehicle, with truck-mounted attenuator shall be positioned and maintained 16 immediately upstream of the work. 17 18 1-10.3(2)E Patrol & Maintain Traffic Control Measures 19 At all times, when temporary traffic control measures are in place, the Contractor shall 20 provide for patrolling and maintaining these measures. The work shall consist of 21 resetting mislocated devices, assuring visibility of all devices, cleaning and repairing 22 where necessary, providing maintenance for all equipment, including replacing batteries 23 and light bulbs as well as keeping motorized and electronic items functioning, and 24 adjusting the location of devices to respond to actual conditions, such as queue length, 25 unanticipated traffic conflicts and other areas where planned traffic control has proven 26 ineffective. 27 28 This work shall be performed by the Contractor, either by or under the direction of the 29 Traffic Control Supervisor. Personnel, with vehicles if necessary, shall be dispatched 30 so that all traffic control can be reviewed at least once per hour during working hours 31 and at least once during each non-working day. 32 33 1-10.3(3) Traffic Control Devices 34 35 1-10.3(3)A Construction Signs 36 All construction signs required by approved traffic control plans, as well as any other 37 appropriate signs directed by the Engineer shall be furnished by the Contractor. The 38 Contractor shall provide the posts or supports and erect and maintain the signs in a Ai 39 clean, neat, and presentable condition until the need for them has ended. Post 40 mounted signs shall be installed as shown in Standard Plans G-1 and G-4a. Sign 41 attachment to posts shall conform to the applicable detail shown in Standard Plan G-9b. 42 When the need for construction signs has ended, the Contractor, upon approval of the 43 Engineer, shall remove all signs, posts, and supports from the project and they shall 44 remain the property of the Contractor. so 45 46 No passing zones on the existing roadway that are marked with paint striping and which 47 striping is to be obliterated by construction operations shall be replaced by "Do Not 48 Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts 49 and signs. The signs shall be maintained by the Contractor until they are removed or 50 until the contract is physically completed. When the project includes striping by the ,, .. 1 Contractor, the signs and posts shall be removed by the Contractor when the no 2 passing zones are reestablished by striping. The signs and posts will become the 3 property of the Contractor. When the Contractor is not responsible for striping and .. 4 when the striping by others is not completed when the project is physically completed, 5 the posts and signs shall be left in place and shall become the property of the 6 Contracting Agency. fr 7 8 All existing signs, new permanent signs installed under this contract, and construction 9 signs installed under this contract that are inappropriate for the traffic configuration at a .rr 10 given time shall be removed or completely covered with metal, plywood, or an Engineer 11 approved product specifically manufactured for sign covering during periods when they 12 are not needed. 13 14 Construction signs will be divided into two classes. Class A construction signs are 15 those signs that remain in service throughout the construction or during a major phase 16 of the work. They are mounted on posts, existing fixed structures, or substantial 17 supports of a semi-permanent nature. Class A signs will be designated as such on the 18 approved Traffic Control Plan. "Do Not Pass" and "Pass With Care" signs are classified 19 as Class A construction signs. Sign and support installation for Class A signs shall be 20 in accordance with the Contract Plans or the Standard Plans. Class B construction 21 signs are those signs that are placed and removed daily, or are used for short durations 22 which may extend for one or more days. They are mounted on portable or temporary 23 mountings. 24 25 Where it is necessary to add weight to signs for stability, the only allowed method will ' 26 be a bag of sand that will rupture on impact. The bag of sand shall have a maximum 27 weight of 40 pounds, and shall be suspended no more than 1 foot from the ground. 28 29 Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the 30 Engineer deems to be unacceptable while their use is required on the project shall be 31 replaced by the Contractor. 32 33 1-10.3(3)B Sequential Arrow Signs 34 Where shown on an approved traffic control plan or where ordered by the Engineer, the 35 Contractor shall provide, operate and maintain sequential arrow signs. In some 36 locations, the sign will be shown as a unit with an attenuator. In other locations, the 37 plan will indicate a stand-alone unit. 38 39 1-10.3(3)C Portable Changeable Message Sign 40 Where shown on an approved traffic control plan or where ordered by the Engineer, the *" 41 Contractor shall provide, operate and maintain portable changeable message signs. 42 These signs shall be available, on-site, for the entire duration of their projected use. 43 44 1-10.3(3)D Barricades 45 Where shown on an approved traffic control plan or where ordered by the Engineer, the 46 Contractor shall provide, install and maintain barricades. Barricades shall be kept in 47 good repair and shall be removed immediately when, in the opinion of the Engineer, 48 they are no longer functioning as designed. 49 1 Where it is necessary to add weight to barricades for stability, the only allowed method ib 2 will be a bag of sand that will rupture on impact. The bag of sand shall have a 3 maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the 4 ground. 5 6 1-10.3(3)E Traffic Safety Drums 7 Where shown on an approved Traffic Control Plan, or where ordered by the Engineer, 8 the Contractor shall provide, install and maintain traffic safety drums. 9 10 Used drums may be utilized, provided all drums used on the project are of essentially 11 the same configuration. 12 13 The drums shall be designed to resist overturning by means of a weighted lower unit 14 that will separate from the drum when impacted by a vehicle. 15 16 Drums shall be regularly maintained to ensure that they are clean and that the drum All 17 and reflective material are in good condition. If the Engineer determines that a drum 18 has been damaged beyond usefulness, or provides inadequate reflectivity, a 19 replacement drum shall be furnished. 46 20 21 When the Engineer determines that the drums are no longer required, they shall be 22 removed from the project and shall remain the property of the Contractor. 23 24 1-10.3(3)F Barrier Drums 25 Where shown on approved Traffic Control Plans and as ordered by the Engineer, 26 barrier drums shall be placed on temporary concrete barrier at the following 27 approximate spacing: 28 29 Concrete Barrier Barrier Drum 30 Placement Spacing in Feet 31 Tangents 1/2 mile or less 2 times posted speed limit 32 Tangents greater than 1/2 mile 4 times posted speed limit 33 Tapers and Curves posted speed limit 34 35 Note 1 A minimum of 3 barrier drums shall be used. 36 Note 2 A minimum of 5 barrier drums shall be used. 37 38 Temporary concrete barrier reflectors may be excluded when using barrier drums. at 39 40 Both legs of the barrier drums shall be completely filled with sand. The top oval should 41 not be filled. 00 42 43 Used barrier drums may be used, provided all barrier drums used on the project are of 44 essentially the same configuration. wr 45 46 Barrier drums shall be regularly maintained to ensure that they are clean and that the 47 barrier drum and reflective material are in good condition. If the Engineer determines ; 48 that a barrier drum has been damaged beyond usefulness, or provides inadequate 49 reflectivity, a replacement barrier drum shall be furnished. 50 1 When the Engineer determines that the drums are no longer required, they shall be 2 removed from the project and shall remain the property of the Contractor. 3 r. 4 1-10.3(3)G Traffic Cones 5 Where shown on an approved traffic control plan or where ordered by the Engineer, the 6 Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good + + 7 repair and shall be removed immediately when directed by the Engineer. Where wind 8 or moving traffic frequently displace cones, an effective method of stabilizing cones, 9 such as stacking two together at each location, shall be employed. .r 10 11 1-10.3(3)H Tubular Markers 12 Where shown on an approved traffic control plan or where ordered by the Engineer, the r 13 Contractor shall provide, install and maintain tubular markers. Tubular markers shall be 14 kept in good repair and shall be removed immediately when directed by the Engineer. 15 Tubular markers are secondary devices and are not to be used as substitutes for cones 16 or other delineation devices without an approved traffic control plan. 17 18 Where the Traffic Control Plan shows pavement-mounted tubular markers, the 19 adhesive used to fasten the base to the pavement shall be suitable for the purpose, as 20 approved by the Engineer. During the removal of pavement-mounted tubular markers, 21 care shall be taken to avoid damage to the existing pavement. Any such damage shall 22 be repaired by the Contractor at no cost to the Contracting Agency. 23 24 1-10.3(3)1 Warning Lights and Flashers 4W 25 Where shown attached to traffic control devices on an approved traffic control plan or 26 where ordered by the Engineer, the Contractor shall provide and maintain flashing 27 warning lights. Lights attached to advance warning signs shall be Type B, high- 28 intensity. Lights attached to traffic safety drums, barricades or other signs shall be 29 Type C, steady-burning low intensity or, where attention is to be directed to a specific 30 device, Type A, flashing low-intensity units. 31 ' 32 1-10.3(3)J Truck-Mounted Attenuator 33 Where shown on an approved traffic control plan or where ordered by the Engineer, the 34 Contractor shall provide, operate and maintain truck-mounted impact attenuators 35 (TMA). These attenuators shall be available, on-site, for the entire duration of their 36 projected use. 37 38 The TMA shall be positioned to separate and protect construction workzone activities 39 from normal traffic flow. 40 41 During use, the attenuator shall be in the full down-and-locked position. For stationary 42 operations, the truck's parking brake shall be set. 43 44 1-10.4 Measurement 45 46 1-10.4(1) Lump Sum Bid for Project (No Unit Items) 47 When the bid proposal contains the item "Project Temporary Traffic Control", there will 48 be no measurement of unit items for work defined by Section 1-10 except as described 49 in Section 1-10.4(3). Also, except as described in Section 1-10.4(3), all of Sections 1- 50 10.4(2) and 1-10.5(2) is deleted. +rr 1 � 2 No specific unit of measurement will apply to the lump sum item of "Project Temporary 3 Traffic Control." 4 to 5 1-10.4(2) Item Bids with Lump Sum for Incidentals 6 When the bid proposal does not contain the item "Project Temporary Traffic Control", 7 Sections 1-10.4(1) and 1-10.5(1) are deleted and the bid proposal will contain some or 8 all of the following items, measured as noted. 9 10 No specific unit of measurement will apply to the lump sum item of `Traffic Control 11 Supervisor." 12 13 "Flaggers and Spotters" will be measured by the hour. Hours will be measured for each 14 flagging or spotting station, shown on an approved Traffic Control Plan, when that 15 station is staffed in accordance with Section 1-10.3(1)A. When a flagging station is 16 staffed on an intermittent basis, no deduction will be made in measured hours provided 17 that the person staffing the station is in a standby mode and is not performing other 18 duties. 19 20 "Other Traffic Control Labor' will be measured by the hour. With the exception of 21 patrolling and maintaining, hours will be measured for each person engaged in any one 22 of the following activities: 23 24 0 Operating a pilot vehicle during one-way piloted traffic control. 25 26 Operating a traffic control vehicle or a chase vehicle during a rolling slowdown "a 27 operation. 28 29 0 Operating a vehicle or placing/removing traffic control devices during the setup ' 30 or takedown of a lane closure. Performing preliminary work to prepare for 31 placing and removing these devices. 32 33 0 Operating any of the moving traffic control equipment, or adjusting signing 34 during a mobile operation as described in Section 1-10.3(2)D. 35 36 0 Patrolling and maintaining traffic control measures as described in Section 1- 37 10.3(2)E. The hours of one person will be measured for each patrol route 38 necessary to accomplish the review frequency required by the provision, 39 regardless of the actual number of persons per route. 40 41 0 Placing and removing Class B construction signs. Performing preliminary 42 work to prepare for placing and removing these signs. 43 44 0 Relocation of Portable Changeable Message Signs within the project limits. 45 46 0 Installing and removing Barricades, Traffic Safety Drums, Barrier Drums, 47 Cones, Tubular Markers and Warning Lights and Flashers to carry out 48 approved Traffic Control Plan(s). Performing preliminary work to prepare for 49 installing these devices. 50 a• 1 Time spent on activities other than those listed will not be measured under this 2 item. 3 4 "Construction Signs, Class A" will be measured by the square foot of panel area for 5 each sign designated on an approved Traffic Control Plan as Class A or for each 6 construction sign installed as ordered by the Engineer and designated as Class A at the 7 time of the order. Class A signs may be used in more than one location and will be 8 measured for each new installation. Class B construction signs will not be measured. 9 Sign posts or supports will not be measured. 10 11 "Sequential Arrow Sign" will be measured by the hour for the time that each sign is 12 operating as shown on an approved Traffic Control Plan or as directed by the Engineer. 13 14 "Portable Changeable Message Sign" will be measured per each one time only for each 15 portable changeable message sign used on the project. The final pay quantity shall be 16 the maximum number of such signs in place at any one time as approved by the 17 Engineer. 18 19 "Operation of Portable Changeable Message Sign" will be measured by the hour for 20 each hour of operation. The hours of operation will be determined by the Engineer. 21 Hours of operation in excess of those determined by the Engineer will be at the 22 Contractor's expense. 23 24 "Truck Mounted Impact Attenuator" will be measured per each one time only for each 25 truck with mounted impact attenuator used on the project. The final pay quantity shall 26 be the maximum number of truck-mounted impact attenuators in place at any one time. 27 28 "Operation of Truck-Mounted Impact Attenuator" will be measured by the hour for each 29 truck-mounted attenuator manned and operated. Manned and operated shall be when 30 the truck-mounted impact attenuator has an operator and is required to move, in 31 operating position, with the construction operation or when moving the TMA from one 00 32 position to another on the project. 33 34 No specific unit of measurement will apply to the force account item of "Repair Truck- 35 Mounted Impact Attenuator". 36 37 No specific unit of measurement will apply to the lump sum item of "Other Temporary .� 38 Traffic Control". 39 40 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control «+ 41 The contract provisions may establish the project as lump sum, in accordance with 42 Section 1-10.4(1) and also include one or more of the items included above in Section 43 1-10.4(2). When that occurs, the corresponding measurement provision in Section 1- «,. 44 10.4(2) is not deleted and the work under that item will be measured as specified. 45 46 1-10.4(4) Owner-Provided Resources r 47 The contract provisions may call for specific items of labor, materials or equipment, 48 noted in Section 1-10 as the responsibility of the Contractor, to be supplied by the 49 Contracting Agency. When this occurs, there will be no adjustment in measurement of 4M 50 unit quantities. 1 � 2 1-10.5 Payment 3 4 1-10.5(1) Lump Sum Bid for Project (No Unit Items) wig 5 "Project Temporary Traffic Control", lump sum. . 6 The lump sum contract payment shall be full compensation for all costs incurred by the 7 Contractor in performing the contract work defined in Section 1-10, except for costs W 8 compensated by bid proposal items inserted through contract provisions as described in 9 Section 1-10.4(3). 10 11 1-10.5(2) Item Bids with Lump Sum for Incidentals 12 "Traffic Control Supervisor", lump sum. 13 The lump sum contract payment shall be full compensation for all costs incurred by the 14 Contractor in performing the contract work defined in Section 1-10.2(1)B. 15 16 "Flaggers and Spotters", per hour. 17 The unit contract price, when applied to the number of units measured for this item in 18 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 19 the Contractor in performing the contract work defined in Section 1-10.3(1)A. 20 21 "Other Traffic Control Labor", per hour. 22 The unit contract price, when applied to the number of units measured for this item in 23 accordance with Section 1-10.4(2), shall be full compensation for all labor costs 24 incurred by the Contractor in performing the contract work specifically mentioned for 25 this item in Section 1-10.4(2). +rr 26 27 "Construction Signs Class A", per square foot. 28 The unit contract price, when applied to the number of units measured for this item in 29 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, ' 30 materials and equipment incurred by the Contractor in performing the contract work 31 described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" 32 signs must be left in place, a change order, as described in Section 1-04.4, will be 33 required. 34 35 "Sequential Arrow Sign", per hour. 36 The unit contract price, when applied to the number of units measured for this item in 37 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 38 materials and equipment incurred by the Contractor in performing the contract work W 39 described in Section 1-10.3(3)B. 40 41 "Portable Changeable Message Sign", per each. to 42 The unit contract price, when applied to the number of units measured for this item in 43 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 44 materials and equipment incurred by the Contractor in procuring all portable , 45 changeable message signs required for the project and for transporting these signs to 46 and from the project. 47 48 "Operation of Portable Changeable Message Sign", per hour. 49 The unit contract price, when applied to the number of units measured for this item in 50 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, r 1 materials and equipment incurred by the Contractor in performing the contract work 2 described in Section 1-10.3(3)C except for costs compensated separately under the 3 items "Other Traffic Control Labor" and "Portable Changeable Message Sign". �. 4 5 "Truck-Mounted Impact Attenuator", per each. 6 The unit contract price, when applied to the number of units measured for this item in wr 7 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 8 materials and equipment incurred by the Contractor in performing the contract work 9 described in Section 1-10.3(3)J except for costs compensated separately under the w 10 items "Operation of Truck-Mounted Impact Attenuator" and "Repair Truck-Mounted 11 Impact Attenuator". 12 "W 13 "Operation of Truck-Mounted Impact Attenuator", per hour. 14 The unit contract price, when applied to the number of units measured for this item in 15 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 16 materials and equipment incurred by the Contractor in operating truck-mounted impact 17 attenuators on the project. 18 19 "Repair Truck-Mounted Impact Attenuator", by force account. 20 All costs of repairing or replacing truck-mounted impact attenuators that are damaged 21 by the motoring public while in use as shown on an approved Traffic Control Plan will 22 be paid for by force account as specified in Section 1-09.6. To provide a common 23 proposal for all bidders, the Contracting Agency has estimated the amount of force 24 account for "Repair Truck-Mounted Impact Attenuator" and has entered the amount in 25 the Proposal to become a part of the total bid by the Contractor. Truck-mounted 26 attenuators damaged due to the Contractor's operation or damaged in any manner 27 when not in use shall be repaired or replaced by the Contractor at no expense to the 28 Contracting Agency. ON 29 30 "Other Temporary Traffic Control", lump sum. 31 The lump sum contract payment shall be full compensation for all costs incurred by the 32 Contractor in performing the contract work defined in Section 1-10, and which costs are 33 not compensated by one of the above-listed items. 34 35 1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control 36 The contract provisions may establish the project as lump sum, in accordance with 37 Section 1-10.4(1) and also reinstate the measurement of one or more of the items ' 38 described in Section 1-10.4(2). When that occurs, the corresponding payment 39 provision in Section 1-10.5(2) is not deleted and the work under that item will be paid as 40 specified. 41 42 SECTION 1-99, APWA SUPPLEMENT 43 April 4, 2005 w 44 Section 1-04.2 (APWA Only) page 1-125 45 The second paragraph is revised to read: w 46 47 Any inconsistency in the parts of the contract shall be resolved by following this order of 48 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 49 w 1 1. Addenda, 2 2. Proposal Form, 3 3. Special Provisions, 4 4. Contract Plans, 5 5. Amendments to Division 1-99 APWA Supplement 6 6. Division 1-99 APWA Supplement 7 7. Amendments to the WSDOT/APWA Standard Specifications, 8 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal 9 Construction 10 9. Contracting Agency's Standard Plans (if any) 11 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 12 13 Section 1-07.18.4 (APWA Only) Page 1-134 and 1-135 14 This section is revised to read: 15 16 When the Contractor delivers the executed contract for the work to the Contracting 17 Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for 18 each policy of insurance meeting the requirements set forth above. The certificate must 19 conform to the following requirements: ,t 20 21 An ACORD certificate Form 25-S, showing the insuring company, policy effective dates, 22 limits of liability and the Schedule of Forms and Endorsements. 23 24 A copy of the endorsement naming Contracting Agency and any other entities required 25 by the Contract Provisions as Additional Insured(s), and stating that coverage is 26 primary and noncontributory, showing the policy number, and signed by an authorized 27 representative of the insurance company on Form CG2010 (ISO) or equivalent. 28 29 The certificate(s) shall not contain the following or similar wording regarding 30 cancellation notification to the Contracting Agency: "Failure to mail such notice shall 31 impose no obligation or liability of any kind upon the company." 32 33 Section 1-10 Temporary Traffic Control (APWA Only) page 141 34 This section is revised to read: 35 36 1-10.1(2) Description (APWA only) 37 The third paragraph is revised to read: 38 39 The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise 40 specified as being furnished by the Contracting Agency. The Contractor shall erect and 41 maintain all construction signs, warning signs, detour signs, and other traffic control devices ow 42 necessary to warn and protect the public at all times from injury or damage as a result of the 43 Contractor's operations which may occur on highways, roads, streets sidewalks, or paths. 44 No work shall be done on or adjacent to any traveled way until all necessary signs and so 45 traff ic control devices are in place 46 1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 April 5, 2004 3 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs 4 The section title is revised to read: 5 6 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 7 8 The first sentence is revised to read: ,r. g 10 In removing pavement, sidewalks, curbs, and gutters, the Contractor shall: 11 • 12 Item 3 is revised to read: 13 14 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter .. 15 that is to remain and the portion to be removed. 16 17 2-02.5 Payment aw 18 The second paragraph is revised to read: 19 20 If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal 40 21 will be paid for as part of the quantity removed in excavation. 22 23 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT o. 24 January 5, 2004 25 2-03.3(14)D Compaction and Moisture Control Tests „r, 26 This section is revised to read: 27 28 Maximum density and optimum moisture content shall be determined by one of the W 29 following methods: 30 31 1. materials with less than 30 percent by weight retained on the U.S. No. 4 sieve 32 shall be determined using FOP for AASHTO T 99 Method A. 33 34 2. materials with 30 percent or more by weight retained on the U.S. No. 4 sieve 35 and less than 30 percent retained on the 3/4 inch sieve shall be determined by .w 36 WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The 37 determination of which test procedure to use will be made solely by the 38 Contracting Agency. w. 39 40 3. materials with 30 percent or more retained on the 3/4 inch sieve shall be 41 determined by WSDOT Test Method No. 606. 42 43 In place density will be determined using Test Methods WSDOT FOP for AASHTO T 44 310 and WSDOT SOP for T 615. 45 4W 1 SECTION 2-09, STRUCTURE EXCAVATION 2 December 6, 2004 3 2-09.3(1)E Backfilling 4 The first paragraph under Timing is revised to read: 5 6 Backfill shall not be placed against any concrete structure until the concrete has to 7 attained 90 percent of its design strength and a minimum age of 14 days, except that 8 reinforced concrete retaining walls 15 feet in height or less may be backfilled after the 9 wall has attained 90 percent of its design compressive strength and curing 10 requirements of Section 6-02.3(11) are met. Footings and columns may be backfilled 11 as soon as forms have been removed, so long as the backfill is brought up evenly on all 12 sides. W 13 14 2-09.4 Measurement 15 In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18 im 16 inches. 17 18 SECTION 2-10, DITCH EXCAVATION 19 April 5, 2004 20 2-10.1 Description 21 The second paragraph is supplemented with the following: 22 23 Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the 24 requirements of Section 2-03.3(14)M. 25 26 SECTION 4-04, BALLAST AND CRUSHED SURFACING 27 January 5, 2004 28 4-04.3(5) Shaping and Compaction 29 In the first paragraph, the first sentence is revised to read: 30 31 Immediately following spreading and final shaping, each layer of surfacing shall be 32 compacted to at least 95 percent of the standard density determined by the 33 requirements of Section 2-03.3(14)D before the next succeeding layer of surfacing or 34 pavement is placed. +w 35 36 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 37 August 2, 2004 38 5-01.3(6) Dowel Bar Retrofit 39 The sixth paragraph is revised to read: 40 41 All slot surfaces shall be cleaned to bare concrete by sand blasting or pressure 42 washing. The cleaning shall remove all slurry, parting compound, and other foreign 43 materials prior to installation of the dowel. If a pressure washer is used to clean the 44 slots the pressure at the nozzle shall not exceed 4000 psi. Any damage to the concrete 45 shall be repaired by the Contractor at no cost to the Contracting Agency. All washwater a� 1 shall be cleaned from the slots prior to placement of any slot patching material. Traffic 2 shall not be allowed on slots where concrete has been removed. 3 4 5-01.5 Payment 5 The paragraph following the item "Sealing Transverse and Longitudinal Joints" is revised to 6 read: 7 8 The unit contract price per linear foot for "Sealing Transverse and Longitudinal Joints", 9 shall be full payment for all costs to complete the work as specified, including removing 4W 10 incompressible material, preparing and sealing existing transverse and longitudinal 11 joints where existing transverse and longitudinal joints are cleaned and for all 12 incidentals required to complete the work as specified. 13 14 SECTION 5-04, HOT MIX ASPHALT 15 April 4, 2005 ow 16 5-04.3(7)A Mix Design 17 The first paragraph 1. General", is revised to read: 18 19 1. General. Prior to the production of HMA, the Contractor shall determine a design 20 aggregate structure and asphalt binder content in accordance with WSDOT 21 Standard Operating Procedure 732. Once the design aggregate structure and 22 asphalt binder content have been determined, the Contractor shall provide test 23 data demonstrating that the design meets the requirements of Sections 9-03.8(2) 24 and 9-03.8(6) on WSDOT HMA Mix Design Submittal form 350-042. In no case 25 shall the paving begin before the determination of anti-strip requirements has been 26 made. 27 28 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture 29 In Item 2 (Aggregates) the second sentence is revised to read: 30 « 31 The acceptance criteria for aggregate properties of sand equivalent, fine aggregate 32 angularity and fracture will be their conformance to the requirements of Section 9- 33 03.8(2). 34 35 In item 3, C. (Test Results), the second and third paragraphs are revised to read: 36 37 Sublot sample test results (gradation and asphalt binder content) may be challenged by 38 the Contractor. For HMA mixture accepted by statistical evaluation with a mix design 39 that did not meet the verification tolerances, the test results in the test section including 40 the percent air voids (Va) may be challenged. To challenge test results, the Contractor 41 shall submit a written challenge within five working days after receipt of the specific test 42 results. A split of the original acceptance sample will be sent for testing to either the 43 Region Materials Lab or the State Materials Lab as determined by the Project Engineer. 44 The split of the sample with challenged results will not be tested with the same 45 equipment or by the same tester that ran the original acceptance test. The challenge 46 sample will be tested for a complete gradation analysis and for asphalt binder content. 47 48 The results of the challenge sample will be compared to the original results of the ,r 49 acceptance sample test and evaluated according to the following criteria: 1 2 Deviation 3 U.S. No. 4 sieve and larger Percent passing ±4.0 4 U.S. No. 8 sieve Percent passing ±2.0 5 U.S. No. 200 sieve Percent passing ±0.4 6 Asphalt binder % Percent binder content ±0.3 7 Va % Percent Va ±0.7 8 9 Item 3, D. (Test Methods) is revised to read: 10 11 D. Test Methods 12 Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be 13 by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of 14 asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for 15 compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 16 17 In item 3,E (Test Section - HMA Mixture) the first sentence in the third paragraph is revised 18 to read: 19 fied mix design, the pay factor 20 For a test section to be acceptable, with or without a veri 21 (PFi) for each of gradation, asphalt binder, VMA, VFA and Va shall be 0.95 or greater, 22 and the remaining test requirements in Section 9-03.8(2) (dust/asphalt ratio, sand 23 equivalent, fine aggregate angularity and fracture) shall conform to the requirements of 24 that Section. 25 26 5-04.3(13) Surface Smoothness 27 In the first paragraph, the second sentence is revised to read: 28 29 The completed surface of the wearing course shall not vary more than 1/8 inch from the 0 30 lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. 31 32 5-04.4 Measurement " 33 The first sentence is revised to read: 34 35 HMA CL. — PG _, HMA for _ CL. _ PG and Commercial HMA will be 36 measured by the ton in accordance with Section 1-09.2, with no deduction being made 37 for the weight of asphalt binder, blending sand, mineral filler, or any other component of 38 the mixture. 39 40 SECTION 5-05, CEMENT CONCRETE PAVEMENT 41 December 6, 2004 42 5-05.3(1) Concrete Mix Design for Paving 43 Number 1. Materials, is revised to read: 10 44 45 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall 46 conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section yet 47 9-03.1(4) AASHTO grading No. 467. An alternate combined gradation may be 48 proposed, which has a maximum aggregate size equal to or greater than a 2-inch NONUNION square sieve. The combined aggregate gradation shall conform to Section 9- 2 03.1(5). 3 VON 4 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious 5 material, shall conform to Section 9-23.9 and shall be limited to Class F with a 6 maximum CaO content of 15 percent by weight. 7 8 Ground granulated blast furnace slag, if used, shall not exceed 25 percent by 9 weight of the total cementitious material and shall conform to Section 9-23.10. 4.. 10 When both ground granulated blast furnace slag and fly ash are included in the 11 concrete mix, the total weight of both these materials is limited to 35 percent by 12 weight of the total cementitious material. As an alternative to the use of fly ash, 400 13 ground granulated blast furnace slag and cement as separate components, a 14 blended hydraulic cement that meets the requirements of Section 9-01.2(4) 15 Blended Hydraulic Cements may be used. ,,,,, 16 17 The water/cement ratio shall be calculated on the total weight of cementitious 18 material. The following are considered cementitious materials: Portland cement, 400 19 fly ash, ground granulated blast furnace slag and microsilica. The minimum 20 cementitious material for any mix design shall be 564 pounds per cubic yard. 21 No 22 SECTION 6-02, CONCRETE STRUCTURES 23 April 4, 2005 up 24 6-02.2 Materials 25 This section is supplemented with the following: 26 27 Microsilica Fume 9-23.11 us 28 29 6-02.3(2) Proportioning Materials 30 This section is revised to read: "IN 31 32 The total water soluble Chloride ion (CI-) content of the mixed concrete shall not exceed 33 0.06 percent by weight of cementitious material for prestressed concrete nor 0.10 �"` 34 percent by weight of cementitious material for reinforced concrete. An initial evaluation 35 may be obtained by testing individual concrete ingredients for total chloride ion content 36 per AASHTO T 260 and totaling these to determine the total water soluble Chloride ion ow 37 (Cl-) or the total water soluble Chloride ion (CI-) in accordance with ASTM C 1218. 38 39 Unless otherwise specified, the Contractor shall use Type I or II Portland cement in all /" 40 concrete as defined in Section 9-01.2(1). 41 42 The use of fly ash is required for Class 4000D and 4000P concrete. The use of fly ash "■" 43 and ground granulated blast furnace slag is optional for all other classes of concrete. 44 45 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material +� 46 and shall conform to Section 9-23.9. Ground granulated blast furnace slag, if used, 47 shall not exceed 25 percent by weight of the total cementitious material and shall 48 conform to Section 9-23.10. When both ground granulated blast furnace slag and fly �rw 1 ash are included in the concrete mix, the total weight of both these materials is limited 2 to 35 percent by weight of the total cementitious material. 3 4 The water/cement ratio shall be calculated on the total weight of cementitious material. 5 The following are considered cementitious materials: Portland cement, fly ash, ground 6 granulated blast furnace slag and microsilica. 7 8 As an alternative to the use of fly ash, ground granulated blast furnace slag and cement 9 as separate components, a blended hydraulic cement that meets the requirements of 10 Section 9-01.2(4) Blended Hydraulic Cements may be used. 11 12 6-02.3(2)A Contractor Mix Design 13 The seventh paragraph is revised to read: 14 15 A high-range water reducer (superplasticizer) may be used in all mix designs. 16 Microsilica fume may be used in all mix designs. The use of a high-range water reducer 40 17 or microsilica fume shall be submitted as a part of the Contractor's concrete mix design. 18 19 6-02.3(4) Ready-Mix Concrete 0 20 This section is revised to read: 21 22 All concrete, except commercial concrete and lean concrete shall be batched in a 23 prequalified manual, semi-automatic, or automatic plant as described in Section 6- 24 02.3(4)A. The Engineer is not responsible for any delays to the Contractor due to 25 problems in getting the plant certified. 26 27 6-02.3(4)A Qualification of Concrete Suppliers 28 The first paragraph is revised to read: 29 30 Prequalification may be obtained through an inspection conducted by the Plant 31 Manager, defined as the person directly responsible for the daily plant operation, using 32 the NRMCA or WSDOT checklist, through certification by NRMCA, or by an 33 independent evaluation certified by a professional engineer using NRMCA or 34 Contracting Agency guidelines. Information concerning NRMCA certification may be 35 obtained from the National Ready Mix Concrete Association at 900 Spring Street, Silver 36 Springs, MD 20910. The Contracting Agency and the NRMCA certification have similar 37 requirements for plant and delivery equipment. Whereas Plant Manager certification 38 shall be done prior to the start of a project and every six months throughout the life of wi► 39 the project, the NRMCA certification shall be good for a two year period. 40 41 If prequalification is done by the Plant Manager the following shall be performed: 42 43 1. The checklist cover page shall be signed by the Plant Manager and notarized. 44 45 2. The signed and notarized cover page shall be submitted to the Project 46 Engineer with the concrete mix design (WSDOT Form 350-040), water meter 47 verification, truck list, and admixture dispensing certification. 48 49 3. The checklists shall be maintained by the Plant Manager and are subject to 50 review at any time by the Contracting Agency. to .. 1 2 4. The water meter shall be verified every six months. 3 +.+. 4 In the first sentence of the eighth paragraph, "Engineer" is revised to "Plant Manager". 5 6 6-02.3(5)A General w. 7 In the fourth paragraph, item 2 is revised to read: 8 9 2. An individual strength test averaged with the two preceding individual strength tests 10 meets or exceeds specified strength (for the same class and exact mix I.D. of 11 concrete on the same contract). 12 13 6-02.3(5)C Conformance to Mix Design 14 This section is revised to read: 15 16 Cement, coarse and fine aggregate weights shall be within the following tolerances of 17 the mix design: 18 19 Batch Volumes less than or equal to 4 cubic yards 20 Cement +5% -1% 21 Aggregate +10% -2% ,,w 22 23 Batch Volumes more than 4 cubic yards 24 Cement +5% -1% 25 Aggregate +2% -2% 26 27 If the total cementitious material weight is made up of different components, these 28 component weights shall be within the following tolerances: 29 30 1. Portland cement weight plus 5% or minus 1 percent of that specified in 31 the mix design. 32 2. Fly ash weight plus or minus 5 percent of that specified in the mix design. 33 3. Microsilica weight plus or minus 10 percent of that specified in the mix 34 design. 35 36 Water shall not exceed the maximum water specified in the mix design. 37 38 6-02.3(6)A Weather and Temperature Limits to Protect Concrete 39 The section "Cold Weather Protection" is revised to read: 40 rrw 41 The Contractor is solely responsible for protecting concrete from inclement weather 42 during the entire curing period. The Contractor shall provide a written procedure for 43 cold weather concreting to the Engineer for review and approval. The procedure shall to. 44 detail how the Contractor will prevent the concrete temperature from falling below 50° F. 45 Extra protection shall be provided for areas especially vulnerable to freezing (such as 46 exposed top surfaces, corners and edges, thin sections, and concrete placed into steel .. 47 forms). Permission given by the Engineer to place concrete during cold weather will in 48 no way ensure acceptance of the work by the Contracting Agency. Should the concrete 49 placed under such conditions prove unsatisfactory in any way, the Engineer shall still 1 have the right to reject the work although the plan and the work were carried out with 2 the Engineer's permission. 3 4 If weather forecasts predict air temperatures below 35° F during the seven days just 0 5 after the concrete placement, the Contractor may place the concrete only if his 6 approved cold weather concreting plan is implemented. 7 so 8 The Contractor shall provide and maintain a maturity meter in the concrete at a location 9 specified by the Engineer for each concrete placement. During curing, data from the 10 maturity meter shall be readily available to the Engineer. The Contractor shall record 11 and provide time and temperature data on hourly intervals. 12 13 The Contractor shall not mix nor place concrete while the air temperature is below 14 359 F, unless the water or aggregates (or both) are heated to at least 70° F. The 15 aggregate shall not exceed 150° F. If the water is heated to more than 1502 F, it shall 16 be mixed with the aggregates before the cement is added. Any equipment and 17 methods shall heat the materials evenly. Concrete placed in shafts and piles is exempt 18 from such preheating requirements. 19 20 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by 21 applying flame directly or under sheet metal. If the aggregates are in bins, steam or 22 water coils or other heating methods may be used if aggregate quality is not affected. 23 Live steam heating is not permitted on or through aggregates in bins. If using dry heat, to 24 the Contractor shall increase mixing time enough to permit the super-dry aggregates to 25 absorb moisture. 26 40 27 Any concrete placed in air temperatures below 35° F shall be immediately protected. In 28 addition to the monitoring of the concrete temperature with a maturity meter the 29 Contractor shall provide recording thermometers or other approved devices to monitor 30 the surface temperature of the concrete. The concrete surface temperature shall be 31 maintained at or above 50° F and the relative humidity shall be maintained above 32 80 percent. These conditions shall be maintained for a minimum of seven days or for 33 the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is 34 used to maintain the temperature inside an enclosure, moisture shall be added to the 35 enclosure to maintain the humidity as stated above. The Contractor shall stop adding 36 moisture 24 hours before removing the heat. 37 38 If at any period during curing the concrete temperature falls below 50° F on the maturity 39 meter or recording thermometer, no curing time is awarded for that day and the 40 required curing time will be extended day for day where the temperature falls below 502 41 F. Should the Contractor fail to adequately protect the concrete and the temperature of 42 the concrete falls below 35° F during curing, the Engineer may reject it. 43 44 6-02.3(11) Curing Concrete 45 In the first paragraph, item 3 is supplemented with the following: 46 47 When continuous moisture or wet curing is required, the Contractor shall keep the 48 concrete surfaces wet with water during curing. 49 50 In the second paragraph, the first sentence is revised to read: 51 wr �. 1 The Contractor may provide continuous moisture by watering a covering of heavy 2 quilted blankets, by keeping concrete surfaces wet with water continuously and 3 covering with a white reflective type sheeting, or by wetting the outside surfaces of �.. 4 wood forms. 5 6 6-02.3(17)K Concrete Forms on Steel Spans 7 The following new paragraph is inserted between the second and third paragraphs: 8 9 The compression member or bottom connection of cantilever formwork support , . 10 brackets shall bear either within six inches maximum vertically of the bottom flange or 11 within six inches maximum horizontally of a vertical web stiffener. The Contractor shall 12 also furnish and install temporary struts and ties to prevent rotation of the steel girder. 13 Partial depth cantilever formwork support brackets that do not conform to the above 14 requirements shall not be used, unless the Contractor submits details showing the 15 additional formwork struts and ties used to brace the steel girder against web distortion OW 16 caused by the partial depth bracket, and receives the Engineer's approval of the 17 submittal. 18 19 6-02.3(17)0 Early Concrete Test Cylinder Breaks 20 The third sentence in the first paragraph is revised to read: 21 22 The Contractor shall retain a testing laboratory to perform this work. 23 24 The first paragraph is supplemented with the following: 25 26 Testing laboratories' equipment shall be calibrated within one year prior to testing and 27 testers must be ACI certified. 28 29 The first sentence in the fifth paragraph is revised to read: 30 31 The Contractor shall furnish the Engineer with all test results, proof of equipment 32 calibration, and tester's certification. 33 34 The sixth paragraph is deleted. 35 36 6-02.3(19)A Elastomeric Bearing Pads 37 This section including title is revised to read: 38 39 6-02.3(19)A Vacant 40 41 6-02.3(19)B Bridge Bearing Assemblies 42 Item 4 is deleted. 43 44 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 45 The eighth paragraph is supplemented with the following: 46 47 The grout pad may be loaded when a minimum of 4000 psi compressive strength is 48 attained. 49 "w 1 6-02.3(21) Drainage of Box Girder Cells 0 2 This section is supplemented with the following: 3 4 All drainage holes shall be screened in accordance with the Plan details. err 5 6 6-02.3(22) Drainage of Substructure 7 The second sentence in the first paragraph is supplemented with the following: 0 8 9 Weep holes shall be covered with geotextile meeting the requirements of Section 9- 10 33.2, Table 2 Class C before backfilling. Geotextile screening shall be bonded to the 40 11 concrete with an approved adhesive. 12 13 6-02.3(24)C Placing and Fastening 40 14 The fifteenth paragraph beginning with "Reinforcing steel bars shall not vary..." is 15 supplemented with the following: 16 «r 17 Drilled Shafts top of rebar cage elevation +6 in./-3 in. 18 19 6-02.3(24)E Welding Reinforcing Steel 20 The ninth paragraph is revised to read: 21 22 The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars 23 shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon 24 equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars 25 and other splice members within 6 inches of the weld, unless limited by the available 26 lengths of the bars or splice member. 27 28 The twelfth paragraph is revised to read: 29 30 Under supervision of the State Materials and Fabrication Inspector, the welder shall 31 weld three test joints of the largest size reinforcing bar to be weld spliced, per type of 32 joint shown in the Plans. Two of the test welds shall be test loaded to no less than 125 33 percent of the minimum specified yield strength of the bar. The remaining test weld 34 shall be mechanically cut perpendicular to the direction of the welding and 35 macroetched. The macroetch specimen for Flare V groove welds will be inspected for 36 the weld size and effective throat as shown in the Plans. Indirect butt splices shall be 37 cut mechanically at two locations to provide a transverse cross-section of each of the 38 bars spliced in the test assembly. The sections shall show the full cross-section of the 4+ 39 weldment, the root of the weld, and any reinforcement. The etched cross-section shall 40 have complete penetration and complete fusion with the base metal and between 41 successive passes in the weld. Groove welds of direct butt splices and flare-groove w 42 welds shall not have reinforcement exceeding 1/8 inch in height measured from the 43 main body of the bar and shall have a gradual transition to the base metal surface. No 44 cracks will be allowed in either the weld metal or heat-affected zone. All craters shall ., 45 be filled to the full cross-section of the weld. Weld metal shall be free from overlay. 46 Undercutting deeper than 1/32 inch will not be allowed except at points where welds 47 intersect the raised pattern of deformations where undercutting less than 1/16 inch 48 deep will be acceptable. The sum of diameters of piping porosity in groove welds shall 49 not exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6-inch length r nr '"" 1 of weld. Corrections to welds with shielded metal arc, gas metal arc, or flux-cored arc 2 welding processes shall be made in accordance with Engineer's approval. 3 4 6-02.3(25) Prestressed Concrete Girders 5 The fourth paragraph is replaced with the following: 6 7 The various types of girders are: 8 9 Prestressed Concrete Girder — Refers to prestressed concrete girders of all 10 types, including prestressed concrete I girders, prestressed concrete wide flange I 11 girders, bulb tee girders, deck bulb tee girders, thin flange deck bulb tee girders, 12 precast prestressed concrete members, spliced prestressed concrete girders, and 13 prestressed concrete tub girders. 14 15 Prestressed Concrete I Girder — Refers to a prestressed concrete girder with a +�. 16 flanged I shaped cross section, requiring a cast-in-place concrete deck to support 17 traffic loads. WSDOT standard girders in this category include Series W42G, 18 W50G, W58G, and W74G. 19 20 Prestressed Concrete Wide Flange I Girder — Refers to a prestressed concrete 21 girder with an I shaped cross section with wide top and bottom flanges, requiring a 22 cast-in-place concrete deck to support traffic loads. WSDOT standard girders in 23 this category include Series WF42G, WF50G, WF58G, WF74G, W83G, and 24 W95G. 25 26 Bulb Tee Girder — Refers to a prestressed concrete girder, with a wide top flange 27 requiring a cast-in-place concrete deck to support traffic loads. WSDOT standard 28 girders in this category include Series W3213TG, W3813TG, W5013TG, and 29 W62BTG. 30 31 Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to 1W 32 support traffic loads, and designed to be mechanically connected at the flange 33 edges to adjacent girders at the job site. Except where specific requirements are 34 otherwise specified for these girders, deck bulb tee girders shall conform to all "" 35 requirements specified for bulb tee girders. WSDOT standard girders in this 36 category include Series W35DG, W41 DG, W5313G, and W65DG. 37 38 Thin Flange Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange 39 width equal to the girder spacing and requiring a cast-in-place concrete deck to 40 support traffic loads. Except where specific requirements are otherwise specified 41 for these girders, thin flange deck bulb tee girders shall conform to all requirements 42 specified for bulb tee girders. WSDOT standard girders in this category include 43 Series W32TFG, W38TFG, W50TFG, W62TFG, and W74TFG. 44 45 Precast Prestressed Member (PCPS Member) — Refers to a precast prestressed 46 slab, precast prestressed ribbed section, or a deck double tee girder. PCPS 47 members are designed to be mechanically connected at the flange or member 48 edges to adjacent PCPS members at the job site. Except where specific 49 requirements are otherwise specified for these girders, PCPS members shall • 50 conform to all requirements specified for deck bulb tee girders. 1 � ber that is similar to a deck 2 Double Tee Girder — Refers to a hybrid PCPS mem 3 double tee girder, except that the top surface is a thin top flange requiring a cast-in- 4 place concrete deck to support traffic loads. Double tee girders shall conform to all 5 requirements specified for bulb tee girders and PCPS members. 6 7 Spliced Prestressed Concrete Girder — Refers to prestressed concrete girders 8 initially fabricated in segments to be longitudinally spliced together with cast-in- 9 place concrete closures at the job site. Except where specific requirements are 10 otherwise specified for these girders, spliced prestressed concrete girders shall 11 conform to all requirements specified for prestressed concrete girders. 12 Anchorages shall conform to Sections 6-02.3(26)6, 6-02.3(26)C, and 6-02.3(26)D. 13 Ducts shall conform to the Section 6-02.3(26)E requirements for internal 14 embedded installation, and shall be round, unless the Engineer approves use of 15 elliptical shaped ducts. Duct-wedge plate transitions shall conform to Section 6- 16 02.3(26)E. Prestressing reinforcement shall conform to Section 6-02.3(26)F. at 17 WSDOT standard girders in this category include Series WF74PTG, W83PTG, and 18 W95PTG. 19 20 Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal 21 box or bathtub girders including those fabricated in segments to be spliced 22 together with cast-in-place concrete closures at the job site. Except where specific 23 requirements are otherwise specified for these girders, prestressed concrete tub 24 girders shall conform to all requirements specified for prestressed concrete girders 25 and spliced prestressed concrete girders. WSDOT standard girders in this 26 category include Series U**G" or Series OF""G*, where U specifies webs without 27 flanges, OF specifies webs with flanges, `" specifies the girder height in inches, 28 and * specifies the bottom flange width in feet. 29 to 30 6-02.3(25)A Shop Plans 31 The second, third and fourth paragraphs are revised to read: 32 33 Shop plans shall show the size and location of all cast-in holes for installation of deck 34 formwork hangers and/or temporary bracing. Holes for formwork hangers shall match 35 approved deck formwork plans designed in accordance with Section 6-02.3(16). There viii► 36 shall be no field-drilled holes in prestressed concrete girders. Post-tensioning ducts in 37 spliced prestressed concrete girders shall be located so their center of gravity is in 38 accordance with the Plans. 39 40 The Contractor shall have the option to furnish Series W74G prestressed concrete 41 girders with minor dimensional differences from those shown in the Plans. The 2 5/8- 42 inch top flange taper may be reduced to 1 5/8 inches and the bottom flange width may 43 be increased to 2 feet 2 inches. Other dimensions of the girder shall be adjusted as 44 necessary to accommodate the above mentioned changes. Reinforcing steel shall be 45 adjusted as necessary. The overall height and top flange width shall remain 46 unchanged. 47 48 If the Contractor elects to provide a prestressed concrete girder with an increased web 49 thickness, shop plans along with supporting design calculations shall be submitted to 50 the Engineer for approval prior to girder fabrication. The girder shall be designed for at 1 least the same load carrying capacity as the girder shown in the Plans. The load 2 carrying capacity of the mild steel.reinforcement shall be the same as that shown in the 3 Plans. 4 5 The sixth paragraph is revised to read: 6 �. 7 The Contractor shall provide five copies of the shop plans to the Engineer for approval, 8 except as otherwise noted. Shop drawings for spliced prestressed concrete girders 9 shall conform to Section 6-02.3(26)A, and seven copies of the shop drawings shall be +■► 10 submitted to the Engineer for approval. The shop drawings for spliced prestressed 11 concrete girders shall include all details related to the post-tensioning operations in the 12 field, including details of hardware required, tendon geometry, blockout details, and W 13 details of additional or modified steel reinforcing bars required in cast-in-place closures. 14 Approval of shop plans means only that the Engineer accepts the methods and 15 materials. Approval does not imply correct dimensions. ,. 16 17 6-02.3(25)B Casting 18 The first paragraph is revised to read: .r 19 20 Before casting girders, the Contractor shall have possession of an approved set of shop 21 drawings. Side forms shall be steel except that cast-in-place concrete closure forms for 22 spliced prestressed concrete girders, interior forms of prestressed concrete tub girders, 23 and end bulkhead forms of prestressed concrete girders may be plywood. Interior 24 voids for precast prestressed slabs with voids shall be formed by either wax soaked 25 cardboard or expanded polystyrene forms. The interior void forms shall be secured in 26 the position as shown in the Plans and shall remain in place. 27 28 The fourth paragraph is revised to read: 29 30 Air-entrainment is not required in the concrete placed into prestressed precast concrete 31 girders, including cast-in-place concrete closures for spliced prestressed concrete 32 girders, unless otherwise noted. The Contractor shall use air-entrained concrete in the 33 top two inches, minimum, of the roadway deck flange of deck bulb-tee girders, deck 34 double tee girders, and precast prestressed ribbed sections. All concrete for precast 35 prestressed slabs shall be air entrained, except for slabs where the Engineer approves 36 use of air-entrained concrete in the top two inches, only. Maximum and minimum air 37 content shall be as specified in Section 6-02.3(2)A. 38 39 The sixth paragraph is revised to read: 40 41 The Contractor may form circular block-outs in the girder top flanges to receive 42 falsework hanger rods. These block-outs shall: 43 44 1. Not exceed 1 inch in diameter; 45 46 2. Be spaced no more than 72 inches apart longitudinally on the girder; + 47 48 3. Be located 3 inches or more from the outside edge of the top flange on Series 49 W42G, W50G, and W58G girders, 6 inches or more for Series W74G girders, • 50 and 7 inches or more for Series WF42G, WF50G, WF58G, WF74G, 1 WF74PTG, W83G, W83PTG, W95G, W95PTG, W32BTG, W38BTG, 2 W50BTG, W62BTG girders and other bulb tee girders. 3 4 6-02.3(25)C Prestressing go 5 The sixth paragraph is revised to read: 6 7 Post-tensioning of spliced prestressed concrete girders shall conform to Section 6- 8 02.3(26)G, and the following requirements: 9 . 10 1. Before tensioning, the Contractor shall remove all side forms from the cast-in- 11 place concrete closures. From this point until 48 hours after grouting the 12 tendons, the Contractor shall keep all construction and other live loads off the 13 superstructure and shall keep the falsework supporting the superstructure in i4 place. 15 16 2. Once the post-tensioning steel is installed, no welds or welding grounds shall 17 be attached to metal forms, structural steel, or steel reinforcing bars of the 18 structural member. 19 20 3. The Contractor shall not tension the post-tensioning reinforcement until the 21 concrete in the cast-in-place closures reaches the minimum compressive 22 strength specified in the Plans (or 5,000 psi if the concrete strength is not 23 specified in the Plans). This strength shall be measured with concrete 24 cylinders made of the same concrete and cured under the same conditions as 25 the cast-in-place closures. 26 27 4. All post-tensioning shall be completed before placing the sidewalks and 28 barriers on the superstructure. 29 30 6-02.3(25)D Curing 31 The fourth paragraph is revised to read: 32 33 Curing of cast-in-place concrete closures for spliced prestressed concrete girders shall 34 conform to Section 6-02.3(11). 35 36 6-02.3(25)E Contractors Control Strength 37 The sixth through eleventh paragraphs are revised to read: 38 39 For precast prestressed members, a test shall consist of four cores measuring 3 inches 40 in diameter by 6 inches in height (for slabs) and by the thickness of the web (for ribbed 41 sections). Two cores shall be taken from each side of the member and on each side of 42 the member's span midpoint, at locations approved by the Engineer. The core 43 locations for precast prestressed slabs shall be near mid-depth of the slab, within the 44 middle third of the span length, and shall avoid all prestressing strands and steel 45 reinforcing bars. The core locations for precast prestressed ribbed sections shall be 46 immediately beneath the top flange, within the middle third of the span length, and shall 47 avoid all prestressing strands and steel reinforcing bars. 48 49 For prestressed concrete tub girders, a test shall consist of four cores measuring 3 50 inches in diameter by the thickness of the web, taken from each web approximately .. 1 three feet to the left and to the right of the center of the girder span. The cores shall 2 avoid all prestressing strands and steel reinforcing bars. 3 • 4 For all other prestressed concrete girders, a test shall consist of three cores measuring 5 3 inches in diameter by the thickness of the web and shall be removed from just below 6 the top flange; one at the midpoint of the girder's length and the other two 7 approximately 3 feet to the left and approximately 3 feet to the right. 8 9 The cores shall be taken in accordance with AASHTO T 24 and shall be tested in 1W 10 accordance with WSDOT FOP for AASHTO T 22. The Engineer may accept the girder 11 if the average compressive strength of the four cores from the precast prestressed 12 member, or prestressed concrete tub girder, or of the three cores from any other 13 prestressed concrete girder, is at least 85 percent of the specified compressive strength 14 with no one core less than75 percent of specified compressive strength. 15 16 If the girder is cored to determine the release strength, the required patching and curing 17 of the patch shall be done prior to shipment. If there are more than three holes or if 18 they are not in a neutral location, the prestress steel shall not be released until the 19 holes are patched and the patch material has attained a minimum compressive strength .. 20 equal to the required release compressive strength or 4,000 psi, whichever is larger. 21 22 The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes �r 23 using the same type concrete as that in the girder, or a mix approved during the annual 24 plant review and approval. The epoxy bonding agent shall meet the requirements of 25 Section 9-26.1 for Type II, Grade 2 epoxy. The girder shall not be shipped until tests �' 26 show the patch material has attained a minimum compressive strength of 4,000 psi. 27 28 6-02.3(25)F Prestress Release "" 29 The third paragraph is revised to read: 30 31 The Contractor may request permission to release the prestressing reinforcement at a 32 minimum concrete compressive strength less than specified in the Plans. This request 33 shall be submitted to the Engineer for approval in accordance with Section 6-01.9 and 34 shall be accompanied with calculations showing the adequacy of the proposed release 35 concrete compressive strength. The release strength shall not be less than 3,500 psi, 36 except that the release strength for spliced prestressed concrete girders shall not be 37 less than 4,000 psi: The calculated release strength shall meet the requirements 38 outlined in the Washington State Department of Transportation Bridge Design Manual 39 for tension and compression at release. The proposed minimum concrete compressive 40 strength at release will be evaluated by the Contracting Agency. Fabrication of girders 41 using the revised release strength shall not begin until the Contracting Agency has 42 provided written approval of the revised release compressive strength. If a reduction of 43 the minimum concrete compressive strength at release is allowed, the Contractor shall .r 44 bear any added cost that results from the change. 45 46 6-02.3(25)G Protection of Exposed Reinforcement 47 The second paragraph is revised to read: 48 49 Grouting of post-tensioning ducts for spliced prestressed concrete girders shall conform 50 to Section 6-02.3(26)H. aw 1 � 2 6-02.3(25)H Finishing 3 The fourth paragraph is revised to read: 4 5 On the deck bulb tee girder section and all precast prestressed members, the 6 Contractor shall test the roadway deck surface portion for flatness. This test shall occur 7 after floating but while the concrete remains plastic. Testing shall be done with a 10- 8 foot straightedge parallel to the girder centerline and with a flange width straightedge at 9 right angles to the girder centerline. The Contractor shall fill depressions, cut down high 10 spots, and refinish to correct any deviation of more than 1/4 inch within the straightedge 11 length. This section of the roadway surface shall be finished to meet the requirements 12 for finishing roadway slabs, as defined in Section 6-02.3(10) except that, if approved by 13 the Engineer, a coarse stiff broom may be used to provide the finish in lieu of a metal 14 tined comb. 15 16 6-02.3(25)1 Tolerances 17 The title, first paragraph, and items 7, 10, and 21 following the first paragraph are revised to 18 read: 19 20 6-02.3(25)1 Fabrication Tolerances 21 The girders shall be fabricated as shown in the Plans and shall meet the dimensional 22 tolerances listed below. Construction tolerances of cast-in-place closures for spliced 23 prestressed concrete girders shall conform to the tolerances specified for spliced 24 prestressed concrete girders. Actual acceptance or rejection will depend on how the 25 Engineer believes a defect outside these tolerances will affect the structure's strength 26 or appearance: 27 28 7. Flange Depth: 29 For I and Wide Flange I girders: ± 1/4 inch 30 For bulb tee and deck bulb tee girders: + 1/4 inch, - 1/8 inch 31 For PCPS members: + 1/4 inch, - 1/8 inch 32 33 10. Longitudinal Position of the Harping Point: 34 Single harping point f 18 inches 35 36 Multiple bundled strand groups 37 First bundled strand group ±6 inches 38 Second bundled strand group ± 18 inches 39 Third bundled strand group ±30 inches 40 41 21. Differential Camber Between Girders in a Span (measured in place at the job 42 site): 43 44 For I, Wide Flange I, bulb tee, and 45 spliced prestressed concrete girders: 1/8 inch per 10 feet of beam 46 length. 47 For deck bulb tee girders: Cambers shall be equalized by 48 an approved method when the 49 differences in cambers between 50 adjacent girders or stages ' measured at mid-span exceeds 2 1/4 inch. 3 For PCPS members: ± 1/4 inch per ten feet of member 4 length measured at midspan, but 5 not greater than ± 1/2 inch total. 6 For prestressed 7 concrete tub girders: ± 1/4 inch per ten feet of member 8 length measured at midspan, but 9 not greater than ± 1/2 inch total. OW 10 11 6-02.3(25)J Horizontal Alignment 12 The fourth paragraph is revised to read: A" 13 14 The maximum deviation of the side of the precast prestressed slab, or the edge of the 15 roadway deck slab of the deck double tee girder or the precast prestressed ribbed No 16 section, measured from a chord that extends end to end of the member, shall be ± 1/8 17 inch per 10 feet of member length, but not greater than 1/2 inch total. 18 19 6-02.3(25)L Handling and Storage 20 The first and second paragraphs are revised to read: 21 22 During handling and storage, each girder shall always be kept plumb and upright, and 23 each precast prestressed member and prestressed concrete tub girder shall always be 24 kept in the horizontal position as shown in the Plans. It shall be lifted only by the lifting 25 devices (strand lift loops or high-strength threaded steel bars) at either end. For strand 26 lift loops, a minimum 2 inch diameter straight pin of a shackle shall be used through the 27 loops. For high-strength threaded steel bars, the lifting hardware that connects to the .w 28 bars shall be designed, detailed, and furnished by the Contractor. Series W42G, 29 WF42G, W50G, WF50G, W58G, and WF58G girders, and Series W32BTG, W38BTG, 30 W50BTG, W62BTG, and W74G girders up to 145 feet in length, can be picked up at a ., 31 minimum angle of 60 degrees from the top of the girder. All other prestressed girders 32 shall be picked up within 10 degrees of perpendicular to the top of the girder. 33 to 34 For some girders, straight temporary top flange strands may be specified in the Plans. 35 Pretensioned top temporary strands for full length prestressed concrete girders shall be 36 unbonded over all but the end 10 feet of the girder length. As an alternative for full dw 37 length prestressed concrete girders, temporary top strands may be post-tensioned prior 38 to shipment. When temporary top strands are specified for spliced prestressed 39 concrete girders, the temporary top strands shall be post-tensioned prior to lifting the 40 assembled girder. When the post-tensioned alternative is used, the Contractor shall be .. 41 responsible for properly sizing the anchorage plates, and the reinforcement adjacent to 42 the anchorage plates, to prevent bursting or splitting of the concrete in the top flange. 43 Temporary strands shall be cut or released in accordance with Section 6-02.3(25)N. 44 45 6-02.3(25)M Shipping 46 The third and fourth paragraphs are revised to read: 47 48 No double tee girder, deck double tee girder, precast prestressed slab or precast 49 prestressed ribbed section shall be shipped for at least three days after concrete 50 placement. No deck bulb tee girder or prestressed concrete tub girder shall be shipped VW 1 for at least seven days after concrete placement, except that deck bulb tee girders or 2 prestressed concrete tub girders may be shipped three days after concrete placement 3 when U(bd) is less than or equal to 5.0, where L equals the shipping length of the 4 girder, b equals the girder top flange width (for deck bulb tee girders) or the bottom ,,, 5 flange width (for prestressed concrete tub girders), and d equals the girder depth, all in 6 feet. No other girder shall be shipped for at least ten days after concrete placement. 7 im 8 Girder support during shipping shall be located as follows unless otherwise shown in 9 the Plans: 10 11 Centerline Support Within 12 Type of Girder This Distance From Either End 13 14 Precast Prestressed Members 2 feet 15 Series W42G, WF42G, W50G and WF50G 3 feet 16 All bulb tee and 17 deck bulb tee girders, except as noted 3 feet 18 Series W58G, WF58G, and W62BTG 4 feet 19 Series W74G and WF74G 5 feet 20 Series W83G and W95G 8 feet 21 Series WF74PTG, W83PTG, and W95PTG segments 4 feet 22 Prestressed concrete tub girder segment 4 feet 23 24 The sixth, seventh and eighth paragraphs are revised to read: 25 26 If the Contractor elects to assemble spliced prestressed concrete girders into 'e 27 components of two or more segments prior to shipment, the Contractor shall submit 28 shipment support location working drawings with supporting calculations to the 29 Engineer in accordance with Section 6-01.9. The calculations shall show that concrete 30 stresses in the assembled girders will not exceed those listed below. 31 32 Lateral bracing for shipping is not required for prestressed concrete tub girders and to 33 precast prestressed members. Other prestressed concrete girders of lengths equal or 34 shorter than the following will not require lateral bracing for shipping: 35 36 Maximum Length Not Requiring 37 Type of Girder Bracing for Shipping 38 39 Series W42G, WF42G, W32BTG, and W38BTG 80 feet 40 Series W50G and WF50G 100 feet 41 Series W58G, WF58G, W5013TG, and W62BTG 105 feet 42 All deck bulb tee girders 120 feet 43 Series W74G and WF74G 130 feet 44 45 For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG, 46 W95G, and W95PTG girders, the Contractor shall provide bracing to control lateral 47 bending during shipping, unless the Contractor furnishes calculations in accordance 00 48 with Section 6-01.9 demonstrating that bracing is not necessary. External bracing shall 49 be attached securely to the top flange of the girder. The Contractor is cautioned that 50 more conservation guidelines for lateral bracing may be required for some delivery 1 routes. The Contractor shall submit a bracing plan, with supporting calculations, to the 2 Engineer for approval in accordance with Section 6-01.9. The Contractor shall not 3 begin shipping the girders until receiving the Engineer's approval of the bracing plan, 4 and shall perform all bracing operations at no additional cost to the Contracting Agency. 5 6 Criteria for Checking Girder Stresses •" 7 At the Time of Lifting or Transporting and Erecting 8 9 Stresses at both support and harping points shall be satisfied based on these • 10 criteria: 11 12 1. Allowable compression stress, fc = 0.60f'cm low 13 a. f'cm = compressive strength at time of lifting or transporting verified 14 by test but shall not exceed design compressive strength (f'c) at 28 15 days in psi + 1,000 psi ,w 16 2. Allowable tension stress, ksi 17 a. With no bonded reinforcement = 3 times square root (f'cm) _< 0.20 ksi 18 b. With bonded reinforcement to resist total tension force in the concrete wo 19 computed on the basis of an uncracked section 6.0 times square root 20 (f'cm). The allowable tensile stress in the reinforcement is 30 ksi 21 (AASHTO M-31, Gr. 60) *W 22 3. Prestress losses 23 a. 1 day to 1 month = computed losses 24 b. 1 month to 1 year= 75 percent of computed final losses 25 c. 1 year or more = computed final losses 26 4. Impact on dead load 27 a. Lifting from casting beds =0 percent 28 b. Transporting and erecting =20 percent 29 30 6-02.3(25)N Prestressed Concrete Girder Erection 31 The fifth paragraph is revised to read: w 32 33 The concrete in piers and crossbeams shall reach at least 80 percent of design strength 34 before girders are placed on them. The Contractor shall hoist girders only by the lifting 35 devices at the ends, always keeping the girders plumb and upright. Once erected, the 36 girders shall be braced to prevent tipping until the intermediate diaphragms are cast 37 and cured. When temporary strands in the top flange are used, they shall be cut 38 after the girders are braced and before the intermediate diaphragms are cast. 39 The Contractor shall place the cast-in-place deck on the girders within 30 calendar days 40 of cutting the temporary strands, except as otherwise approved by the Engineer. 41 42 For situations where the Contractor proposes to delay placing the cast-in-place deck on 43 the girders beyond 30 calendar days after cutting the temporary strands, the Contractor MW 44 shall submit supporting girder camber calculations to the Engineer for approval in 45 accordance with Section 6-01.9. The Contractor shall not cut the temporary strands 46 until receiving the Engineer's approval of the girder camber calculations. 47 48 The seventh paragraph is deleted 49 50 The eighth paragraph is revised to read: 1 � ment of both the top and bottom flanges 2 The Contractor shall check the horizontal align 3 of each girder after girder erection but before placing concrete in the bridge diaphragms 4 as described in Section 6-02.3(25)J. 5 6 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection 7 This section is revised to read: 8 9 The Contractor shall submit a method of equalizing deck bulb tee girder (and precast 10 prestressed member) deflections to the Engineer for approval in accordance with 11 Section 6-01.9, except that the submittal shall be made a minimum of 60 days prior to 12 field erection of the deck bulb tee girder. Deflection equalizing methods approved for 13 previous Contracting Agency contracts will be acceptable providing the bridge 14 configuration is similar and the previous method was satisfactory. A listing of the 15 previous Contracting Agency contract numbers for which the method was used shall be 16 included with the submittal. The weld-ties may be used as a component of the 17 equalizing system provided the Contractor's procedure outlines how the weld-ties are to 18 be used, and that the Contractor's submittal includes a list and description of previous 19 bridge projects where the Contractor has successfully used weld-ties as a component 20 of the equalizing system. 21 22 The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive 23 strength of 2,500 psi before any camber equalizing equipment is removed. 24 25 On deck bulb tee girders, girder deflection shall be equalized utilizing the approved 26 method before girders are weld-tied and before keyways are filled. Keyways between 16 27 tee girders shall be filled flush with the surrounding surfaces with nonshrink grout. This 28 nonshrink grout shall have a compressive strength of 5,000 psi before the equalizing 29 equipment is removed. Compressive strength shall be determined by fabricating and + 30 testing cubes in accordance with WSDOT Test Method 813 and testing in accordance 31 with WSDOT FOP for AASHTO T-106. 32 33 Welding ground shall be attached directly to the steel plates being welded when welding 34 the weld-ties on bulb tee girders. ai 35 36 No construction equipment shall be placed on the structure, other than equalizing 37 equipment, until the girders have been weld-tied and the keyway grout has attained a 38 compressive strength of 5,000 psi. 39 40 6-02.3(26) Cast-in-Place Prestressed Concrete 41 6-02.3(26)C Bearing Type Anchorages 42 Item 6 in the first paragraph is revised to read: 43 44 6. For transverse post-tensioning of roadway slabs, the bearing stress shall not 45 exceed 0.9f'c at PJa(* of all strands (before seating) or 4,000 psi at service load after 46 all losses. 47 'o 48 6-02.3(26)H Grouting 49 The first sentence in the sixth paragraph is revised to read: 50 ' M. 1 The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 2 seconds as determined by WSDOT Test Method for ASTM C 939, Flow of Grout for 3 Preplaced Aggregate Concrete (Flow Cone Method). V0 4 5 The third sentence in the seventh paragraph is revised to read: 6 u. 7 Cubes shall be made in accordance with WSDOT Test Method T 813 and stored in 8 accordance with WSDOT FOP for AASHTO T 23. 9 No 10 6-02.3(27) Concrete for Precast Units 11 This section is supplemented with the following: 12 40 13 Self compacting concrete (SCC) may be used for precast concrete barrier covered under 14 Section 6-10 and drainage items covered under Section 9-12. If self compacting concrete 15 has been approved for use the requirements of Section 6-02.3(4)C consistency shall not 16 apply. Self compacting concrete is concrete that is able to flow under its own weight and 17 completely fill the formwork, even in the presence of dense reinforcement, without the need 18 of any vibration, while maintaining homogeneity. When using SCC modified testing 19 procedures for air content and compressive strength will be used. The modification shall be 20 that molds will be filled completely in one continuous lift without any rodding, vibration, 21 tamping or other consolidation methods other than lightly taping around the exterior of the 22 mold with a rubber mallet to allow entrapped air bubbles to escape. In addition the 23 fabricators QC testing shall include Slump Flow Test results, which do not indicate 24 segregation. As part of the plants approval for use of SCC the plant fabricator shall cast 25 one barrier, or drainage item and have that barrier or drainage item sawed in half for 26 examination by the Contracting Agency to determine that segregation has not occurred. 27 ow 28 SECTION 6-03, STEEL STRUCTURES 29 December 6, 2004 30 6-03.3(14) Edge Finishing ow 31 The first and second paragraphs are revised to read: 32 33 All rolled, sheared, and thermal cut edges shall be true to line and free of rough corners "' 34 and projections. Corners along exposed edges shall be rounded to a minimum radius 35 of 1/16 inch. 36 ow 37 Sheared edges on plates more than 5/8 inch thick shall be planed, milled, ground, or 38 thermal cut to a depth of at least 1/8 inch. 39 40 6-03.3(33) Bolted Connections 41 Table 4 and the paragraph beneath it are revised to read: 42 r Table 4 Turn-of-Nut Tightening Method �. Nut Rotational from Snug-Tight Condition Bolt Disposition of Outer Faces of Bolted Parts Length P ` w Condition I Condition 2 Condition 3 L <=4D 1/3 turn 1/2 turn 2/3 turn 4D < L<= 1/2 turn 2/3 turn 5/6 turn 8D 8D < L<= 2/3 turn 5/6 turn 1 turn 12D 1 2 Bolt length measured from underside of head to top of nut. 3 4 6-03.3(39) Swinging the Span 5 The second paragraph is revised to read: 6 7 After the falsework is released (spans swung free) the masonry plates, shoes, and 8 keeper plates are grouted, and before any load is applied, the Engineer will (or, if the 9 Contractor is specified as responsible for surveying, the Contractor shall) measure 0 10 elevations at the tenth points along the tops of girders and floorbeams. 11 12 The Engineer will compare steel mass camber elevations with the elevations measured 13 above, and will furnish the Contractor with new dead-load camber dimensions. 14 15 SECTION 6-05, PILING * ' 16 December 6, 2004 17 6-05.3(9)A Pile Driving Equipment Approval 18 The first sentence of the second paragraph is revised to read: 19 20 The Contractor shall submit a wave equation analysis for all pile driving systems used 21 to drive piling with required ultimate bearing capacities of greater than 300 tons. 22 23 Under the second paragraph the default values and definition for "R"n° are revised as 24 follows: 25 26 R"n is the resistance of the pile used in the wave equation analyses. If the ultimate 27 bearing capacity equals the maximum driving resistance, a setup factor of 1.3 may be 28 used in the wave equation analysis to account for pile setup. To use a setup factor in 29 the wave equation analysis, R"„ in the analysis is the ultimate bearing capacity divided 30 by 1.3. If the maximum driving resistance exceeds the ultimate bearing capacity, no 31 setup factor should be used, and R"n is equal to the maximum driving resistance of the 32 pile. +0 33 34 SECTION 6-06, BRIDGE RAILINGS 35 January 5, 2004 0 36 6-06.2 Materials 37 This section is revised to read: r 38 39 Materials shall meet the requirements of the following sections: 40 r�ir 1 Timber Railing 9-09 2 Metal Railing 9-06.18 3 .. 4 SECTION 6-07, PAINTING 5 August 2, 2004 6 6-07.3(2)A Bridge Cleaning 7 The third sentence under Pressure Flushing is revised to read: 8 9 The pressure flushing equipment shall produce (at the nozzle) at least 3,000 psi with a 10 discharge of at least 4 gpm. 11 12 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 13 April 4, 2005 +w• 14 6-09.2 Materials 15 This first paragraph is supplemented with the following: 16 m 17 Microsilica Fume 9-23.11 18 19 The first sentence of the fifth paragraph is revised to read: +r�r 20 21 Microsilica admixture shall be either a dry powder or a slurry admixture. 22 23 SECTION 6-10, CONCRETE BARRIER 24 April 4, 2005 25 6-10.2 Materials 26 The first sentence of the fourth paragraph is revised to read: 27 28 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9- 29 06.5(4) and be galvanized in accordance with AASHTO M 232, except that testing for 30 embrittlement after galvanizing is not required. 31 32 6-10.3 Construction Requirements 33 This section is supplemented with the following: 4W 34 35 Concrete barrier installed in conjunction with light standard foundations and sign bridge 36 foundations, regardless of the barrier shape, shall be cast-in-place using stationary 37 forms. 38 39 Concrete barrier transition Type 2 to bridge f-shape shall be precast. 40 41 6-10.3(2) Cast-in-Place Concrete Barrier 42 The first paragraph of this section is revised to read as follows: 43 44 Forms for cast-in-place concrete barrier, including traffic barrier, traffic-pedestrian 45 barrier, and pedestrian barrier on bridges and related structures, shall be made of steel 46 or exterior plywood coated with plastic. The Contractor may construct the barrier by the ow 47 slip-form method. +r. 1 � 2 6-10.4 Measurement 3 This section is supplemented with the following: 4 5 Concrete barrier transition Type 2 to bridge f-shape will be measured by the linear foot 6 installed. 7 8 Single slope concrete barrier light standard foundation will be measured by the unit for 9 each light standard foundation installed. 10 ' 11 Traffic barrier, traffic pedestrian barrier, and pedestrian barrier will be measured as 12 specified for cast-in-place concrete barrier. 13 14 6-10.5 Payment 15 The following bid items are inserted to precede "Single Slope Concrete Barrier", per linear 16 foot. 17 18 "Traffic Barrier", per linear foot. 19 "Traffic Pedestrian Barrier", per linear foot. 20 "Pedestrian Barrier" per linear foot. 21 The unit contract price per linear foot for "Traffic Barrier", `Traffic Pedestrian Barrier", 22 and "Pedestrian Barrier" shall be full pay for constructing the barrier on top of the bridge 23 deck, and associated bridge approach slabs, curtain walls and wingwalls, excluding the 24 steel reinforcing bars that extend from the bridge deck, bridge approach slab, curtain 25 walls, and wingwalls. 26 27 The new bid items listed below are inserted to precede "Cast-In-Place Conc. Barrier Light 28 Standard Section", per each. 29 30 "Conc. Barrier Transition Type 2 to Bridge F-Shape", per linear foot. 31 The unit contract price per linear foot for "Conc. Barrier Transition Type 2 to Bridge F- 32 Shape" shall be full pay for performing the work as specified, excluding bridge traffic 33 barrier modifications necessary for this installation. 34 "Single Slope Conc. Barrier Light Standard Foundation", per each. 35 36 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS 37 April 5, 2004 38 This section including title is revised to read: 39 40 SECTION 6-11, REINFORCED CONCRETE WALLS 41 6-11.1 Description 42 This work consists of constructing reinforced concrete retaining walls, including those 43 shown in the Standard Plans, L walls, and counterfort walls. 44 45 6-11.2 Materials ' 46 Materials shall meet the requirements of the following sections: 47 48 Cement 9-01 1 Aggregates for Portland Cement Concrete 9-03.1 2 Gravel Backfill 9-03.12 3 Premolded Joint Filler 9-04.1(2) 4 Steel Reinforcing Bar 9-07.2 5 Epoxy-Coated Steel Reinforcing Bar 9-07.3 6 Concrete Curing Materials and Admixtures 9-23 7 Fly Ash 9-23.9 8 Water 9-25 9 ••� 10 Other materials required shall be as specified in the Special Provisions. 11 12 6-11.3 Construction Requirements 13 14 6-11.3(1) Submittals 15 The Contractor shall submit all excavation shoring plans to the Engineer for approval in 16 accordance with Section 2-09.3(3)D. 17 18 The Contractor shall submit all falsework and formwork plans to the Engineer for .. 19 approval in accordance with Sections 6-02.3(16) and 6-02.3(17). 20 21 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the 1W 22 following information shall be submitted to the Engineer for approval in accordance with 23 Sections 6-01.9 and 6-02.3(28)A: 24 25 1. Working drawings for fabrication of the wall stem panels, showing dimensions, 26 steel reinforcing bars, joint and joint filler details, surface finish details, lifting 27 devices with the manufacturer's recommended safe working capacity, and 28 material specifications. 29 30 2. Working drawings and design calculations for the erection of the wall stem 31 panels showing dimensions, support points, support footing sizes, erection 32 blockouts, member sizes, connections, and material specifications. 33 34 3. Design calculations for the precast wall stem panels, the connection between VW 35 the precast panels and the cast-in-place footing, and all modifications to the 36 cast-in-place footing details as shown in the Plans or Standard Plans. 37 do 38 The Contractor shall not begin excavation and construction operations for the retaining 39 walls until receiving the Engineer's approval of the above submittals. 40 g" 41 6-11.3(2) Excavation and Foundation Preparation 42 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages 43 shown in the Plans. Foundation soils found to be unsuitable shall be removed and No 44 replaced in accordance with Section 2-09.3(1)C. 45 46 6-11.3(3) Precast Concrete Wall Stem Panels 47 The Contractor may fabricate precast concrete wall stem panels for construction of 48 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast 49 concrete wall stem panels may be used for construction of non-Standard Plan retaining ew 1 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels ► 2 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. 3 4 The precast concrete wall stem panels shall be designed in accordance with the 5 requirements for Load Factor Design in the following codes: 6 7 1. For all loads except as otherwise noted - AASHTO Standard Specifications for 8 Highway Bridges, latest edition and current interims. The seismic design shall 9 use the acceleration coefficient and soil profile type as specified in the Plans. 10 11 2. For all wind loads - AASHTO Guide Specifications for Structural Design of 12 Sound Barriers, latest edition and current interims. 13 14 The precast concrete wall stem panels shall be fabricated in accordance with the 15 dimensions and details shown in the Plans, except as modified in the shop drawings as 16 approved by the Engineer. 17 18 The precast concrete wall stem panels shall be fabricated full height, and shall be 19 fabricated in widths of 8 feet, 16 feet, and 24 feet. 20 21 The construction tolerances for the precast concrete wall stem panels shall be as 22 follows: 23 24 Height +1/a inch 25 Width +1/a inch 26 Thickness +1/o inch 27 -1/8 inch 28 Concrete cover for steel reinforcing bar +3/8 inch 29 -1/8 inch 30 Width of precast concrete wall stem panel joints +1/a inch 31 Offset of precast concrete wall stem panels +1/e inch 32 (Deviation from a straight line extending 5 feet on each side of the panel joint) +rr 33 34 The precast concrete wall stem panels shall be constructed with a mating shear key 35 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 36 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5- 37 1/2 inches maximum, The shear key shall be continuous and shall be of uniform width 38 over the entire height of the wall stem. 39 40 The Contractor shall provide the specified surface finish as noted, and to the limits 41 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 42 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 43 Special Provisions. Rolled on textured finished shall not be used. Precast concrete - 44 wall stem panels shall be cast in a vertical position if the Plans call for a form liner 45 texture on both sides of the wall stem panel. 46 47 The precast concrete wall stem panel shall be rigidly held in place during placement 48 and curing of the footing concrete. 49 1 The precast concrete wall stem panels shall be placed a minimum of one inch into the 2 footing to provide a shear key. The base of the precast concrete wall stem panel shall 3 be sloped 1/2 inch per foot to facilitate proper concrete placement. 4 5 To ensure an even flow of concrete under and against the base of the wall panel, a 6 form shall be placed parallel to the precast concrete wall stem panel, above the footing, 7 to allow a minimum one foot head to develop in the concrete during concrete 8 placement. 9 • 10 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast 11 concrete wall stem panel by 1-1/2 inches minimum. 12 .. 13 All precast concrete wall stem panel joints shall be constructed with joint filler installed 14 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet 15 below the final ground level in front of the wall to the top of the wall. The joint filler shall 16 be a nonorganic flexible material and shall be installed to create a waterproof seal at 17 panel joints. 18 19 The soil bearing pressure beneath the falsework supports for the precast concrete wall 20 stem panels shall not exceed the maximum design soil pressure shown in the Plans for 21 the retaining wall. 4, 22 23 6-11.3(4) Cast-In-Place Concrete Construction 24 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, we 25 cured, and finished in accordance with Section 6-02, and the details shown in the Plans 26 and Standard Plans. All cast-in-place concrete shall be Class 4000. 27 28 The Contractor shall provide the specified surface finish as noted, and to the limits 29 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved 30 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the 31 Special Provisions. No 32 33 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion 34 joints) shall be formed and placed separately, with a minimum 12 hour time period "" 35 between concrete placement operations. 36 37 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem 38 expansion joints in accordance with Section 6-01.14. 39 40 6-11.3(5) Backfill, Weepholes and Gutters 41 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 42 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain 43 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone 44 defined as bridge approach embankment in Section 1-01.3 shall be compacted in 45 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be 46 compacted in accordance with Method B of Section 2-03.3(14)C, unless otherwise a. 47 specified. 48 49 Cement concrete gutter shall be constructed as shown in the Standard Plans. w. 50 Now 1 6-11.3(6) Traffic Barrier and Pedestrian Barrier 2 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in 3 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the 4 Plans and Standard Plans. 5 6 6-11.4 Measurement 7 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. 8 9 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for 10 retaining wall will be measured as specified in Section 6-02.4. 11 12 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for 13 cast-in-place concrete barrier. ► 14 15 6-11.5 Payment 16 Payment will be made in accordance with Section 1-04.1 for each of the following bid ; 17 items when they are included in the proposal: 18 19 "Conc. Class 4000 For Retaining Wall", per cubic yard. 20 All costs in connection with furnishing and installing weep holes and premolded 21 joint filler shall be included in the unit contract price per cubic yard for"Conc. Class 22 4000 for Retaining Wall". 23 24 "St. Reinf. Bar For Retaining Wall", per pound. 25 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound. 26 27 "Traffic Barrier', per linear foot. 28 "Pedestrian Barrier', per linear foot. 29 The unit contract price per linear foot for "_ Barrier' shall be full pay for constructing 30 the barrier on top of the retaining wall, except that when these bid items are not 31 included in the proposal, all costs in connection with performing the work as specified 32 shall be included in the unit contract price per cubic yard for "Conc. Class 4000 For 33 Retaining Wall", and the unit contract price per pound for"_ Bar For Retaining Wall". 34 35 SECTION 6-12, NOISE BARRIER WALLS ` 36 April 5, 2004 37 6-12.1 Description 38 This work consists of constructing cast-in-place concrete, precast concrete, masonry, and 39 timber noise barrier walls, including those shown in the Standard Plans. 40 41 6-12.2 Materials 42 Materials shall meet the requirements of the following sections: 43 44 Cement 9-01 45 Aggregates for Portland Cement Concrete 9-03.1 46 Gravel Backfill 9-03.12 47 Premolded Joint Filler 9-04.1(2) 48 Bolts, Nuts, and Washers 9-06.5(1) 49 Steel Reinforcing Bar 9-07.2 1 Epoxy-Coated Steel Reinforcing Bar 9-07.3 2 Paints 9-08 3 Concrete Curing Materials and Admixtures 9-23 4 Fly Ash 9-23.9 5 Water 9-25 6 ■• 7 Other materials required shall be as specified in the Special Provisions. 8 9 6-12.3 Construction Requirements 10 11 6-12.3(1) Submittals 12 All noise barrier walls not constructed immediately adjacent to the roadway, and which 13 require construction of access for work activities, shall have a noise barrier wall access plan. 14 The Contractor shall submit the noise barrier wall access plan to the Engineer for approval 15 in accordance with Section 6-01.9. The noise barrier wall access plan shall include, but not ew 16 be limited to, the locations of access to the noise barrier wall construction sites, and the 17 method, materials, and equipment used to construct the access, remove the access, and 18 recontour and reseed the disturbed ground. ew 19 20 For construction of all noise barrier walls with shafts, the Contractor shall submit a shaft 21 construction plan to the Engineer for approval in accordance with Section 6-01.9, including 22 but not limited to the following information: 23 24 1. List and description of equipment to be used to excavate and construct the shafts, 25 including description of how the equipment is appropriate for use in the expected 26 subsurface conditions. 27 28 2. The construction sequence and order of shaft construction. 29 30 3. Details of shaft excavation methods, including methods to clean the shaft 31 excavation. aw 32 33 4. Details and dimensions of the shaft, and casing if used. 34 35 5. The method used to prevent ground caving (temporary casing, slurry, or other 36 means). 37 38 6. Details of concrete placement including procedures for deposit through a conduit, 39 tremie, or pump. 40 41 7. Method and equipment used to install and support the steel reinforcing bar cage. 42 43 For construction of precast concrete noise barrier walls, the Contractor shall submit shop 44 drawings for the precast concrete panels to the Engineer in accordance with Section 6- 45 02.3(28)A. In addition to the items listed in Section 6-02.3(28)A, the precast concrete panel 46 shop drawings shall include the following: aw 47 48 1. Construction sequence and method of forming the panels. 49 Im 50 2. Details of additional reinforcement provided at lifting and support locations. 1 � ge, transporting, 2 3. Method and equipment used to support the panels during stora 3 and erection. 4 5 4. Erection sequence, including the method of lifting the panels, placing and adjusting 6 the panels to proper alignment and grade, and supporting the panels during 7 bolting, grouting, and backfilling operations. 8 9 The Contractor shall not begin noise barrier wall construction activities, including access 10 construction and precast concrete panel fabrication, until receiving the Engineer's approval 11 of all appropriate and applicable submittals. 12 13 6-12.3(2) Work Access and Site Preparation , 14 The Contractor shall construct work access in accordance with the work access plan as 15 approved by the Engineer. The construction access roads shall minimize disturbance to the 16 existing vegetation, especially trees. Only trees and shrubs in direct conflict with the 17 approved construction access road alignment shall be removed. Only one access road into 18 the noise barrier wall from the main roadway and one access road from the noise barrier 19 wall to the main roadway shall be constructed at each noise barrier wall. 20 21 Existing vegetation that has been identified by the Engineer shall be protected in 22 accordance with Sections 1-07.16 and 2-01, and the Special Provisions. 23 24 6-12.3(3) Shaft Construction 25 The Contractor shall excavate and construct the shafts in accordance with the shaft 26 construction plan as approved by the Engineer. 27 28 The shafts shall be excavated to the required depth as shown in the Plans. The excavation 29 shall be completed in a continuous operation using equipment capable of excavating ' 30 through the type of material expected to be encountered. 31 32 If the shaft excavation is stopped, the Contractor shall secure the shaft by installing a safety 33 cover over the opening. The Contractor shall ensure the safety of the shaft and surrounding 34 soil and the stability of the side walls. A temporary casing, slurry, or other methods 35 approved by the Engineer shall be used as necessary to ensure such safety and stability. 36 37 When caving conditions are encountered, the Contractor shall stop further excavation until 38 implementing the method to prevent ground caving as specified in the shaft construction 39 plan approved by the Engineer. 40 41 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An ,a 42 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and 43 man made objects) encountered during the shaft excavation operation which prevents or 44 hinders the advance of the shaft excavation. When efforts to advance past the obstruction 45 to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment 46 being is significantly reduced relative to the rate of advance for the rest of the shaft 47 excavation, then the Contractor shall remove the obstruction under the provisions of Section 48 6-12.5 as supplemented in the Special Provisions. The method of removal of such 49 obstructions, and the continuation of excavation shall be as proposed by the Contractor and 50 approved by the Engineer. r�i "" 1 2 The Contractor shall use appropriate means to clean the bottom of the excavation of all 3 shafts. No more than two inches of loose or disturbed material shall be present at the .. 4 bottom of the shaft just prior to beginning concrete placement. 5 6 The Contractor shall not begin placing steel reinforcing bars and concrete in the shaft until 9M 7 receiving the Engineer's approval of the shaft excavation. 8 9 The steel reinforcing bar cage shall be rigidly braced to retain its configuration during to 10 handling and construction. The Contractor shall not place individual or loose bars. The 11 Contractor shall install the steel reinforcing bar cage as specified in the shaft construction 12 plan as approved by the Engineer. The Contractor shall maintain the minimum concrete VM 13 cover shown in the Plans. 14 15 If casings are used, the Contractor shall remove the casing during concrete placement. A ow 16 minimum five feet head of concrete shall be maintained to balance soil and water pressure 17 at the bottom of the casing. The casing shall be smooth. Where the top of the shaft is 18 above the existing ground, the Contractor shall case the top of the hole prior to placing the 19 concrete. 20 21 Concrete for shafts shall conform to Class 4000P. The Contractor shall place concrete in 22 the shaft immediately after completing the shaft excavation and receiving the Engineer's 23 approval of the excavation. The Contractor shall place the concrete in one continuous 24 operation to the elevation shown in the Plans, using a method to prevent segregation of 25 aggregates. The Contractor shall place the concrete as specified in the approved shaft 26 construction plan. If water is present, concrete shall be placed in accordance with Section 27 6-02.3(6)B. 28 29 6-12.3(4) Trench, Grade Beam, or Spread Footing Construction 30 Where the noise barrier wall foundations exist below the existing groundline, excavation 31 shall conform to Section 2-09.3(4), and to the limits and construction stages shown in the 1W 32 Plans. Foundation soils found to be unsuitable shall be removed and replaced in 33 accordance with Section 2-09.3(1)C. 34 35 Where the noise barrier wall foundations exist above the existing groundline, the Contractor 36 shall place and compact backfill material in accordance with Section 2-03.3(14)C. 37 38 Concrete for trench, grade beam, or spread footing foundations shall conform to Class 39 4000. 40 41 Cast-in-place concrete shall be formed, placed, and cured in accordance with Section 6-02, 42 except that concrete for trench foundations shall be placed against undisturbed soil. 43 ++ 44 The excavation shall be backfilled in accordance with item 1 of the Compaction subsection 45 of Section 2-09.3(1)E. 46 47 The steel reinforcing bar cage and the noise barrier wall anchor bolts shall be installed and 48 rigidly braced prior to grade beam and spread footing concrete placement to retain their 49 configuration during concrete placement. The Contractor shall not place individual or loose Ow a. 1 steel reinforcing bars and anchor bolts, and shall not install anchor bolts during or after 2 concrete placement. 3 4 6-12.3(5) Cast-In-Place Concrete Panel Construction r 5 Construction of cast-in-place concrete panels for noise barrier walls shall conform to Section 6 6-11.3(4). For noise barrier walls with traffic barrier, the construction of the traffic barrier 7 shall also conform to Section 6-10.3(2). 8 9 The top of the cast-in-place concrete panels shall conform to the top of wall profile shown in 10 the Plans. Where a vertical step is constructed to provide elevation change between 11 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between 12 steps shall be a minimum of 48 feet. 13 14 6-12.3(6) Precast Concrete Panel Fabrication and Erection 15 The Contractor shall fabricate and erect the precast concrete panels in accordance with 16 Section 6-02.3(28), and the following requirements: 17 18 1. Concrete shall conform to Class 4000. 19r 20 2. Except as otherwise noted in the Plans and Special Provisions, all concrete 21 surfaces shall receive a Class 2 finish in accordance with Section 6-02.3(14)B. 22 23 3. The precast concrete panels shall be cast in accordance with Section 6-02.3(28)6. 24 The Contractor shall cast the precast concrete panels horizontally, with the traffic 25 side surface cast against the form liner on the bottom. The Contractor shall fully 26 support the precast concrete panel to avoid bowing and sagging surfaces. 27 28 After receiving the Engineer's approval of the shop drawings, the Contractor shall 29 cast one precast concrete panel to be used as the sample panel. The Contractor 30 shall construct the sample panel in accordance with the procedure and details 31 specified in the shop drawings approved by the Engineer. The Contractor shall 32 make the sample panel available to the Engineer for approval. 33 34 Upon receiving the Engineer's approval of the sample panel, the Contractor shall 35 continue production of precast concrete panels for the noise barrier wall. All rir 36 precast concrete panels will be evaluated against the sample panel for the quality 37 of workmanship.exhibited. The sample panel shall be retained at the fabrication 38 site until all precast concrete panels have been fabricated and have received the +rr 39 Engineer's approval. After completing precast concrete panel fabrication, the 40 Contractor may utilize the sample panel as a production noise barrier wall panel. 41 42 4. In addition to the fabrication tolerance requirements of Section 6-02.3(28)F, the 43 precast concrete panels for noise barrier walls shall not exceed the following scalar 44 tolerances: 45 46 Length and Width: ± 1/8 inch per five feet, not to exceed 1/4 inch total. 47 48 Thickness: ± 1/4 inch. 49 it 1 The difference obtained by comparing the measurement of the diagonal of the 2 face of the panels shall not be greater than 1/2 inch. 3 4 Dimension tolerances for the traffic barrier portion of precast concrete panels 5 formed with traffic barrier shapes shall conform to Section 6-10.3(2). 6 7 5. After erection, the precast concrete panels shall not exceed the joint space 8 tolerances shown in the Plans. The panels shall not exceed 3/8 inch out of plumb 9 in any direction. 10 11 The Contractor shall seal the joints between precast concrete panels with a backer 12 rod and sealant system as specified. The Contractor shall seal both sides of the 13 joint full length. 14 15 The top of precast concrete panels shall conform to the top of wall profile shown in the 16 Plans. Where a vertical step is constructed to provide elevation change between 17 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between 18 steps shall be a minimum of 48 feet. 19 20 6-12.3(7) Masonry Wall Construction 21 Construction requirements for masonry noise barrier wall panels shall be as specified in the 22 Special Provisions. 23 24 6-12.3(8) Fabricating and Erecting Timber Noise Barrier Wall Panels 25 Construction requirements for timber noise barrier wall panels shall be as specified in the 26 Special Provisions. 27 28 6-12.3(9) Access Doors and Concrete Landing Pads 29 The Contractor shall install access doors and door frames as shown in the Plans and 30 Standard Plans. The Contractor shall install the access doors to open toward the roadway 4W 31 side. The door frames shall be set in place with grout conforming to Section 6-02.3(20), with 32 the grout completely filling the void between the door frame and the noise barrier wall panel. 33 34 The Contractor shall apply two coats of paint, as specified in the Special Provisions, to all 35 exposed metal surfaces of access doors and frames, except for stainless steel surfaces. 36 Each coat shall be 3 mils minimum wet film thickness. 37 38 The Contractor shall construct a concrete landing pad on the roadway side of each access 39 door location as shown in the Plans. The concrete shall conform to Section 6-02.3(2)B. 40 41 6-12.3(10) Finish Ground Line Dressing 42 The Contractor shall contour and dress the ground line on both sides of the noise barrier 43 wall, providing the minimum cover over the foundation as shown in the Plans. The 44 Contractor shall contour the ground adjacent to the barrier to ensure good drainage away 45 from the barrier. 46 47 After the access roads are no longer needed for noise barrier wall construction activities, the 48 Contractor shall restore the area to the original condition. The Contractor shall recontour 49 the access roads to match into the surrounding ground and shall reseed all disturbed areas r 1 in accordance with the Section 8-01 and the Special Provisions, and the noise barrier wall 2 access plan as approved by the Engineer. 3 4 6-12.4 Measurement 5 Noise barrier wall will be measured by the square foot area of one face of the completed 6 wall panel in place. Except as otherwise noted, the bottom limit for measurement will be the 7 top of the trench footing, spread footing, or shaft cap. For Noise Barrier Type 5, the bottom 8 measurement limit will be the optional construction joint at the base of the traffic barrier. For 9 Noise Barrier Type 7, the bottom measurement limit will be base of the traffic barrier. For 10 Noise Barrier Types 8, 11, 12, 14, 15, and 20, the bottom measurement limit will be the 11 base of the wall panel. 12 13 Noise barrier wall access door will be measured once for each access door assembly with 14 concrete landing pad furnished and installed. 15 16 6-12.5 Payment 17 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 18 when they are included in the proposal: 19 sir 20 "Noise Barrier Wall Type_", per square foot. 21 The unit contract price per square foot for "Noise Barrier Wall Type_" shall be full pay 22 for constructing the noise barrier walls as specified, including constructing and 23 removing access roads, excavating and constructing foundations and grade beams, 24 constructing cast-in-place concrete, and masonry wall panels, fabricating and erecting 25 precast concrete, and timber wall panels, applying sealer, and contouring the finish 26 ground line adjacent to the noise barrier walls. ` 27 28 "Noise Barrier Wall Access Door", per each. 29 The unit contract price per each for "Noise Barrier Wall Access Door' shall be full pay for 'ra' 30 furnishing and installing the access door assembly as specified, including painting the 31 installed access door assembly and constructing the concrete landing pad. 32 33 SECTION 6-13, STRUCTURAL EARTH WALLS 34 April 4, 2005 35 6-13.1 Description 36 This work consists of constructing structural earth walls (SEW). 37 38 6-13.2 Materials 39 Materials shall meet the requirements of the following sections: 40 41 Cement 9-01 42 Aggregates for Portland Cement Concrete 9-03.1 43 Gravel Backfill 9-03.12(2) 44 Premolded Joint Filler 9-04.1(2) 45 Steel Reinforcing Bar 9-07.2 46 Epoxy-Coated Steel Reinforcing Bar 9-07.3 err 47 Concrete Curing Materials and Admixtures 9-23 48 Fly Ash 9-23.9 49 Water 9-25 so 0 2 Other materials required shall be as specified in the Special Provisions. 3 4 6-13.3 Construction Requirements 5 Proprietary structural earth wall systems shall be as specified in the Special Provisions. 6 7 6-13.3(1) Quality Assurance 8 The structural earth wall manufacturer shall provide a qualified and experienced 9 representative to resolve wall construction problems as approved by the Engineer. The 10 structural earth wall manufacturer's representative shall be present at the beginning of wall 11 construction activities, and at other times as needed throughout construction. 12 Recommendations made by the structural earth wall manufacturer's representative and 13 approved by the Engineer shall be followed by the Contractor. 14 15 The completed wall shall meet the following tolerances: r� 16 17 1. Deviation from the design batter and horizontal alignment, when measured along a 18 ten foot straight edge, shall not exceed the following: 19 20 a. Welded wire faced structural earth wall: 2 inches 21 22 b. Precast concrete panel and 23 concrete block faced structural earth wall: 3/4 inch 24 25 2. Deviation from the overall design batter of the wall shall not exceed the following 26 per ten feet of wall height: 27 28 a. Welded wire faced structural earth wall: 1.5 inches 29 30 b. Precast concrete panel and 31 concrete block faced structural earth wall: 1/2 inch 32 33 3. The maximum outward bulge of the face between welded wire faced structural 34 earth wall reinforcement layers shall not exceed two inches. The maximum 35 allowable offset in any precast concrete facing panel joint shall be 3/4 inch. The 36 maximum allowable offset in any concrete block joint shall be 3/8 inch. 37 38 4. The base of the structural earth wall excavation shall be within three inches of the 39 staked elevations, unless otherwise approved by the Engineer. 40 41 5. The external structural earth wall dimensions shall be placed within two inches of 42 that staked on the ground. 43 '�■' 44 6. The backfill reinforcement layers shall be located horizontally and vertically within 45 one inch of the locations shown in the structural earth wall working drawings as 46 approved by the Engineer. 47 48 At least five working days prior to the Contractor beginning any structural earth wall work at 49 the site, a structural earth wall preconstruction conference shall be held to discuss 1 construction procedures, personnel, and equipment to be used, and other elements of 2 structural earth wall construction. Those attending shall include: 3 4 1. (representing the Contractor) The superintendent, on site supervisors, and all 5 foremen in charge of excavation, leveling pad placement, concrete block and soil 6 reinforcement placement, and structural earth wall backfill placement and 7 compaction. 8 9 2. (representing the Structural Earth Wall Manufacturer) The qualified and 10 experienced representative of the structural earth wall manufacturer as specified at 11 the beginning of this Section. 12 13 3. (representing the Contracting Agency) The Project Engineer, key inspection 14 personnel, and representatives from the WSDOT Construction Office and Materials 15 Laboratory Geotechnical Services Branch. 16 No 17 6-13.3(2) Submittals 18 The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer a 19 Manufacturer's Certificate of Compliance in accordance with Section 1-06.3, certifying that 20 the structural earth wall materials conform to the specified material requirements. This 21 includes providing a Manufacturer's Certificate of Compliance for all concrete admixtures, 22 cement, fly ash, steel reinforcing bars, reinforcing strips, reinforcing mesh, tie strips, 23 fasteners, welded wire mats, backing mats, construction geotextile for wall facing, drainage 24 geosynthetic fabric, block connectors, and joint materials. The Manufacturer's Certificate of 25 Compliance for geogrid reinforcement shall include the information specified in Section 9- 26 33.4(4) for each geogrid roll, and shall specify the geogrid polymer types for each geogrid ' 27 roll. 28 29 A copy of all test results, performed by the Contractor or the Contractor's supplier, which are 30 necessary to assure compliance with the specifications, shall submitted to the Engineer 31 along with each Manufacturer's Certificate of Compliance. 32 33 Before fabrication, the Contractor shall submit a field construction manual for the structural 34 earth walls, prepared by the wall manufacturer, to the Engineer for approval in accordance 35 with Section 6-01.9. This manual shall provide step-by-step directions for construction of ig 36 the wall system. 37 38 The Contractor, or the supplier as the Contractor's agent, shall submit detailed design IN 39 calculations and working drawings to the Engineer for approval in accordance with Section 40 6-01.9. 41 42 The design calculation and working drawing submittal shall include detailed design 43 calculations and all details, dimensions, quantities, and cross-sections necessary to 44 construct the wall. The calculations shall include a detailed explanation of any symbols and 45 computer programs used in the design of the walls. All computer output submitted shall be 46 accompanied by supporting hand calculations detailing the calculation process. 47 irri 48 The design calculations shall be based on the current AASHTO Standard Specifications for 49 Highway Bridges including current interims, and also based on the following: 50 Iry 1 1. The factor of safety for overturning and sliding are 2.0 and 1.5 respectively for 2 AASHTO Load Group I, and 1.5 and 1.1 respectively for AASHTO Load Group VII. 3 4 2. The wall surcharge conditions (backfill slope) shown in the Plans. 5 6 3. If a highway is adjacent to and on top of the wall, a two foot surcharge shall be 7 used in the design. 8 9 4. If the Plans detail a traffic barrier on top of the wall, the barrier and wall shall be 10 capable of resisting a 10,000 pound horizontal load applied at the top of the barrier. 11 12 5. The geotechnical design parameters for the wall shall be as specified in the Special 13 Provisions. 14 15 A minimum of six sets of working drawings shall be fully detailed and shall include, but not 16 be limited to, the following items: 17 18 1. A plan and elevation sheet or sheets for each wall, containing the following: 19 20 a. An elevation view of the wall which shall include the following: 21 22 i. the elevation at the top of the wall, at all horizontal and vertical 23 break points, and at least every 50 feet along the wall; 24 25 ii. elevations at the base of welded wire mats or the top of leveling 26 pads and foundations, and the distance along the face of the wall 27 to all steps in the welded wire mats, foundations and leveling 28 pads; 29 30 iii. the designation as to the type of panel, block, or module; 31 32 iv. the length, size, and number of geogrids or mesh or strips, and 33 the distance along the face of the wall to where changes in 34 length of the geogrids or mesh or strips occur; or 35 36 v. the length, size, and wire sizes and spacings of the welded wire 37 mats and backing mats, and the distance along the face of the 38 wall to where changes in length, size, and wire sizes and 39 spacings of the welded wire mats and backing mats occur; and 40 �r 41 vi. the location of the original and final ground line. 42 43 b. A plan view of the wall which shall indicate the offset from the construction 44 centerline to the face of the wall at all changes in horizontal alignment; the 45 limit of the widest module, geogrid, mesh, strip or welded wire mat, and 46 the centerline of any drainage structure or drainage pipe which is behind 47 or passes under or through the wall. 48 49 c. General notes, if any, required for design and construction of the wall. 50 1 d. All horizontal and vertical curve data affecting wall constructions 2 3 e. A listing of the summary of quantities provided on the elevation sheet of 4 each wall for all items including incidental items. 5 6 f. Cross-section showing limits of construction. In fill sections, the cross- 7 section shall show the limits and extent of select granular backfill material 8 placed above original ground. 9 10 g. Limits and extent of reinforced soil volume. 11 12 2. All details including steel reinforcing bar bending details. Bar bending details shall 13 be in accordance with Section 9-07.1. 14 15 3. All details for foundations and leveling pads, including details for steps in the 16 foundations or leveling pads, as well as allowable and actual maximum bearing 17 pressures for AASHTO Load Groups I and VII. 18 19 4. All modules and facing elements shall be detailed. The details shall show all 20 dimensions necessary to construct the element, all steel reinforcing bars in the 21 element, and the location of reinforcement element attachment devices embedded 22 in the precast concrete facing panel or concrete block. 23 24 5. All details for construction of the wall around drainage facilities, sign, signal, 25 luminaire, and noise barrier wall foundations, and structural abutment and 26 foundation elements shall be clearly shown. ' 27 28 6. All details for connections to traffic or pedestrian barriers, coping, parapets, noise 29 barrier walls, and attached lighting shall be shown. 30 31 7. All details for the traffic or pedestrian barrier attached to the top of the wall (if 32 shown in the Plans) including interaction with bridge approach slabs. 33 34 The Contractor shall not begin wall construction (including precast concrete facing panel 35 fabrication) until receiving the Engineer's written approval of the material certifications and 36 test results, design calculations and working drawing submittals. 37 38 6-13.3(3) Excavation and Foundation Preparation ,r 39 Excavation shall conform to Section 2-09.3(4) and to the limits and construction stages 40 shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced 41 in accordance with Section 2-09.3(1)C. The foundation for the structure shall be graded 42 level for a width equal to or exceeding the length of reinforcing as shown in the structural 43 earth wall working drawings as approved by the Engineer and, for walls with geogrid 44 reinforcing, in accordance with Section 2-12.3. Prior to wall construction, the foundation, if 45 not in rock, shall be compacted as approved by the Engineer. 46 47 At the foundation level of the bottom course of precast concrete facing panels and concrete 48 blocks, an unreinforced concrete leveling pad shall be provided as shown in the Plans. The 49 leveling pad shall be cured a minimum of 12 hours and have a minimum compressive 1 strength of 1500 psi before placement of the precast concrete facing panels or concrete 2 blocks. 3 4 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication 5 Concrete for precast concrete facing panels shall meet the following requirements: 6 7 1. Have a minimum 28 day compressive strength of 4,000 pounds per square inch, 8 unless otherwise specified in the Special Provisions for specific proprietary wall 9 systems. 10 11 2. Contain a water-reducing admixture meeting AASHTO M 194 Type A, D, F, or G. 12 �. 13 3. Be air-entrained, 6 percent± 1 1/2 percent. 14 15 4. Have a maximum slump of four inches, or six inches if a Type F or G water reducer 16 is used. 17 18 Concrete for dry cast concrete blocks shall meet the following requirements: 19 20 1. Have a minimum 28 day compressive strength of 4,000 psi. 21 22 2. Conform to ASTM C 1372, except as otherwise specified. 23 24 3. The lot of blocks produced for use in this project shall conform to the following 25 freeze-thaw test requirements when tested in accordance with ASTM C 1262. 26 Minimum acceptable performance shall be defined as weight loss at the conclusion 27 of 150 freeze-thaw cycles not exceeding one percent of the block's initial weight for 28 a minimum of four of the five block specimens tested. 29 30 4. The concrete blocks shall have a maximum water absorption of one percent above 31 the water absorption content of the lot of blocks produced and successfully tested 32 for the freeze-thaw test specified in item 3 above. 33 34 Precast concrete facing panels and concrete blocks will be accepted based on successful 35 compressive strength tests and visual inspection. The precast concrete facing panels and 36 concrete blocks shall be considered acceptable regardless of curing age when compressive 37 test results indicate that the compressive strength conforms to the 28-day requirements and 38 when the visual inspection is satisfactorily completed. Testing and inspection of precast 39 concrete facing panels shall conform to Section 6-02.3(28). Testing and inspection of dry 40 cast concrete blocks shall conform to ASTM C 140. 41 42 All precast concrete facing panels shall be five feet square, except: 43 r. 44 1. for partial panels at the top, bottom, and ends of the wall, and 45 46 2. as otherwise shown in the Plans. 47 48 All precast concrete facing panels shall be manufactured within the following tolerances: 49 50 1. All dimensions± 3/16 inch. 1 2 2. Squareness, as determined by the difference between the two diagonals, shall not 3 exceed 1/2 inch. 4 5 3. Surface defects on smooth formed surfaces measured on a length of 5 feet shall 6 not exceed 1/8 inch. Surface defects on textured-finished surfaces measured on a 7 length of five feet shall not exceed 5/16 inch. „ 8 9 All concrete blocks shall be manufactured within the following tolerances: 10 r 11 1. Vertical dimensions shall be ± 1/16 inch of the plan dimension, and the rear height 12 shall not exceed the front height. 13 14 2. The dimensions of the grooves in the top and bottom faces of the concrete blocks 15 shall be formed within the tolerances specified by the proprietary wall 16 manufacturer, for the fit required for the block connectors. 17 18 3. All other dimensions shall be± 1/4 inch of the plan dimension. 19 20 Tie attachment devices, except for geosynthetic reinforcement, shall be set in place to the 21 dimensions and tolerances shown in the Plans prior to casting. 22 23 The forms forming precast concrete facing panels, including the forms for loop pockets and 24 access pockets, and the forms forming the concrete blocks, shall be removed in accordance 25 with the recommendations of the wall manufacturer, without damaging the concrete. 26 ' 27 The concrete surface for the precast concrete facing panel shall have the finish shown in the 28 Plans for the front face and an unformed finish for the rear face. The rear face of the 29 precast concrete facing panel shall be roughly screeded to eliminate open pockets of 30 aggregate and surface distortions in excess of 1/4 inch. 31 32 The concrete surface for the front face of the concrete block shall be flat, and shall be a 33 conventional "split face" finish in accordance with the wall manufacturer's specifications. 34 The concrete surface of all other faces shall be Class 2 in accordance with Section 6- 35 02.3(14)6. The finish and appearance of the concrete blocks shall also conform to ASTM C 36 1372. The color of the concrete block shall be concrete gray, unless otherwise shown in the 37 Plans. 38 39 The date of manufacture, production lot number, and the piece-mark, shall be clearly 40 marked on the rear face of each precast concrete facing panel, and marked or tagged on 41 each pallet of concrete blocks. 42 43 All precast concrete facing panels and concrete blocks shall be handled, stored, and 44 shipped in accordance with Sections 6-02.3(28)G and 6-02.3(28)H to prevent chipping, , 45 cracks, fractures, and excessive bending stresses. 46 47 Precast concrete facing panels in storage shall be supported on firm blocking located 48 immediately adjacent to tie strips to avoid bending the tie strips. 49 us 1 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection 2 The precast concrete facing panels.shall be placed vertically. During erection, precast 3 concrete facing panels shall be handled by means of a lifting device set into the upper edge + ► 4 of the panels. 5 6 Concrete blocks shall be erected in a running bond fashion in accordance with the wall w�. 7 manufacturer's field construction manual, and may be placed by hand. The top surface of 8 each course of concrete blocks, including all pockets and recesses, shall be cleaned of 9 backfill and all extraneous materials prior to connecting the reinforcing strips or geosynthetic 10 reinforcing, and placing the next course of concrete blocks. Concrete blocks receiving 11 geosynthetic reinforcement shall be connected as specified in the Special Provisions. Cap 12 block top courses shall be bonded to the lower course of concrete blocks as specified 13 below. All other concrete blocks shall be connected with block connectors or pins placed 14 into the connector slots. 15 16 Precast concrete facing panels and concrete blocks shall be placed in successive horizontal 17 lifts as backfill placement proceeds in the sequence shown in the structural earth wall 18 working drawings as approved by the Engineer. 19 20 External bracing is required for the initial lift for precast concrete facing panels. 21 22 As backfill material is placed behind the precast concrete facing panels, the panels shall be 23 maintained in vertical position by means of temporary wooden wedges placed in the joint at 24 the junction of the two adjacent panels on the external side of the wall. 25 rr 26 Reinforcing shall be placed normal to the face of the wall, unless otherwise shown in the 27 Plans or directed by the Engineer. Prior to placement of the reinforcing, backfill shall be 28 compacted. 29 30 Geosynthetic reinforcing shall be placed in accordance with Section 2-12.3 and as follows: 31 32 1. The Contractor shall stretch out the geosynthetic in the direction perpendicular to 33 the wall face to remove all slack and wrinkles, and shall hold the geosynthetic in 34 place with soil piles or other methods as recommended by the geosynthetic 35 manufacturer, before placing backfill material over the geosynthetic to the specified 36 cover. 37 1W 38 2. The geosynthetic reinforcement shall be continuous in the direction perpendicular 39 to the wall face from the back face of the concrete panel to the end of the 40 geosynthetic or to the last geogrid node at the end of the specified reinforcement AW 41 length. Geosynthetic splices parallel to the wall face will not be allowed. 42 43 At the completion of each course of concrete blocks and prior to installing any block MW 44 connectors or geosynthetic reinforcement at this level, the Contractor shall check the blocks 45 for level placement in all directions, and shall adjust the blocks by grinding or rear face 46 shimming, or other method as recommended by the structural earth wall manufacturer's 10 47 representative and as approved by the Engineer, to bring the blocks into a level plane. 48 ,p 1 For concrete block wall systems receiving a cap block top course, the cap blocks shall be 2 bonded to the lower course with mortar, or with an adhesive capable of bonding the 3 concrete block courses together. 4 5 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 6 The Contractor shall erect the welded wire wall reinforcement in accordance with the wall 7 manufacturer's field construction manual and as approved by the Engineer. Construction 8 geotextile for wall facing shall be placed between the backfill material within the reinforced 9 zone and the coarse granular material immediately behind the welded wire wall facing, as 10 shown in the Plans and the structural earth wall working drawings as approved by the 11 Engineer. 12 - 13 6-13.3(7) Backfill 14 Backfill placement shall closely follow erection of each course of welded wire mats and 15 backing mats, precast concrete facing panels, or concrete blocks. Backfill shall be placed in 16 such a manner as to avoid any damage or disturbance to the wall materials or misalignment 17 of the welded wire mats and backing mats, precast concrete facing panels, or concrete 18 blocks. Backfill shall be placed in a manner that segregation does not occur. 19 20 The Contractor shall place wall backfill over geosynthetic reinforcement, or construction ` 21 geotextile for wall facing, in accordance with Section 2-12.3 and as follows: 22 23 1. The Contractor shall ensure that six inches minimum of backfill shall be between 24 the geogrid reinforcement, or construction geotextile for wall facing, and any 25 construction vehicle or equipment tires or tracks at all times. 26 27 Misalignment or distortion of the precast concrete facing panels or concrete blocks due to 28 placement of backfill outside the limits of this specification shall be corrected in a manner as 29 approved by the Engineer. 'a 30 31 The moisture content of the backfill material prior to and during compaction shall be 32 uniformly distributed throughout each layer of material. The moisture content of all backfill 33 material shall conform to Sections 2-03.3(14)C and 2-03.3(14)D. 34 35 Backfill shall be compacted in accordance with Method C of Section 2-03.3(14)C, except as 36 follows: 37 38 1. The maximum lift thickness after compaction shall not exceed ten inches. r 39 40 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the 41 specified density. 42 43 3. The Contractor shall not use sheepsfoot rollers or rollers with protrusions for 44 compacting backfill reinforced with geosynthetic layers, or for compacing the first 45 lift of backfill above the construction geosynthetic for wall facing for each layer of 46 welded wire mats. Rollers shall have sufficient capacity to achieve compaction 47 without causing distortion to the face of the wall in accordance with the tolerances 48 specified in Section 6-13.3(1). 49 ire 1 4. The Contractor shall compact the zone within three feet of the back of the wall 2 facing panels without causing damage to or distortion of the wall facing elements 3 (welded wire mats, backing mats, construction geotextile for wall facing, precast 4 concrete facing panels, and concrete blocks) by using light mechanical tampers as 5 approved by the Engineer. No soil density tests will be taken within this area. 6 7 5. For wall systems with geosynthetic reinforcement, the minimum compacted backfill 8 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six 9 inches. ,■ 10 11 At the end of each day's operation, the Contractor shall shape the last level of backfill to 12 permit runoff of rainwater away from the wall face. In addition, the Contractor shall not allow „ 13 surface runoff from adjacent areas to enter the wall construction site. 14 15 Wall materials damaged or disturbed during backfill placement shall be either removed and 16 replaced, or adjusted and repaired, by the Contractor as approved by the Engineer at no 17 additional expense to the Contracting Agency. 18 19 6-13.3(8) Guardrail Placement 20 Where guardrail posts are required, the Contractor shall not begin installing guardrail posts 21 until completing the structural earth wall to the top of wall elevation shown in the Plans. The 22 Contractor shall install the posts in a manner that prevents movement of the precast 23 concrete facing panels or concrete blocks, and prevents ripping, tearing, or pulling of the 24 wall reinforcement. 25 26 The Contractor may cut welded wire reinforcement of welded wire faced structural earth 27 walls to facilitate placing the guardrail posts, but only in the top two welded wire 28 reinforcement layers and only with the approval of the Engineer in a manner that prevents 29 bulging of the wall face and prevents ripping or pulling of the welded wire reinforcement. 30 Holes through the welded wire reinforcement shall be the minimum size necessary for the 31 post. The Contractor shall demonstrate to the Engineer prior to beginning guardrail post 32 installation that the installation method will not rip, tear, or pull the wall reinforcement. 33 34 The Contractor shall place guardrail posts between the reinforcing strips, reinforcing mesh, 35 and tie strips of the non-geosynthetic reinforced precast concrete panel or concrete block 36 faced structural earth walls. Holes through the reinforcement of geosynthetic reinforced 37 walls, if necessary, shall be the minimum size necessary for the guardrail post. 38 39 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 40 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with +r 41 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth 42 wall working drawings as approved by the Engineer: 43 44 6-13.4 Measurement 45 Structural earth wall will be measured by the square foot of completed wall in place. The 46 bottom limits for vertical measurement will be the bottom of the bottom mat, for welded wire 47 faced structural earth walls, or the top of the leveling pad (or bottom of wall if no leveling pad 48 is present) for precast concrete panel or concrete block faced structural earth walls. The top 49 limit for vertical measurement will be the top of wall as shown in the Plans. The horizontal +.r 50 limits for measurement are from the end of the wall to the end of the wall. 1 2 Backfill for structural earth wall including haul will be measured by the cubic yard in place 3 determined by the limits shown in the Plans. 4 No 5 SEW traffic barrier, and SEW pedestrian barrier will be measured as specified in Section 6- 6 10.4 for cast-in-place concrete barrier. 7 1, 8 Structure excavation Class B, structure excavation Class B including haul, and shoring or 9 extra excavation Class B, will be measured in accordance with Section 2-09.4. 10 16 11 6-13.5 Payment 12 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 13 when they are included in the proposal: 14 15 "Structural Earth Wall", per square foot. 16 All costs in connection with furnishing materials for, and constructing, structural earth 17 walls, including constructing leveling pads when specified, shall be included in the unit 18 contract price per square foot for"Structural Earth Wall". 19 20 "Backfill for Structural Earth Wall Incl. Haul", per cubic yard. " 21 All costs in connection with furnishing and placing backfill for structural earth wall, 22 including hauling and compacting the backfill, and furnishing and placing the wall facing 23 backfill for welded wire faced structural earth walls, shall be included in the unit contract "a 24 price per cubic yard for"Backfill for Structural Earth Wall Incl. Haul". 25 26 "SEW Traffic Barrier", per linear foot. " 27 "SEW Pedestrian Barrier", per linear foot. 28 The unit contract price per linear foot for "SEW _ Barrier" shall be full pay for 29 constructing the barrier on top of the structural earth wall, except that when these bid 30 items are not included in the proposal, all costs in connection with performing the work 31 as specified shall be included in the unit contract price per square foot for "Structural 32 Earth Wall". 33 34 "Structure Excavation Class B", per cubic yard. 35 "Structure Excavation Class B Incl. Haul", per cubic yard. 36 "Shoring Or Extra Excavation Class B", per square foot. 37 38 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 39 April 4, 2005 40 6-14.1 Description 41 This work consists of constructing geosynthetic retaining walls, including those shown in the 42 Standard Plans. 43 .w 44 6-14.2 Materials 45 Materials shall meet the requirements of the following sections: 46 47 Gravel Borrow For Geosynthetic Retaining Wall 9-03.14(4) 48 Construction Geosynthetic 9-33 49 1 The requirements specified in Section 2-12.2 for geotextiles shall also apply to geosynthetic 2 and geogrid materials used for permanent and temporary geosynthetic retaining walls. 3 4 Other materials required shall be as specified in the Special Provisions. 5 6 6-14.3 Construction Requirements 7 Temporary geosynthetic retaining walls are defined as those walls and wall components 8 constructed and removed or abandoned before the physical completion date of the project 9 or as shown in the Plans. All other geosynthetic retaining walls shall be considered as 10 permanent. 11 12 6-14.3(1) Quality Assurance 40 13 The Contractor shall complete the base of the retaining wall excavation to within plus or 14 minus three inches of the staked elevations unless otherwise directed by the Engineer. The 15 Contractor shall place the external wall dimensions to within plus or minus two inches of that 40 16 staked on the ground. The Contractor shall space the reinforcement layers vertically and 17 place the overlaps to within plus or minus one inch of that shown in the Plans. 18 19 The completed wall(s) shall meet the following tolerances: ' 20 21 Permanent Wall Temporary Wall 22 40 23 Deviation from the design 24 batter and horizontal alignment 25 for the face when measured ' 26 along a ten foot straight edge at 27 the midpoint of each wall layer 28 shall not exceed: 3 inches 5 inches 'w 29 30 Deviation from the overall 31 design batter per ten feet of wall go 32 height shall not exceed: 2 inches 3 inches 33 34 Maximum outward bulge of on 35 the face between backfill 36 reinforcement layers shall 37 not exceed: 4 inches 6 inches 09 38 39 6-14.3(2) Submittals 40 A minimum of 14 calendar days prior to beginning construction of each wall the Contractor ow 41 shall submit detailed plans for each wall in accordance with Section 6-01.9. As a minimum, 42 the submittals shall include the following: 43 +• 44 1. Detailed wall plans showing the actual lengths proposed for the geosynthetic 45 reinforcing layers and the locations of each geosynthetic product proposed for use 46 in each of the geosynthetic reinforcing layers. 47 48 2. The Contractor's proposed wall construction method, including proposed forming 49 systems, types of equipment to be used and proposed erection sequence. 50 1 3. Manufacturer's Certificate of Compliance, samples of the retaining wall 2 geosynthetic and sewn seams for the purpose of acceptance as specified. 3 4 4. Details of geosynthetic retaining wall corner construction, including details of the 5 positive connection between the wall sections on both sides of the corner. 6 7 5. Details of terminating a top layer of retaining wall geosynthetic and backfill due to a 8 changing retaining wall profile. 9 10 Approval of the Contractor's proposed wall construction details and methods shall not 11 relieve the Contractor of their responsibility to construct the walls in accordance with the 12 requirements of these Specifications. 13 14 6-14.3(3) Excavation and Foundation Preparation 15 Excavation shall conform to Section 2-09.3(4), and to the limits and construction stages 16 shown in the Plans. Foundations soils found to be unsuitable shall be removed and 17 replaced in accordance with Section 2-09.3(1)C. 18 19 The Contractor shall direct all surface runoff from adjacent areas away from the retaining 20 wall construction site. ` 21 22 6-14.3(4) Erection and Backfill 23 The Contractor shall begin wall construction at the lowest portion of the excavation and shall 24 place each layer horizontally as shown in the Plans. The Contractor shall complete each 25 layer entirely before beginning the next layer. 26 27 Geotextile splices shall consist of a sewn seam or a minimum 1'-0" overlap. Geogrid splices 28 shall consist of adjacent geogrid strips butted together and fastened using hog rings, or 29 other methods approved by the Engineer, in such a manner to prevent the splices from 30 separating during geogrid installation and backfilling. Splices exposed at the wall face shall 31 prevent loss of backfill material through the face. The splicing material exposed at the wall 32 face shall be as durable and strong as the material to which the splices are tied. The 33 Contractor shall offset geosynthetic splices in one layer from those in the other layers such 34 that the splices shall not line up vertically. Splices parallel to the wall face will not be 35 allowed, as shown in the Plans. 36 37 The Contractor shall stretch out the geosynthetic in the direction perpendicular to the wall 38 face to ensure that no slack or wrinkles exist in the geosynthetic prior to backfilling. 39 40 For geogrids, the length of the reinforcement required as shown in the Plans shall be 41 defined as the distance between the geosynthetic wrapped face and the last geogrid node at 42 the end of the reinforcement in the wall backfill. 43 44 The Contractor shall place fill material on the geosynthetic in lifts such that six inches 45 minimum of fill material is between the vehicle or equipment tires or tracks and the 46 geosynthetic at all times. The Contractor shall remove all particles within the backfill 47 material greater than three inches in size. Turning of vehicles on the first lift above the 48 geosynthetic will not be permitted. The Contractor shall not end dump fill material directly 49 on the geosynthetic without the prior approval of the Engineer. 50 1 Should the geosynthetic be damaged or the splices disturbed, the backfill around the 2 damaged or displaced area shall be removed and the damaged strip of geosynthetic 3 replaced by the Contractor at no expense to the Contracting Agency. • 4 5 The Contractor shall use a temporary form system-to prevent sagging of the geosynthetic 6 facing elements during construction. A typical example of a temporary form system and 7 sequence of wall construction required when using this form are detailed in the Plans. Soil 8 piles or the geosynthetic manufacturer's recommended method, in combination with the 9 forming system shall be used to hold the geosynthetic in place until the specified cover 10 material is placed. 11 12 The Contractor shall place and compact the wall backfill in accordance with the wall 13 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)D, except 14 as follows: 15 16 1. The maximum lift thickness after compaction shall not exceed ten inches 17 18 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the 19 specified density. 20 21 3. Rollers shall have sufficient capacity to achieve compaction without causing 22 distortion to the face of the wall in accordance with Section 6-14.3(1). 23 24 4. The Contractor shall not use sheepsfoot rollers or rollers with protrusions. 25 26 5. The Contractor shall compact the zone within three feet of the back of the wall 27 facing panels without causing damage to or distortion of the wall facing elements 28 (welded wire mats, backing mats, construction geotextile for wall facing, precast 29 concrete facing panels, and concrete blocks) by using light mechanical tampers as 30 approved by the Engineer. No soil density tests will be taken within this area. 31 32 6. For wall systems with geosynthetic reinforcement, the minimum compacted backfill 33 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six 34 inches. 35 36 The Contractor shall construct wall corners at the locations shown in the Plans, and in 37 accordance with the wall corner construction sequence and method submitted by the • 38 Contractor and approved by the Engineer. Wall angle points with an interior angle of less 39 than 150 degrees shall be considered to be a wall corner. The wall corner shall provide a 40 positive connection between the sections of the wall on each side of the corner such that the �.. 41 wall backfill material cannot spill out through the corner at any time during the design life of 42 the wall. The Contractor shall construct the wall corner such that the wall sections on both 43 sides of the corner attain the full geosynthetic layer embedment lengths shown in the Plans. .r 44 45 Where required by retaining wall profile grade, the Contractor shall terminate top layers of 46 retaining wall geosynthetic and backfill in accordance with the method submitted by the 47 Contractor and approved by the Engineer. The end of each layer at the top of the wall shall 48 be constructed in a manner which prevents wall backfill material from spilling out the face of 49 the wall throughout the life of the wall. If the profile of the top of the wall changes at a rate ,, 50 of 1:1 or steeper, this change in top of wall profile shall be considered to be a corner. 1 2 6-14.3(5) Guardrail Placement 3 The Contractor shall install guardrail posts as shown in the Plans after completing the wall, 4 but before the permanent facing is installed. The Contractor shall install the posts in a 5 manner that prevents bulging of the wall face and prevents ripping, tearing, or pulling of the 6 geosynthetic reinforcement. Holes through the geosynthetic reinforcement shall be the 7 minimum size necessary for the post. The Contractor shall demonstrate to the Engineer so 8 prior to beginning guardrail post installation that the installation method will not rip, tear, or 9 pull the geosynthetic reinforcement. 10 go 11 6-14.3(6) Permanent Facing 12 The Contractor shall apply a permanent facing to the surface of all permanent geosynthetic 13 retaining walls as shown in the Plans. Shotcrete facing, if shown in the Plans, shall conform gi 14 to Section 6-18. Concrete fascia panel, if shown in the Plans, shall conform to Section 6- 15 15.3(9). 16 ,0 17 6-14.3(7) Geosynthetic Retaining Wall Traffic Barrier and Geosynthetic 18 Retaining Wall Pedestrian Barrier 19 Geosynthetic wall traffic barrier (single slope and f-shape) and geosynthetic retaining wall 20 pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6- 21 10.3(2), and the details in the Plans. 22 23 6-14.4 Measurement 24 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be 25 measured by the square foot of face of completed wall. 26 27 Borrow for geosynthetic retaining wall backfill will be measured as specified in Section 2- 28 03.4. 29 30 Shotcrete facing and concrete fascia panel will be measured by the square foot surface area 31 of the completed facing or fascia panel, measured to the neat lines of the facing or panel as 32 shown in the Plans. 33 34 Geosynthetic wall single slope traffic barrier, geosynthetic wall f-shape traffic barrier, and 35 geosynthetic retaining wall pedestrian barrier will be measured as specified in Section 6- 36 10.4 for cast-in-place concrete barrier. 37 38 Structure excavation Class B, structure excavation Class B including haul, and shoring or 39 extra excavation Class B, will be measured in accordance with Section 2-09.4. 40 41 6-14.5 Payment " 42 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 43 when they are included in the proposal: 44 45 "Geosynthetic Retaining Wall", per square foot. 46 `Temporary Geosynthetic Retaining Wall", per square foot. 47 All costs in connection with constructing the temporary or permanent geosynthetic 48 retaining wall as specified shall be included in the unit contract price per square foot for 49 "Geosynthetic Retaining Wall" and `Temporary Geosynthetic Retaining Wall", including "* 1 compaction of the backfill material and furnishing and installing the temporary forming 2 system. 3 4 "Borrow for Geosynthetic Wall Incl. Haul", per ton or per cubic yard. 5 All costs in connection with furnishing and placing backfill material for temporary or 6 permanent geosynthetic retaining walls as specified shall be included in the unit • 7 contract price per ton or per cubic yard for"Borrow for Geosynthetic Wall Incl. Haul". 8 9 "Concrete Fascia Panel", per square foot. w 10 All costs in connection with constructing the concrete fascia panels as specified shall be 11 included in the unit contract price per square foot for"Concrete Fascia Panel", including 12 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint we 13 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when 14 specified). 15 00 16 Shotcrete facing will be paid for in accordance with Section 6-18.5. 17 18 "Geosynthetic Wall Single Slope Traffic Barrier', per linear foot. 19 "Geosynthetic Wall F-Shape Traffic Barrier', per linear foot. 20 "Geosynthetic Retaining Wall Pedestrian Barrier", per linear foot. 21 The unit contract price per linear foot for "Geosynthetic Wall Single Slope Traffic 22 Barrier', "Geosynthetic Wall F-Shape Traffic Barrier", and "Geosynthetic Retaining Wall 23 Pedestrian Barrier' shall be full pay for constructing the barrier on top of the 24 geosynthetic retaining wall. 25 26 "Structure Excavation Class B", per cubic yard. 27 "Structure Excavation Class B Incl. Haul", per cubic yard. 28 "Shoring Or Extra Excavation Class B", per square foot. 29 30 SECTION 6-15, SOIL NAIL WALLS 31 April 5, 2004 32 6-15.1 Description 33 This work consists of constructing soil nail walls. 34 35 6-15.2 Materials 36 Materials shall meet the requirements of the following section: 37 38 Prefabricated Drainage Mat 9-33.2(3) 39 40 Other materials required, including materials for soil nails, shall be as specified in the 41 Special Provisions. 42 *� 43 6-15.3 Construction Requirements 44 45 6-15.3(1) General Description 46 Soil nailing shall consist of excavating to the layer limits shown in the Plans, drilling holes at 47 the specified angle into the native material, placing and grouting epoxy coated or 48 encapsulated steel reinforcing bars (soil nails) in the drilled holes, placing prefabricated wy 49 drainage material and steel reinforcement, and applying a shotcrete facing over the steel 1 reinforcement. After completing the wall to full height, the Contractor shall construct the 2 concrete fascia panels as shown in the Plans. 3 4 All proprietary items used in the soil nailed structure shall be installed in accordance with the 5 manufacturer's recommendations. In the event of a conflict between the manufacturer's 6 recommendations and these specifications, these specifications shall prevail. 7 rrr 8 6-15.3(2) Contractor's Experience Requirements 9 The Contractor or Subcontractor performing this work shall have completed at least five 10 projects, within the last five years, involving construction of retaining walls using soil nails or 11 ground anchors or shall have completed the construction of two or more projects totaling at 12 least 15,000 square feet of retaining wall with a minimum total of 500 soil nails or ground 13 anchors. 14 15 The Contractor shall assign an engineer with at least three years of experience in the design 16 and construction of permanently anchored or nailed structures to supervise the work. The 17 Contractor shall not use consultants or manufacturer's representatives in order to meet the 18 requirements of this section. Drill operators and on-site supervisors shall have a minimum 19 of one year experience installing permanent soil nails or ground anchors. 20 21 Contractors or Subcontractors that are specifically prequalified in Class 36 work will be 22 considered to have met the above experience requirements. 23 24 6-15.3(3) Submittals 25 Work shall not begin on any soil nail wall system until the Engineer has approved all of the 26 required submittals. The Contractor shall submit the following information in accordance 27 with Section 6-01.9 not less than 30 calendar days prior to the start of wall excavation. 28 29 1. A brief description of each project satisfying the Contractors Experience 30 Requirements with the Owner's name and current phone number (this item is 31 not required if the Contractor or Subcontractor is prequalified in Class 36). 32 33 2. A list identifying the following personnel assigned to this project and their 34 experience with permanently anchored or nailed structures: 35 36 a. Supervising Engineer 37 38 b. Drill Operators 39 40 c. On-site Supervisors who will be assigned to the project. 41 42 3. The proposed detailed construction procedure which includes: 43 44 a. Proposed method(s) of excavation of the soil and/or rock. 45 46 b. A plan for the removal and control of groundwater encountered during 47 excavation, drilling, and other earth moving activities. Include a list of the 48 equipment used to remove and control groundwater. 49 50 c Proposed drilling methods and equipment. VW 1 2 d. Proposed hole diameter(s). 3 ++ 4 e. Proposed method of soil nail installation. 5 6 f. Grout mix design and procedures for placing the grout. vpw 7 8 g. Shotcrete mix design with compressive strength test results. 9 wr 10 h. Procedures for placing the shotcrete (include placement in conditions 11 when ground water is encountered). 12 13 i. Encapsulation system for additional corrosion protection selected for the 14 soil nails and anchorages requiring encapsulation. 15 16 4. Detailed working drawings of the method proposed for the soil nail testing which 17 includes: 18 19 a. All necessary drawings and details to clearly describe the proposed 20 system of jacking support, framing, and bracing to be used during testing. 21 22 b. Calibration data for each load cell, test jack, pressure gauge, stroke 23 counter on the grout pump, and master gauge to be used. The calibration 24 tests shall have been performed by an independent testing laboratory, 25 and tests shall have been performed within 60 calendar days of the date 26 submitted. Testing or work shall not commence until the Engineer has 27 approved the load cell, jack, pressure gage, and master pressure gauge 28 calibrations. 29 30 5. Certified mill test results and typical stress-strain curves along with samples from 31 each heat, properly marked, for the soil nail steel. The typical stress-strain curve 32 shall be obtained by approved standard practices. The guaranteed ultimate 33 strength, yield strength, elongation, and composition shall be specified. 34 35 6-15.3(4) Preconstruction Conference 36 A soil nail preconstruction conference shall be held at least five working days prior to the 37 Contractor beginning any permanent soil nail work at the site to discuss construction 38 procedures, personnel and equipment to be used. The list of materials specified on the 39 Record of Materials Form (ROM) for this item of work will also be discussed. Those 40 attending shall include: +• 41 42 1. (representing the Contractor) The superintendent, on site supervisors, and all 43 foremen in charge of excavating the soil face, drilling the soil nail hole, placing the .. 44 soil nail and grout, placing the shotcrete facing, and tensioning and testing the soil 45 nail. 46 47 2. (representing the Contracting Agency) The Project Engineer, key inspection 48 personnel, and representatives from the WSDOT Construction Office and Materials 49 Laboratory Geotechnical Services Branch. 50 �ww 1 If the Contractor's key personnel change, or if the Contractor proposes a significant revision 2 of the approved permanent soil nail installation plan, an additional conference shall be held 3 before any additional permanent soil nail operations are performed. 4 5 6-15.3(5) Earthwork 6 The ground contour above the wall shall be established to its final configuration and 7 backslope as shown in the Plans prior to beginning excavation of the soil for the first row of 8 soil nails. All excavation shall conform to Section 2-03. 9 10 The excavation shall proceed from the top down in a horizontal lift sequence with the ground 11 level excavated no more than 3 feet below the elevation of the row of nails to be installed in 12 that lift. The excavated vertical wall face should not be left open more than 24 hours for any 13 reason. A lift shall not be excavated until the nail installation and reinforced shotcrete 14 placement for the preceding lift has been completed and accepted. After a lift is excavated, 15 the cut surface shall be cleaned of all loose materials, mud, rebound, and other foreign 16 matter that could prevent or reduce shotcrete bond. 17 18 The accuracy of the ground cut shall be such that the required thickness of shotcrete can be 19 placed within a tolerance of plus or minus 2 inches from the defined face of the wall, and 20 overexcavation does not damage overlying shotcrete sections by undermining or other 21 causes. 22 23 The Contractor should review the geotechnical recommendations report prepared for this 24 project for further information on the soil conditions at the location of each wall. Copies of 25 the geotechnical recommendations report are available for review by prospective bidders at 26 the location identified in the Special Provisions. 27 28 6-15.3(6) Soil Nailing 29 The Contractor shall not handle and transport the encapsulated soil nails until the 30 encapsulation grout has reached sufficient strength to resist damage during handling. The 31 Contractor shall handle the encapsulated soil nails in such a manner to prevent large 32 deflections or distortions during handling. When handling or transporting encapsulated soil 33 nails, the Contractor shall provide slings or other equipment necessary to prevent damage 34 to the soil nails and the corrosion protection. The Engineer may reject any encapsulated 35 nail which is damaged during transportation or handling. Damaged or defective 36 encapsulation shall be repaired in accordance with the manufacturer's recommendations 37 and as approved by the Engineer. 38 39 Soil nails shall be handled and sorted in such a manner as to avoid damage or corrosion. 40 Prior to inserting a soil nail in the drilled hole, the Contractor and the Engineer will examine 41 the soil nail for damage. If, in the opinion of the Engineer, the epoxy coating or bar has 42 been damaged, the nail shall be repaired. If, in the opinion of the Engineer, the damage is 43 beyond repair, the soil nail shall be rejected. 44 45 If, in the opinion of the Engineer, the epoxy coating can be repaired, the Contractor shall 46 patch the coating with an Engineer approved patching material. 47 48 Nail holes shall be drilled at the locations shown in the Plans or as staked by the Engineer. 49 The nails shall be positioned plus or minus 6 inches from the theoretical location shown in 50 the Plans. The Contractor shall select the drilling method and the grouting pressure used 1 for the installation of the soil nail. The drill hole shall be located so that the longitudinal axis 2 of the drill hole and the longitudinal axis of the nail are parallel. At the point of entry the soil 3 nail shall be installed within plus or minus three degrees of the inclination from horizontal �. 4 shown in the Plans, and the nail shall be within plus or minus three degrees of a line drawn 5 perpendicular to the face of the wall unless otherwise shown in the Plans. 6 wr 7 Water or other liquids shall not be used to flush cuttings during drilling, but air may be used. 8 After drilling, the nail shall be installed and fully grouted before placing the shotcrete facing. 9 The nail shall be inserted into the drilled hole with centralizers to the desired depth in such 10 a manner as to prevent damage to the drilled hole, sheathing or epoxy during installation. 11 The centralizers shall provide a minimum of 0.5 inches of grout cover over the soil nail and 12 shall be spaced no further than eight feet apart. When the soil nail cannot be completely 13 inserted into the drilled hole without difficulty, the Contractor shall remove the nail from the 14 drilled hole and clean or redrill the hole to permit insertion. Partially inserted soil nails shall 15 not be driven or forced into the hole. Subsidence, or any other detrimental impact from 16 drilling shall be cause for immediate cessation of drilling and repair of all damages in a 17 manner approved by the Engineer at no additional cost to the Contracting Agency. 18 19 If caving conditions are encountered, no further drilling will be allowed until the Contractor 20 selects a method to prevent ground movement. The Contractor may use temporary casing. 21 The Contractor's method to prevent ground movement shall be approved by the Engineer. 22 The casings for the nail holes, if used, shall be removed as the grout is being placed. 23 24 Where necessary for stability of the excavation face, a sealing layer of shotcrete may be 25 placed before drilling is started, or the Contractor shall have the option of drilling and 26 grouting of nails through a stabilizing berm of native soil at the face of the excavation. The 27 stabilizing berm shall extend horizontally from the soil face and from the face of the 28 shotcrete a minimum distance of one foot, and shall be cut down from that point at a safe 29 slope, no steeper than 1 H:1 V unless approved by the Engineer. The berm shall be 30 excavated to final grade after installation and full length grouting of the nails. Nails 31 damaged during berm excavation shall be repaired or replaced by the Contractor, to the 32 satisfaction of the Engineer, at no added cost to the Contracting Agency. 33 34 If sections of the wall are constructed at different times than the adjacent soil nail sections, 35 the Contractor shall use stabilizing berms, temporary slopes, or other measures, as 36 approved by the Engineer, to prevent sloughing or failure of the adjacent soil nail sections. 37 .. 38 If cobbles and boulders are encountered at the soil face during excavation, the Contractor 39 shall remove all cobbles and boulders that protrude from the soil face into the design wall 40 section and fill the void with shotcrete. All shotcrete used to fill voids created by removal of ..► 41 cobbles and boulders shall be incidental to shotcrete facing. 42 43 The grout equipment shall produce a grout free of lumps and undispersed cement. A 44 positive displacement grout pump shall be used. The pump shall be equipped with a 45 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge 46 shall be capable of measuring pressures of at least 150 psi or twice the actual grout 47 pressures used by the Contractor, whichever is greater. The grouting equipment shall be 48 sized to enable the grout to be pumped in one continuous operation. The mixer shall be 49 capable of continuously agitating the grout. 50 wr 1 The grout shall be injected from the lowest point of the drilled hole. The grout shall be 10 2 pumped through grout tubes after insertion of the soil nail. The quantity of the grout and the 3 grout pressures shall be recorded. The grout pressures and grout takes shall be controlled 4 to prevent excessive ground heave. 16 5 6 6-15.3(7) Shotcrete Facing - 7 Prior to placing any shotcrete on an excavated layer, the Contractor shall vertically center w0 8 prefabricated drainage mat between the columns of nails as shown in the Plans. The 9 prefabricated drainage mat shall be installed in accordance with the manufacturer's 10 recommendations. The permeable drain side shall be placed against the exposed soil face. 16 11 The prefabricated drainage mat shall be installed after each excavation lift and shall be 12 hydraulically connected with the prefabricated drainage mat previously placed, such that the 13 vertical flow of water is not impeded. The Contractor shall tape all joints in the prefabricated 14 drainage mat to prevent shotcrete intrusion during shotcrete application. 15 16 The Contractor shall place steel reinforcing bars and welded wire fabric, and apply the 17 shotcrete facing in accordance with Section 6-18 and the details shown in the Plans. 18 19 The shotcrete shall be constructed to the minimum thickness as shown in the Plans. Costs 20 associated with additional thickness of shotcrete due to overexcavation or irregularities in 21 the cut face shall be borne by the Contractor. 22 23 Each soil nail shall be secured at the shotcrete facing with a steel plate as shown in the 24 Plans. The plate shall be seated on a wet grout pad of a pasty consistency similar to that of 25 mortar for brick-laying. The nut shall then be sufficiently tightened to achieve full bearing 26 surface behind the plate. After the shotcrete and grout have had time to gain the specified 27 strength, the nut shall be tightened with at least 100 foot-pounds of torque. 28 29 6-15.3(8) Soil Nail Testing and Acceptance 30 Both verification and proof testing of the nails is required. The Contractor shall supply all 31 materials, equipment, and labor to perform the tests. The Contractor shall submit all test 32 data to the Engineer. 96 33 34 The testing equipment shall include a dial gauge or vernier scale capable of measuring to 35 0.001 inch of the ground anchor movement. A hydraulic jack and pump shall be used to 11 36 apply the test load. The movement-measuring device shall have a minimum travel equal to 37 the theoretical elastic elongation of the total nail length plus 1 inch. The dial gauge or 38 vernier scale shall be aligned so that its axis is within 5 degrees from the axis of the nail and di 39 shall be monitored with a reference system that is independent of the jacking system and 40 excavation face. 41 42 The jack and pressure gauge shall be calibrated by an independent testing laboratory as a 43 unit. Each load cell, test jack and pressure gauge, grout pump stroke counter, and master 44 gauge, shall be calibrated as specified in Section 6-15.3(3) item 4b. Additionally, the 0 45 Contractor shall not use load cells, test jacks and pressure gauges, grout pump stroke 46 counters, and master gauges, greater than 60 calendar days past their most recent 47 calibration date, until such items are re-calibrated by an independent testing laboratory. 48 49 The pressure gauge shall be graduated in 100 psi increments or less. The pressure gauge 50 will be used to measure the applied load. The pressure gauge shall be selected to place the to 'WO 1 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of 2 the jack shall not be less than the theoretical elastic elongation of the total length at the 3 maximum test load plus 1 inch. The jack shall be independently supported and centered w. 4 over the nail so that the nail does not carry the weight of the jack. The Contractor shall have 5 a second calibrated jack pressure gauge at the site. Calibration data shall provide a specific 6 reference to the jack and the pressure gauge. wr 7 8 The loads on the nails during the verification and proof tests shall be monitored to verify 9 consistency of load—defined as maintaining the test load within five percent of the specified ,., 10 value. Test loads less than 20,000 pounds shall be monitored by the jack pressure gauge. 11 Test loads equal to or greater than 20,000 pounds shall be monitored with an electric or 12 hydraulic load cell. The Contractor shall provide the load cell, the readout device, and a 13 recent calibration curve. The load cell shall be selected to place the maximum test load 14 within the middle two-thirds of the range of the load cell. The stressing equipment shall be 15 placed over the nail in such a manner that the jack bearing plates, load cell and stressing 16 anchorage are in alignment. 17 18 Nails to be tested shall be initially grouted no closer to the excavation face than the ,. 19 dimension shown in the Plans. After placing the grout, the nail shall remain undisturbed 20 until the grout has reached a strength sufficient to provide resistance during testing. 21 Grouting to the excavation face shall be completed after successful testing has been 22 performed. Test nails which are not part of the permanent wall may be left in the ground, 23 provided the drill holes for the nails are completely filled with grout or non-structural filler 24 after testing. 25 26 Load testing shall be performed against a temporary bearing yoke or reaction frame which 27 bears directly against the existing soil or the shotcrete facing. Temporary bearing pads shall 28 be kept a minimum of 12 inches from the edges of the drilled hole unless a rigid steel plate 29 is used to distribute the stress around the drilled hole. If a steel plate is used, it shall be a 30 minimum of 3 feet square and of sufficient thickness that it will distribute the load evenly to 31 the soil. Where the reaction frame bears directly against the shotcrete, the reaction frame 32 shall be designed to prevent fracture of the shotcrete. No part of the reaction frame shall 33 bear within 12 inches of the edge of the test nail blockout unless otherwise approved by the 34 Engineer. 35 36 6-15.3(8)A Verification Testing 37 Verification testing shall be performed on nails installed within the pattern of production nails w. 38 to verify the Contractor's procedures, hole diameter, and design assumptions. No drilling or 39 installation of production nails will be permitted in any ground/rock unit unless successful 40 verification testing of anchors in that unit has been completed and approved by the 41 Engineer, using the same equipment, methods, nail inclination, nail length, and hole 42 diameter as planned for the production nails. Changes in the drilling or installation method 43 may require additional verification testing as determined by the Engineer and shall be done "0 44 at no additional expense to the Contracting Agency. Verification tests may be performed 45 prior to excavation for the soil nail wall. 46 47 Successful verification tests are required within the limits as specified in the Special 48 Provisions. Test nail locations within these limits shall be at locations selected by the 49 Engineer. 50 1 The design details of the verification testing, including the system for distributing test load 2 pressures to the excavation surface and appropriate nail bar size and reaction plate, shall 3 be developed by the Contractor, subject to approval by the Engineer. The intent is to stress 4 the bond between the grout and the surrounding soil/rock to at least twice the design load 5 transfer. 6 7 The bar shall be proportioned such that the maximum stress at 200 percent of the test load 8 does not exceed 80 percent of the yield strength of the steel. The jack shall be positioned at 9 the beginning of the test such that unloading and repositioning of the jack during the test will 10 not be required. The verification tests shall be made by incrementally loading the nails in 11 accordance with the following schedule of hold time: 12 13 AL 1 minute 14 0.25TL 10 minutes 15 0.50TL 10 minutes 16 0.75TL 10 minutes 17 1.00TL 10 minutes 18 1.25TL 10 minutes 19 1.50TL 60 minutes 20 1.75TL 10 minutes 21 2.00TL 10 minutes 22 AL = Nail Alignment Load 23 TL = Nail Test Load 24 25 The test load shall be determined by the following equation = Test Load (TL) = Bond 26 Length (BL) X Design Load Transfer (DLT). ' 27 28 The load shall be applied in increments of 25 percent of the test load. Each load increment 29 shall be held for at least 10 minutes. Measurement of nail movement shall be obtained at 40 30 each load increment. The load-hold period shall start as soon as the load is applied and the 31 nail movement with respect to a fixed reference shall be measured and recorded at 1 32 minute, 2, 3, 5, 6, 10, 20, 30, 50, and 60 minutes. ww 33 34 The Engineer will evaluate the results of each verification test and make a determination of 35 the suitability of the test and of the Contractor's proposed production nail design and 36 installation system. Tests which fail to meet the design criteria will require additional 37 verification testing or an,approved revision to the Contractor's proposed production nail 38 design and installation system. If a nail fails in creep, retesting will not be allowed. 39 40 A verification tested nail with a 60 minute load hold at 1.50TL is acceptable if: 41 42 1. The nail carries the test load with a creep rate that does not exceed 0.08 inch per 43 log cycle of time and is at a linear or decreasing creep rate. 44 45 2. The total movement at the test load exceeds 80 percent of the theoretical elastic 46 elongation of the non-bonded length. 47 48 Furthermore, a pullout failure shall not occur for the verification test anchor at the 2.OTL 49 maximum load. Pullout failure load is defined as the load at which attempts to increase the �• 1 test load result only in continued pullout movement of the test nail without a sustainable 2 increase in the test load. 3 �.. 4 The nails used for verification tests shall be sacrificial and shall not be used for production. 5 The Contractor shall cut and remove the exposed end of all soil nails used for verification 6 tests a minimum of two feet inside the finished groundline. 7 8 6-15.3(8)B Proof Testing 9 Proof tests shall be performed on production nails at the locations selected by the Engineer. 10 Up to five percent of the production nails will be tested. Prior to testing, only the bond length 11 (BL) portion of the nail shall be grouted. The Contractor shall maintain the side-wall stability 12 of the drill hole for the non-grouted portion during the test. Once proof testing is completed, 13 the remainder of the proof tested nail shall be grouted. The bond length shall be determined 14 from the Nail Schedule and Test Nail Detail shown in the Plans. 15 16 Proof tests shall be performed by incrementally loading the nail in accordance with the 17 schedule below. The anchor movement shall be measured and recorded to the nearest 18 0.001 inch with respect to an independent fixed reference point in the same manner as for 19 the verification tests at the alignment load and at each increment of load. The load shall be 20 monitored in accordance with Section 6-15.3(8). The scheduling of hold times shall be as 21 follows: 22 23 AL 1 minute 24 0.25TL 5 minutes 25 0.50TL 5 minutes 26 0.75TL 5 minutes 27 1.00TL 5 minutes 28 1.25TL 5 minutes 29 1.50TL 10 minutes 30 AL = Nail Alignment Load 31 TL = Nail Test Load 32 33 The maximum load in a proof test shall be held for 10 minutes. The load hold period shall 34 start as soon as the maximum load is applied and the nail movement with respect to an 35 independent fixed reference shall be measured and recorded at 1, 2, 3, 4, 5, 6, and 10 36 minutes. The nail movement between 1 minute and 10 minutes shall not exceed 0.04 37 inches. If the nail movement between 1 and 10 minutes exceeds 0.04 inches, the maximum •�+ 38 load shall be held an additional 50 minutes. If the load hold is extended, the nail movement 39 shall be recorded at 20, 30, 50, and 60 minutes. If a nail fails in creep, retesting will not be 40 allowed. ,. 41 42 A proof tested nail is acceptable if: 43 44 1. The nail carries the maximum load with less than 0.04 inches of movement 45 between 1 minute and 10 minutes, unless the load hold extended to 60 minutes, in 46 which case the nail would be acceptable if the creep rate does not exceed 0.08 47 inches per log cycle of time. 48 49 2. The total movement at the maximum load exceeded 80 percent of the theoretical 50 elastic elongation of the non-bonded length. 1 2 3 The creep rate is not increasing with time during the load hold period. 3 4 Due to the requirement for a non-bonded zone for testing purposes, the Contractor shall 5 develop an installation method which will assure the stability of the non-bonded portion of 6 the hole during testing and will allow for the non bonded zone to be grouted against the 7 ground after testing. to 8 9 If a proof test fails, the Engineer may direct the Contractor to replace some or all of the 10 installed production nails between the failed test and an adjacent proof test nail that has met 11 the test criteria. The Engineer may also require additional proof testing. All additional proof 12 tests, and all installation of additional or modified nails, shall be performed at no additional 13 expense to the Contracting Agency. 14 15 6-15.3(9) Concrete Fascia Panels 16 The Contractor shall construct the concrete fascia panels in accordance with Section 6-02 to 17 and the details in the Plans. The concrete fascia panels shall be cured in accordance with 18 the Section 6-02.3(11) requirements specified for retaining walls. The Contractor shall 19 provide the specified surface finish as noted, and to the limits shown, in the Plans to the 20 exterior concrete surface. When noted in the Plans, the Contractor shall apply pigmented " 21 sealer to the limits shown in the Plans. 22 to 23 Asphalt or cement concrete gutter shall be constructed as shown in the Plans and as 24 specified in Section 8-04. 25 26 6-15.4 Measurement " 27 Prefabricated drainage mat will be measured by the square yard of material furnished and 28 installed. 29 is 30 Soil nails will be measured per each for each soil nail installed and accepted. 31 32 The soil nail verification testing program will not be measured but will be paid for on a lump 33 sum basis. 34 35 Shotcrete facing and concrete fascia panel will be measured by the square foot surface area to 36 of the completed facing or fascia panel, measured to the neat lines of the facing or panel as 37 shown in the Plans. 38 0 39 6-15.5 Payment 40 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 41 when they are included in the proposal: Mir 42 43 "Soil Nail — Epoxy Coated", per each. 44 "Soil Nail — Encapsulated", per each. so 45 All costs in connection with furnishing and installing the soil nails as specified shall be 46 included in the unit contract price per each for "Soil Nail - _", including all drilling, 47 grouting, centralizers, bearing plates, welded shear connectors, nuts, proof testing, and 48 other work required for installation of each soil nail. 49 50 "Prefabricated Drainage Mat", per square yard. 2 "Soil Nail Verification Test', lump sum. 3 �. 4 "Concrete Fascia Panel", per square foot. 5 All costs in connection with constructing the concrete fascia panels as specified shall be 6 included in the unit contract price per square foot for"Concrete Fascia Panel", including 7 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint 8 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when 9 specified). w 10 11 Shotcrete facing will be paid for in accordance with Section 6-18.5. 12 13 Unless otherwise specified, all costs in connection with excavation in front of the back face 14 of the shotcrete facing shall be included in the unit contract price per cubic yard for 15 "Roadway Excavation" or"Roadway Excavation Incl. Haul" as specified in Section 2-03.5. 16 17 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 18 April 4, 2005 19 6-16.1 Description 20 This work consists of constructing soldier pile walls and soldier pile tieback walls. 21 22 6-16.2 Materials 23 Materials shall meet the requirements of the following sections: 24 25 Controlled Density Fill 2-09.3(1)E 26 Cement 9-01 27 Aggregates for Portland Cement Concrete 9-03.1 28 Gravel Backfill 9-03.12 29 Premolded Joint Filler 9-04.1(2) 30 Welded Shear Studs 9-06.15 31 Steel Reinforcing Bar 9-07.2 32 Epoxy-Coated Steel Reinforcing Bar 9-07.3 33 Paints 9-08 34 Timber Lagging 9-09.2 35 Preservative Treatment for Timber Lagging 9-09.3(1) 36 Soldier Piles 9-10.5 37 Concrete Curing Materials and Admixtures 9-23 38 Fly Ash 9-23.9 39 Water 9-25 40 Prefabricated Drainage Mat 9-33.2(3) 41 42 Other materials required shall be as specified in the Special Provisions. 43 44 6-16.3 Construction Requirements 45 46 6-16.3(1) Quality Assurance 47 The steel soldier piles shall be placed so that the center line of the pile at the top is within 1 48 inch of the plan location. The steel soldier pile shall be plumb, to within 0.5 percent of the "" 49 length based on the total length of the pile. w 2 Welding, repair welding, and welding inspection shall conform to the Section 6-03.3(25) 3 requirements for welding, repair welding, and welding inspection for all other steel 4 fabrication. air 5 6 6-16.3(2) Submittals 7 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural 8 steel, including the steel soldier piles and the permanent ground anchors to the Engineer for 9 approval. 10 11 The Contractor shall submit the permanent ground anchor grout mix design and the 12 procedures for placing the grout to the Engineer for approval. - 13 14 The Contractor shall submit forming plans for the concrete fascia panels, as specified in 15 Sections 6-02.3(16) and 6-02.3(17), to the Engineer for approval. 16 17 1. Where the lateral pressure from concrete placement, as specified in Section 6- 18 02.3(17)J, is less than or equal to the design earth pressure, the Contractor may 19 tie forms directly to the soldier piles. 20 21 2. Where the lateral pressure from concrete placement, as specified in Section 6- 22 02.3(17)J, is greater than the design earth pressure, the Contractor shall follow one 23 of the following procedures: 24 25 a. Tie the forms to strongbacks behind the lagging, or use some other 26 system that confines the pressure from concrete placement between the 27 lagging and the form panels, in addition to the ties to the soldier piles. 28 29 b. Reduce the rate of placing concrete to reduce the pressure from concrete 30 placement to less than or equal to the design earth pressure in addition to 31 the ties to the soldier piles. 32 33 c. Follow a procedure with a combination of a. and b. 34 35 3. The Contractor shall design the forms for an appropriate rate of placing concrete 36 so that no cold joints occur, considering the wall thickness and height, and volume 37 of concrete to be.placed. 38 39 The Contractor shall submit four copies of a shaft installation plan in accordance with 40 Section 6-01.9 not less than 30 calendar days prior to the beginning of shaft construction. 41 In preparing the submittal, the Contractor shall reference the available subsurface data 42 provided in the contract test hole boring logs and the geotechnical report(s) prepared for this 43 project. This plan shall provide at least the following information: 44 ► 45 1. An overall construction operation sequence and the sequence of shaft 46 construction. 47 48 2. List, description, and capacities of proposed equipment including but not limited to 49 cranes, drills, augers, bailing buckets, final cleaning equipment, and drilling units. 50 The narrative shall describe why the equipment was selected, and describe A" 1 equipment suitability to the anticipated site and subsurface conditions. The 2 narrative shall include a project history of the drilling equipment demonstrating the 3 successful use of the equipment on shafts of equal or greater size in similar MW 4 soil/rock conditions. 5 6 3. Details of shaft excavation methods including proposed drilling methods, methods +w• 7 for cleanout of the shafts, disposal plan for excavated material and drilling slurry (if 8 applicable), and a review of method suitability to the anticipated site and 9 subsurface conditions. ,. 10 11 4. Details of the method(s) to be used to ensure shaft stability (i.e., prevention of 12 caving, bottom heave, etc. using temporary casing, slurry, or other means) during 13 excavation and concrete placement. This shall include a review of method 14 suitability to the anticipated site and subsurface conditions. If temporary casings 15 are proposed, casing dimensions and detailed procedures for casing installation ,r,,,, 16 and removal shall be provided. If slurry is proposed, detailed procedures for 17 mixing, using, maintaining, and disposing of the slurry shall be provided. A detailed 18 mix design, and a discussion of its suitability to the anticipated subsurface w 19 conditions shall also be provided for the proposed slurry. 20 21 5. Details of soldier pile placement including internal support bracing and 22 centralization methods. 23 24 6. Details of concrete placement including proposed operational procedures for 25 pumping and/or tremie methods. ` 26 27 7. Details of the device used to prevent unauthorized entry into a shaft excavation. 28 "M 29 8. The method to be used to form the horizontal construction joint at the top elevation 30 specified for concrete Class 4000P in the shaft. 31 32 Work shall not begin until the appropriate submittals have been approved in writing by the 33 Engineer. 34 35 6-16.3(3) Shaft Excavation 36 Shafts shall be excavated to the required depth as shown in the Plans. The minimum 37 diameter of the shaft shall be as shown in the Plans. The excavation shall be completed in �. 38 a continuous operation using equipment capable of excavating through the type of material 39 expected to be encountered. 40 .� 41 The Contractor may use temporary telescoping casing to construct the shafts. 42 43 If the shaft excavation is stopped the shaft shall be secured by installation of a safety cover. •w 44 It shall be the Contractor's responsibility to ensure the safety of the shaft and surrounding 45 soil and the stability of the side walls. A temporary casing, slurry, or other methods 46 specified in the shaft installation plan as approved by the Engineer shall be used if W 47 necessary to ensure such safety and stability. 48 1 Where caving in conditions are encountered, no further excavation will be allowed until the 2 Contractor has implemented the method to prevent ground caving as submitted in 3 accordance with item 4 of the Shaft Installation Plan and as approved by the Engineer. 4 5 No more than 2 inches of loose or disturbed material, for soldier piles with permanent 6 ground anchors, nor more than 12 inches of loose or disturbed material, for soldier piles 7 without permanent ground anchors, shall be present at the bottom of the shaft just prior to 8 beginning concrete placement. 9 10 The excavated shaft shall be inspected and approved by the Engineer prior to proceeding 11 with construction. 12 13 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An VO 14 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and 15 man made objects) encountered during the shaft excavation operation which prevents or 16 hinders the advance of the shaft excavation. When efforts to advance past the obstruction 17 to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment 18 being significantly reduced relative to the rate of advance for the rest of the shaft 19 excavation, then the Contractor shall remove the obstruction under the provisions of Section 20 6-16.5 as supplemented in the Special Provisions. The method of removal of such 21 obstructions, and the continuation of excavation shall be as proposed by the Contractor and 22 approved by the Engineer. wfY 23 24 Excavation of shafts shall not commence until a minimum of 12 hours after the shaft backfill 25 for the adjacent shafts has been placed. 26 27 The temporary casings for the shafts shall be removed. A minimum 5 foot head of concrete 28 shall be maintained to balance the soil and water pressure at the bottom of the casing. The 29 casing shall be smooth. 30 31 6-16.3(4) Installing Soldier Piles 32 Soldier piles, if spliced, shall conform to all requirements of Section 6-05.3(6). 33 34 The prefabricated steel soldier piles shall be lowered into the drilled shafts and secured in 35 position. Concrete cover over the soldier pile shall be 1 inch minimum. 36 37 The steel soldier piles and attachments shall be shop painted after fabrication to the limits 38 shown in the Plans with one coat of inorganic zinc primer. Application of the one coat of 39 primer shall be in accordance with Section 6-07. The welded shear studs may be attached 40 before or after painting. Paint damaged by welding shear studs in place does not require 41 repair. 42 43 6-16.3(5) Backfilling Shaft 44 The excavated shaft shall be backfilled with either controlled density fill (CDF), lean 45 concrete, or concrete Class 4000P, as shown in the Plans. 46 47 Placement of the shaft backfill shall commence immediately after completing the shaft 06 48 excavation and receiving the Engineer's approval of the excavation. Concrete Class 4000P 49 and lean concrete shall be placed in one continuous operation to the elevation shown in the go low 1 Plans. CDF shall be placed in one continuous operation to the top of the shaft. Vibration of 2 shaft backfill is not required. 3 "w 4 If water is not present, the shaft backfill shall be deposited by a method which prevents 5 segregation of aggregates. The shaft backfill shall be placed such that the free-fall is 6 vertical down the shaft without hitting the sides of the soldier pile or the excavated shaft. 7 The Contractor's method for depositing the shaft backfill shall have approval of the Engineer 8 prior to the placement of the shaft backfill. 9 10 If water is present, the shaft backfill shall be deposited in accordance with Section 6- 11 02.3(6)6. 12 �.► 13 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 14 The excavation and removal of CDF and lean concrete for the lagging installation shall 15 proceed in advance of the lagging. The bottom of the excavation in front of the wall shall be 16 level. Excavation shall conform to Section 2-03. 17 18 For walls without permanent ground anchors, the bottom of excavation shall be not more 19 than three feet below the bottom level of the timber lagging already installed. For walls with 20 permanent ground anchors, the bottom of excavation shall be not more than 3 feet below 21 tieback anchor level until all permanent ground anchors at that level are installed and 22 stressed. Installing, stressing, and testing the permanent ground anchors shall be in 23 accordance with Section 6-17 and the construction sequence specified in the Plans. 24 25 Unless otherwise specified, timber lagging in walls with concrete fascia panels shall be 26 untreated. Timber lagging for all other walls shall be treated. 27 28 The lagging shall be installed from the top of the pile proceeding downward. The timber 29 lagging shall make direct contact with the soil. Voids shall be filled with gravel backfill for 30 walls, which shall be considered incidental to the installation of the timber lagging. 31 32 Where timber lagging and backfill are above the existing or excavated groundline, the 33 lagging and backfill shall be placed concurrently. The backfill layers shall be placed in 34 accordance with Section 2-03.3(14) except that all layers shall be compacted to 90 percent "" 35 of maximum density. 36 37 6-16.3(7) Prefabricated Drainage Mat Ow 38 For walls with concrete fascia panels, prefabricated drainage mat shall be installed full 39 height of the concrete fascia panel and full width between soldier pile flanges, unless 40 otherwise shown in the Plans. "" 41 42 The prefabricated drainage mat shall be attached to the lagging in accordance with the 43 manufacturer's recommendations. The fabric side shall face the lagging. Splicing of the °*r 44 prefabricated drainage mat shall be in accordance with the manufacturer's 45 recommendations. 46 47 The Contractor shall ensure the hydraulic connection of the prefabricated drainage mat to 48 the previously installed material so that the vertical flow of water is not impeded. 49 1 The Contractor shall tape all joints in the prefabricated drainage mat to prevent concrete a 2 intrusion during concrete fascia panel construction. 3 4 6-16.3(8) Concrete Fascia Panel 0 5 The Contractor shall construct the concrete fascia panels as shown in the Plans, and in 6 accordance with the forming plan as approved by the Engineer. The concrete fascia panels 7 shall be cured in accordance with the Section 6-02.3(11) requirements specified for retaining 00 8 walls. 9 10 The Contractor shall provide the specified surface finish as noted, and to the limits shown, in go 11 the Plans to the exterior concrete surface. When noted in the Plans, the Contractor shall 12 apply pigmented sealer to the limits shown in the Plans. 13 rwr 14 Asphalt or cement concrete gutter shall be constructed as shown in the Plans. 15 16 6-16.4 Measurement 17 Soldier pile shaft construction will be measured by the linear foot of shaft excavated below 18 the top of ground line for the shaft, defined as the highest existing ground point within the 19 shaft diameter. 20 21 Furnishing soldier pile will be measured by the linear foot of pile assembly specified in the 22 Proposal, including adjustments to the Plan quantity made in accordance with Section 1- +Mr 23 04.4. 24 25 Timber lagging will be measured by the thousand board feet measure (MBM) installed. The 26 quantity will be computed using the nominal thickness and width dimensions of the timber 27 lagging members, and the center to center spacing of the soldier piles as the length 28 dimension. 29 30 Prefabricated drainage mat will be measured by the square yard of material furnished and 31 installed. 32 33 Concrete fascia panel will be measured by the square foot surface area of the completed 34 fascia panel, measured to the neat lines of the panel as shown in the Plans. 35 36 6-16.5 Payment 37 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 38 when they are included in the proposal: 39 40 "Shaft - _ Diameter', per linear foot. 41 All costs in connection with constructing soldier pile shafts shall be included in the unit 40 42 contract price per linear foot for "Shaft - _ Diameter", including shaft excavation, 43 temporary casing if used, CDF, lean concrete, concrete Class 4000P, and installing the 44 soldier pile assembly. 0 45 46 "Furnishing Soldier Pile - _", per linear foot. 47 All costs in connection with furnishing soldier pile assemblies shall be included in the at 48 unit contract price per linear foot for "Furnishing Soldier Pile -_", including fabricating 49 and painting the pile assemblies. Payment will be made based on the quantity 50 specified in the Proposal unless changes are made to this quantity in accordance with 1 Section 1-04.4, in which case the quantity specified in the Proposal will be adjusted by 2 the amount of the change and will be paid for in accordance with Section 1-04.4. 3 4 `Timber Lagging", per MBM. 5 All costs in connection with furnishing and installing timber lagging shall be included in 6 the unit contract price per MBM for `Timber Lagging", including preservative treatment r 7 when specified, and filling voids behind the lagging with gravel backfill for wall. 8 9 "Prefabricated Drainage Mat", per square yard. �,. 10 11 "Concrete Fascia Panel", per square foot. 12 All costs in connection with constructing the concrete fascia panels as specified shall be 13 included in the unit contract price per square foot for "Concrete Fascia Panel', including 14 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint 15 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when 16 specified). 17 18 Unless otherwise specified, all costs in connection with non-shaft excavation, including all 19 excavation required for placement of timber lagging, shall be included in the unit contract 20 price per cubic yard for "Roadway Excavation" or "Roadway Excavation Incl. Haul' as 21 specified in Section 2-03.5. 22 23 SECTION 6-17, PERMANENT GROUND ANCHORS 24 April 5, 2004 25 6-17.1 Description 26 This work consists of constructing permanent ground anchors. 27 28 6-17.2 Materials 29 Materials required, including materials for permanent ground anchors, shall be as specified 30 in the Special Provisions. `�` 31 32 6-17.3 Construction Requirements 33 The Contractor shall select the ground anchor type and the installation method, and 34 determine the bond length and anchor diameter. The Contractor shall install ground 35 anchors that will develop the load indicated in the Plans and verified by tests specified in 36 Sections 6-17.3(8)A, 6-17.3(8)6, and 6-17.3(8)C. 37 38 6-17.3(1) Definitions 39 Anchor Devices: The anchorhead wedges or nuts which grip the prestressing steel. 40 41 Bearing Plate: The steel plate which evenly distributes the ground anchor force to the 42 structure. 43 44 Bond Length: The length of the ground anchor which is bonded to the ground and transmits 45 the tensile force to the soil or rock. 46 47 Ground Anchor: A system, referred to as a tieback or as an anchor, used to transfer tensile 48 loads to soil or rock. A ground anchor includes all prestressing steel, anchorage devices, 49 grout, coatings, sheathings and couplers if used. 2 Maintaining Consistency of Load: Maintaining the test load within five percent of the 3 specified value. 4 5 Minimum Guaranteed Ultimate Tensile Strength (MUTS): The minimum guaranteed 6 breaking load of the prestressing steel as defined by the specified standard. 7 ► 8 Tendon Bond Length: The length of the tendon which is bonded to the anchor grout. 9 10 Tendon Unbonded Length: The length of the tendon which is not bonded to the anchor 11 grout. 12 13 Total Anchor Length: The unbonded length plus the tendon bond length. 14 15 6-17.3(2) Contractor Experience Requirements 16 The Contractor or Subcontractor performing this work shall have installed permanent ground 17 anchors for a minimum of three years. Prior to the beginning of construction, the Contractor 18 shall submit a list containing at least five projects on which the Contractor has installed 19 permanent ground anchors. A brief description of each project and a reference shall be 20 included for each project listed. As a minimum, the reference shall include an individual's 21 name and current phone number. 22 23 The Contractor shall assign an engineer to supervise the work with at least three years of 24 experience in the design and construction of permanently anchored structures. The 25 Contractor shall not use consultants or manufacturer's representatives in order to meet the 26 requirements of this section. Drill operators and on-site supervisors shall have a minimum 27 of one year experience installing permanent ground anchors. 28 29 Contractors or Subcontractors that are specifically prequalified in Class 36 work will be 30 considered to have met the above experience requirements. 31 32 The Contractor shall allow up to 15 calendar days for the Engineer's review of the to 33 qualifications and staff as noted above. Work shall not be started on any anchored wall 34 system nor materials ordered until approval of the Contractor's qualifications are given. 35 "o 36 6-17.3(3) Submittals 37 The Contractor shall submit working drawings and structural design calculations in 38 accordance with Section 6-01.9 for the ground anchor system or systems intended for use. Ni 39 40 The Contractor shall submit a detailed description of the construction procedure proposed 41 for use to the Engineer for approval. 42 43 The Contractor shall submit a ground anchor schedule giving: 44 45 1. Ground anchor number 46 2. Ground anchor design load 47 3. Type and size of tendon 48 4. Minimum total bond length 49 5. Minimum anchor length 50 6. Minimum tendon bond length "t 1 7. Minimum unbonded length 2 3 The Contractor shall submit working drawings of the ground anchor tendon and the �.. 4 corrosion protection system. Include details of the following: 5 6 1. Spacers and their location 7 2. Centralizers and their location 8 3. Unbonded length corrosion protection system, including the permanent rubber seal 9 between the trumpet and the tendon unbonded length corrosion protection. .■. 10 4. Bond length corrosion protection system 11 5. Anchorage and trumpet 12 6. Anchorage corrosion protection system 13 7. Anchors using non-restressable anchorage devices 14 15 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural 16 steel, including the permanent ground anchors to the Engineer for review and approval. 17 18 The Contractor shall submit the grout mix designs and the procedures for placing the grout *W 19 to the Engineer for approval. The Contractor shall also submit the methods and materials 20 used in filling the annulus over the unbonded length of the anchor. 21 Q, 22 The Contractor shall submit five copies of detailed working drawings in accordance with 23 Section 6-01.9 for the method proposed to be followed for the permanent ground anchor 24 testing to the Engineer for approval prior to the tests. This shall include all necessary 25 drawings and details to clearly describe the method proposed. 26 27 The Contractor shall submit to the Engineer calibration data for each load cell, test jack, 28 pressure gauge and master pressure gauge to be used. The calibration tests shall have ` 29 been performed by an independent testing laboratory and tests shall have been performed 30 within 60 calendar days of the date submitted. The Engineer shall approve or reject the 31 calibration data after receipt of the data. Testing shall not commence until the Engineer has to 32 approved the load cell, jack, pressure gauge and master pressure gauge calibrations. 33 34 Work shall not begin until the appropriate submittals have been approved in writing by the "` 35 Engineer. 36 37 6-17.3(4) Preconstruction Conference 38 A permanent ground anchor preconstruction conference shall be held at least five working 39 days prior to the Contractor beginning any permanent ground anchor work at the site to 40 discuss construction procedures, personnel, and equipment to be used. The list of materials 41 specified on the Record of Materials Form (ROM) for this item of work will also be 42 discussed. Those attending shall include: 43 44 1. (representing the Contractor) The superintendent, on site supervisors, and all 45 foremen in charge of drilling the ground anchor hole, placing the permanent ground 46 anchor and grout, and tensioning and testing the permanent ground anchor. +r 47 48 2. (representing the Contracting Agency) The Project Engineer, key inspection 49 personnel, and representatives from the WSDOT Construction Office and Materials .. 50 Laboratory Geotechnical Services Branch. 1 � 2 If the Contractor's key personnel change, or if the Contractor proposes a significant revision 3 of the approved permanent ground anchor installation plan, an additional conference shall 4 be held before any additional permanent ground anchor operations are performed. 5 6 6-17.3(5) Tendon Fabrication 7 The tendons can be either shop or field fabricated. The tendon shall be fabricated as shown 8 in the approved shop plans. 9 10 The Contractor shall select the type of tendon to be used. The tendon shall be sized so the 11 design load does not exceed 60 percent of the minimum guaranteed ultimate tensile 12 strength of the tendon. In addition, the tendon shall be sized so the maximum test load 13 does not exceed 80 percent of the minimum guaranteed ultimate tensile strength of the 14 tendon. 15 16 The Contractor shall be responsible for determining the bond length and tendon bond length 17 necessary to develop the design load indicated in the Plans in accordance with Sections 6- 18 17.3(8)A, 6-17.3(8)6, and 6-17.3(8)C. The minimum bond length shall be ten feet in rock 19 and 15 feet in soil. �r 20 21 When the Plans require the tendon bond length to be encapsulated, the tendon bond length 22 portion of the tendon shall be corrosion protected by encapsulating the tendon in a grout- 23 filled PE or PVC tube as specified in Section 6-17.2 as supplemented in the Special ' 24 Provisions. The tendons can be grouted inside the encapsulation prior to inserting the 25 tendon in the drill hole or after the tendon has been placed in the drill hole. Expansive 26 admixtures can be mixed with the encapsulation grout if the tendon is grouted inside the 27 encapsulation while outside the drill hole. The tendon shall be centralized within the bond 28 length encapsulation with a minimum of 0.20 inches of grout cover. Spacers shall be used 29 along the tendon bond length of multi-element tendons to separate the elements of the 30 tendon so the prestressing steel will bond to the encapsulation grout. 31 32 Centralizers shall be used to provide a minimum of 0.5 inches of grout cover over the + ► 33 tendon bond length encapsulation. Centralizers shall be securely attached to the 34 encapsulation and the center-to-center spacing shall not exceed ten feet. In addition, the 35 upper centralizer shall be located a maximum of five feet from the top of the tendon bond 36 length and the lower centralizer shall be located a maximum of one foot from the bottom of 37 the tendon bond length. 38 39 The centralizer shall be able to support the tendon in the drill hole and position the tendon 40 so a minimum of 0.5 inches of grout cover is provided and shall permit free flow of grout. 41 42 Centralizers are not required on encapsulated, pressure-injected ground anchor tendons if 43 the ground anchor is installed in coarse grained soils (more than 50 percent of the soil larger 44 than the number 200 sieve) using grouting pressures greater than 150 psi. 45 46 Centralizers are not required on encapsulated, hollow-stem-augered ground anchor tendons 47 if the ground anchor is grouted through and the hole is maintained full of a stiff grout (eight- 48 inch slump or less) during extraction of the auger. 49 «. 1 The minimum unbonded length of the tendon shall be the greater of 15 feet or that indicated 2 in the Plans. 3 • 4 Corrosion protection of the unbonded length shall be provided by a sheath completely filled 5 with corrosion inhibiting grease or grout. If grease is used under the sheath, provisions shall 6 be made to prevent the grease from escaping at the ends of the sheath. The grease shall w 7 completely coat the tendon and fill the voids between the tendon and the sheath. The 8 working drawings shall show how the Contractor will provide a transition between the tendon 9 bond length and the unbonded tendon length corrosion protection. 10 11 If the sheath is not fabricated from a smooth tube, a separate bondbreaker shall be 12 provided. The bondbreaker shall prevent the tendon from bonding to the anchor grout 13 surrounding the tendon unbonded length. 14 15 The total anchor length shall not be less than that indicated in the Plans or the approved 16 working drawings. 17 18 Anchorage devices shall be capable of developing 95 percent of the minimum guaranteed 19 ultimate tensile strength of the prestressing steel tendon. The anchorage devices shall ` 20 conform to the static strength requirements of Section 3.1 of the Post Tensioning Institute 21 "Specification for Unbonded Single Strand Tendons, First Edition - 1993". 22 23 Non-restressable anchorage devices may be used except where indicated in the Plans. 24 25 Restressable anchorages shall be provided on those ground anchors that require reloading. 26 The post-tensioning supplier shall provide a restressable anchorage compatible with the 27 post-tensioning system provided. 28 29 The bearing plates shall be sized so the bending stresses in the plate do not exceed the 30 yield strength of the steel when a load equal to 95 percent of the minimum guaranteed 31 ultimate tensile strength of the tendon is applied, and the average bearing stress on the OW 32 concrete does not exceed that recommended in Section 3.1.3 of the Post Tensioning 33 Institute, "Specification For Unbonded Single Strand Tendons, First Edition - 1993". 34 +w 35 The trumpet shall have an inside diameter equal to or larger than the hole in the bearing 36 plate. The trumpet shall be long enough to accommodate movements of the structure 37 during testing and stressing. For strand tendons with encapsulation over the unbonded O. 38 length, the trumpet shall be long enough to enable the tendon to make a transition from the 39 diameter or the tendon in the unbonded length to the diameter of the tendon at the 40 anchorhead without damaging the encapsulation. Trumpets filled with corrosion-inhibiting V. 41 grease shall have a permanent rubber seal, as approved by the Engineer, provided between 42 the trumpet and the tendon unbonded length corrosion protection. Trumpets filled with grout 43 shall have a temporary seal provided between the trumpet and the tendon unbonded length 44 corrosion protection or the trumpet shall overlap the tendon unbonded length corrosion 45 protection. 46 47 6-17.3(6) Tendon Storage And Handling 48 Tendons shall be handled and stored in such a manner as to avoid damage or corrosion. 49 Damage to the prestressing steel as a result of abrasions, cut, nicks, welds and weld 50 splatter will be cause for rejection by the Engineer. The prestressing steel shall be ww 1 protected if welding is to be performed in the vicinity. Grounding of welding leads to the 2 prestressing steel is forbidden. Prestressing steel shall be protected from dirt, rust, and 3 deleterious substances. A light coating of rust on the steel is acceptable. If heavy corrosion 4 or pitting is noted, the Engineer will reject the affected tendons. 5 6 The Contractor shall use care in handling and storing the tendons at the site. Prior to 7 inserting a tendon in the drill hole, the Contractor and the Engineer will examine the tendon 8 for damage to the encapsulation and the sheathing. If, in the opinion of the Engineer, the 9 encapsulation is damaged, the Contractor shall repair the encapsulation in accordance with 10 the tendon supplier's recommendations and as approved by the Engineer. If, in the opinion 11 of the Engineer, the smooth sheathing has been damaged, the Contractor shall repair it with 12 ultra high molecular weight polyethylene (PE) tape. The tape shall be spiral wound around 13 the tendon so as to completely seal the damaged area. The pitch of the spiral shall ensure 14 a double thickness at all points. 15 16 6-17.3(7) Installing Permanent Ground Anchors 17 The Contractor shall select the drilling method, the grouting procedure, and the grouting 18 pressure used for the installation of the ground anchor. 19 20 When caving conditions are encountered, no further drilling will be allowed until the 21 Contractor selects a method to prevent ground movement. The Contractor may use a 22 temporary casing. The Contractor's method to prevent ground movement shall be approved 23 by the Engineer. The casings for the anchor holes, if used, shall be removed. The drill hole ' 24 shall be located so the longitudinal axis of the drill hole and the longitudinal axis of the 25 tendon are parallel. The ground anchor shall not be drilled in a location that requires the 26 tendon to be bent in order to enable the bearing plate to be connected to the supported 27 structure. At the point of entry the ground anchor shall be installed within plus or minus 28 three degrees of the inclination from horizontal shown in the Plans or the approved working 29 drawings. The ground anchors shall not extend beyond the right of way limits. 30 31 The tendon shall be inserted into the drill hole to the desired depth. When the tendon 32 cannot be completely inserted without difficulty, the Contractor shall remove the tendon from err 33 the drill hole and clean or redrill the hole to permit insertion. Partially inserted tendons shall 34 not be driven or forced into the hole. 35 36 The Contractor shall use a grout conforming to Section 6-17.2 as supplemented in the 37 Special Provisions. 38 39 The grout equipment shall produce a grout free of lumps and undispersed cement. A 40 positive displacement grout pump shall be used. The pump shall be equipped with a 41 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge 42 shall be capable of measuring pressures of at least 150 psi or twice the actual grout 43 pressures used by the Contractor, whichever is greater. The grouting equipment shall be 44 sized to enable the grout to be pumped in one continuous operation. The mixer shall be 45 capable of continuously agitating the grout. 46 47 The grout shall be injected from the lowest point of the drill hole. The grout may be pumped 48 through grout tubes, casing, or drill rods. The grout can be placed before or after insertion 49 of the tendon. The quantity of the grout and the grout pressures shall be recorded. The 1 grout pressures and grout takes shall be controlled to prevent excessive heave in soils or 2 fracturing of rock formations. 3 4 After grouting, the tendon shall not be loaded for a minimum of 3 days. 5 6 No grout shall be placed above the top of the bond length during the time the bond length • 7 grout is placed. The grout at the top of the drill hole shall not contact the back of the 8 structure or the bottom of the trumpet. Except as otherwise noted, only nonstructural filler 9 shall be placed above the bond length grout prior to testing and acceptance of the anchor. 10 The Contractor may place structural grout above the bond length grout prior to testing and 11 acceptance of the anchor subject to the following conditions: 12 13 1. The anchor unbonded length shall be increased by eight feet minimum. 14 15 2. The grout in the unbonded zone shall not be placed by pressure grouting methods. 16 17 The corrosion protection surrounding the unbonded length of the tendon shall extend up 18 beyond the bottom seal of the trumpet or one foot into the trumpet if no trumpet seal is 19 provided. If the protection does not extend beyond the seal or sufficiently far enough into 20 the trumpet, the Contractor shall extend the corrosion protection or lengthen the trumpet. 21 22 The corrosion protection surrounding the no load zone length of the tendon shown in the 23 Plans shall not contact the bearing plate or the anchorhead during testing and stressing. If 24 the protection is too long, the Contractor shall trim the corrosion protection to prevent 25 contact. 26 27 The bearing plate and anchorhead shall be placed so the axis of the tendon and the drill 28 hole are both perpendicular to the bearing plate within plus or minus three degrees and the 29 axis of the tendon passes through the center of the bearing plate. 30 31 The trumpet shall be completely filled with corrosion inhibiting grease or grout. Trumpet 32 grease can be placed anytime during construction. Trumpet grout shall be placed after the 33 ground anchor has been tested. The Contractor shall demonstrate to the Engineer that the 34 procedure selected by the Contractor for placement of either grease or grout produces a 35 completely filled trumpet. 36 37 All anchorages permanently exposed to the atmosphere shall be covered with a corrosion �r 38 inhibiting grease-filled or grout-filled cover. The Contractor shall demonstrate to the 39 Engineer that the procedures selected by the Contractor for placement of either grease or 40 grout produces a completely filled cover. If the Plans require restressable anchorages, 41 corrosion inhibiting grease shall be used to fill the anchorage cover and trumpet. 42 43 6-17.3(8) Testing And Stressing 44 Each ground anchor shall be tested. The test load shall be simultaneously applied to the 45 entire tendon. Stressing of single elements of multi-element tendons will not be permitted. 46 Test data will be recorded by the Engineer. 47 48 The testing equipment shall consist of a dial gauge or vernier scale capable of measuring to 49 0.001 inches shall be used to measure the ground anchor movement. The movement- . 50 measuring device shall have a minimum travel equal to the theoretical elastic elongation of 1 the total anchor length plus 1 inch. The dial gauge or vernier scale shall be aligned so that to 2 its axis is within 5 degrees from the axis of the tieback. A hydraulic jack and pump shall be 3 used to apply the test load. The jack and pressure gauge shall be calibrated by an 4 independent testing laboratory as a unit. Each load cell, test jack and pressure gauge, and do 5 master pressure gauge, shall be calibrated as specified in Section 6-17.3(3). Additionally, 6 the Contractor shall not use load cells, test jacks and pressure gauges, and master pressure 7 gauges, greater than 60 calendar days past their most recent calibration date, until such 8 items are re-calibrated by an independent testing laboratory. 9 10 The pressure gauge shall be graduated in 100-psi increments or less. The pressure gauge 11 will be used to measure the applied load. The pressure gauge shall be selected to place the 12 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of 13 the jack shall not be less than the theoretical elastic elongation of the total anchor length at 14 the maximum test load plus one inch. The jack shall be independently supported and 15 centered over the tendon so that the tendon does not carry the weight of the jack. The 16 Contractor shall have a second calibrated jack pressure gauge at the site. Calibration data 17 shall provide a specific reference to the jack and the pressure gauge. 18 19 The loads on the tiebacks during the performance and verification tests shall be monitored 20 to verify consistency of load as defined in Section 6-17.3(1). Test loads less than 20,000 ' 21 pounds shall be monitored by the jack pressure gauge. Test loads equal to or greater than 22 20,000 pounds shall be monitored with an electric or hydraulic load cell. The Contractor 23 shall provide the load cell and a readout device. The load cell shall be selected to place the 24 maximum test load within the middle two-thirds of the range of the load cell. The stressing 25 equipment shall be placed over the ground anchor tendon in such a manner that the jack, 26 bearing plates, load cell and stressing anchorage are in alignment. ' 27 28 6-17.3(8)A Verification Testing 29 Verification tests shall be performed to verify the design of the anchor system. These 30 ground anchor test results shall verify the Contractor's design and be approved by the 31 Engineer prior to ordering anchor material for the tieback retaining walls. The tests shall be 32 performed on sacrificial test anchors. A minimum of two successful verification tests shall + 33 be conducted. The locations shall be close to the anchor location of the production anchors. 34 The test locations shall be selected by the Contractor and approved by the Engineer. 35 36 The drilling method, anchor diameter, and depth of anchorage for the test anchor shall be 37 identical as for the production anchors. The no-load zone shall be backfilled prior to 38 withdrawing the casing. + 39 40 The anchor tested shall be loaded to 200 percent of the design load (DL). The prestressing 41 tendon shall be proportioned such that the maximum stress does not exceed 80 percent of 42 the ultimate strength of the steel. The jack shall be positioned at the beginning of the test 43 such that unloading and repositioning of the jack during the test will not be required. 44 + 45 The verification tests shall be made by incrementally loading the anchors in accordance with 46 the following schedule. 47 48 AL - Anchor Alignment Load 49 DL -Anchor Design Load 50 rrr Load Hold Time 2 3 AL 1 Min. 4 0.25DL 10 Min. 5 0.50DL 10 Min. 6 0.75DL 10 Min. �• 7 1.00DL 10 Min. 8 1.25DL 10 Min. 9 1.50DL 60 Min. «�. 10 1.75DL 10 Min. 11 2.00DL 10 Min. 12 AL 1 Min. ,■. 13 14 The test load shall be applied in increments of 25 percent of the design load. Each load 15 increment shall be held for at least 10 minutes. Measurement of anchor movement shall be 16 obtained at each load increment. The load-hold period shall start as soon as the test load is 17 applied and the anchor movement, with respect to a fixed reference, shall be measured and 18 recorded at 1 minute, 2, 3, 4, 5, 6, 10, 15, 20, 25, 30, 45, and 60 minutes. 19 20 The verification test will be considered successful if the anchor meets the criteria for a 21 performance tested ground anchor in Section 6-17.3(9), and in addition, a pull-out failure 22 does not occur at the 2.ODL maximum load. 23 24 The Engineer will give the Contractor a written order concerning ground anchor construction 25 within seven working days after completion of the verification tests. This written order will 26 either confirm the bond lengths as shown in the Contractor's plans for ground anchors or 27 reject the anchors based upon the result of the verification tests. 28 29 6-17.3(8)6 Performance Testing 30 Performance tests shall be done in accordance with the following procedures. Five percent 31 of the ground anchors or a minimum of three ground anchors, whichever is greater, shall be 32 performance tested. The Engineer shall select the ground anchors to be performance 33 tested. The first production anchor shall be performance tested. 34 #AM 35 The performance test shall be made by incrementally loading and unloading the ground 36 anchor in accordance with the following schedule. The load shall be raised from one 37 increment to another immediately after a deflection reading. "" 38 39 Performance Test Schedule 40 s' 41 Load Load 42 43 AL AL lo. 44 0.25DL 0.25DL 45 AL 0.50DL 46 0.25DL 0.75DL 47 0.50DL 1.001DL 48 AL 1.25DL 49 0.25DL AL No 50 0.50DL 0.25DL low OW 1 0.751DL 0.50DL 2 AL 0.751DL 3 0.251DL 1.00DL 4 0.50DL 1.251DL 5 0.75DL 1.50DL 6 1.00DL AL 7 Jack to lock-off load 1 8 9 Where: AL - is the alignment load DL - is the anchor design load. 10 11 The maximum test load in a performance test shall be held for ten minutes. The load-hold 12 period shall start as soon as the maximum test load is applied and the anchor movement, 13 with respect to a fixed reference, shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, *r 14 and 10 minutes. If the anchor movement between one minute and ten minutes exceeds 15 0.04 inches, the maximum test load shall be held for an additional 50 minutes. If the load 16 hold is extended, the anchor movement shall be recorded at 15 minutes, 20, 25, 30, 45, and 17 60 minutes. If an anchor fails in creep, retesting will not be allowed. All anchors not 18 performance tested shall be proof tested. 19 20 6-17.3(8)C Proof Testing 21 Proof tests shall be performed by incrementally loading the ground anchor in accordance 22 with the following schedule. The load shall be raised from one increment to another 23 immediately after a deflection reading. The anchor movement shall be measured and 24 recorded to the nearest 0.001 inches with respect to an independent fixed reference point at 25 the alignment load and at each increment of load. The load shall be monitored with a 26 pressure gauge. At load increments other than the maximum test load, the load shall be 27 held just long enough to obtain the movement reading. 28 29 Proof Test Schedule 30 31 Load Load 32 33 AL 1.00DL 34 0.251DL 1.25DL 35 0.50DL 1.50DL 36 0.75DL Jack to lock-off load 37 38 Where: AL - is the alignment load + + 39 DL- is the anchor design load 40 41 The maximum test load in a proof test shall be held for ten minutes. The load-hold period as 42 shall start as soon as the maximum test load is applied and the anchor movement with 43 respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, and 44 10 minutes. If the anchor movement between one minute and ten minutes exceeds 0.04 45 inches, the maximum test load shall be held of an additional 50 minutes. If the load hold is 46 extended, the anchor movements shall be recorded at 15 minutes, 20, 25, 30, 45, and 60 47 minutes. If an anchor fails in creep, retesting will not be allowed. 48 wrr err '"" 1 6-17.3(9) Permanent Ground Anchor Acceptance Criteria 2 A performance or proof tested ground anchor with a ten minute load hold is acceptable if 3 the: " 4 5 1. Ground anchor carries the maximum test load with less than 0.04 inches of 6 movement between one minute and ten minutes; and �r 7 8 2. Total movement at the maximum test load exceeds 80 percent of the theoretical 9 elastic elongation of the tendon unbonded length. �• 10 11 A verification, performance or proof tested ground anchor with a 60-minute load hold is 12 acceptable if the: 13 14 1. Ground anchor carries the maximum test load with a creep rate that does not 15 exceed 0.08 inches/log cycle of time and is a linear or decreasing creep rate. 16 17 2. Total movement at the maximum test load exceeds 80 percent of the theoretical 18 elastic elongation of the tendon unbonded length. 19 20 If the total movement of the ground anchors at the maximum test load does not exceed 80 21 percent of the theoretical elastic elongation of the tendon unbonded length, the Contractor O, 22 shall replace the ground anchor at no additional cost to the Contracting Agency. Retesting 23 of a ground anchor will not be allowed. 24 qW 25 Ground anchors which have a creep rate greater than 0.08 inches/log cycle of time can be 26 incorporated in the finished work at a load equal to one-half its failure load. The failure load 27 is the load carried by the anchor after the load has been allowed to stabilize for ten minutes. 28 g` 29 When a ground anchor fails, the Contractor shall modify the design, the construction 30 procedures, or both. These modifications may include, but are not limited to, installing 31 replacement ground anchors, modifying the installation methods, increasing the bond length "� 32 or changing the ground anchor type. Any modification which requires changes to the 33 structure shall have prior approval of the Engineer. Any modifications of design or 34 construction procedures shall be at the Contractor's expense. 35 36 Upon completion of the test, the load shall be adjusted to the lock-off load indicated in the 37 Plans and transferred to the anchorage device. The ground anchor may be completely 38 unloaded prior to lock-off. After transferring the load and prior to removing the jack a lift-off 39 reading shall be made. The lift-off reading shall be within ten percent of the specified lock- 40 off load. �. 41 42 If the load is not within ten percent of the specified lock-off load, the anchorage shall be 43 reset and another lift-off reading shall be made. This process shall be repeated until the 44 desired lock-off load is obtained. 45 46 6-17.4 Measurement .. 47 Permanent ground anchors will be measured per each for each permanent ground anchor 48 installed and accepted. 49 arm .. aw 1 Permanent ground anchor performance tests will be measured per each for each anchor 2 performance tested. 3 4 The permanent ground anchor verification testing program will not be measured but will be 5 paid for on a lump sum basis. 6 7 6-17.5 Payment #10 8 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 9 when they are included in the proposal: 10 11 "Permanent Ground Anchor', per each. 12 All costs in connection with furnishing and installing permanent ground anchors shall be 13 included in the unit contract price per each for "Permanent Ground Anchor', including 14 proof testing of the installed anchor as specified. 15 16 "Permanent Ground Anchor Performance Test", per each. 17 "Permanent Ground Anchor Verification Test", lump sum. 18 19 SECTION 6-18, SHOTCRETE FACING 20 April 5, 2004 21 6-18.1 Description 22 This work consists of constructing shotcrete facing as shown in the Plans. Shotcrete 23 constructed as concrete slope protection shall be constructed in accordance with Section 8- 24 16. 25 26 6-18.2 Materials 27 Materials shall meet the requirements of the following sections: 28 29 Cement 9-01 30 Aggregates for Portland Cement Concrete 9-03.1 31 Premolded Joint Filler 9-04.1(2) 32 Steel Reinforcing Bar 9-07.2 33 Epoxy-Coated Steel Reinforcing Bar 9-07.3 34 Concrete Curing Materials and Admixtures 9-23 35 Fly Ash 9-23.9 36 Water 9-25 37 38 Other materials required, including materials for shotcrete, shall be as specified in the 39 Special Provisions. 40 41 6-18.3 Construction Requirements 42 43 6-18.3(1) Submittals 44 The Contractor shall submit the following information to the Engineer at least 14 calendar 45 days prior to beginning construction of the shotcrete facing: 46 47 1. The shotcrete mix design with compressive strength test results. 48 2. Method and equipment used to finish and cure the shotcrete facing. 49 3. Documentation of the experience of the nozzle operators in applying shotcrete. VW 1 2 The Contractor shall not begin construction of the shotcrete facing until receiving the 3 Engineer's approval of the above submittals. .. 4 5 6-18.3(2) Mix Design 6 Shotcrete shall be proportioned to produce a 4,000 psi compressive strength at 28 days. 7 The Contractor shall submit the shotcrete mix design, proposed method of placement, and 8 evidence that the proposed design and placement method will produce the desired 9 compressive strength at 28 days, to the Engineer at least 14 calendar days prior to the 10 anticipated beginning of shotcrete placement. Shotcrete placement will not be allowed until 11 the Engineer has approved the mix design and method of placement. 12 .. 13 Admixture shall be used only after receiving permission from the Engineer. If admixtures 14 are used to entrain air, to reduce water-cement ratio, to retard or accelerate setting time, or 15 to accelerate the development of strength, the admixtures shall be used at the rate specified 16 by the manufacturer and approved by the Engineer. 17 18 6-18.3(3) Testing 19 The Contractor shall make shotcrete test panels for evaluation of shotcrete quality, strength, 20 and aesthetics. Both preproduction and production test panels, shall be prepared. All cores 21 obtained for the purpose of shotcrete strength testing shall have the following minimum 22 dimensions: 23 24 a. The core diameter shall be at least 3 times the maximum aggregate size, but not 25 less than 2 inches. 26 27 b. The core height shall be a minimum of 1.5 times the core diameter. 28 .. 29 The Contractor shall remove at least three cores from each 36-inch by 36-inch shotcrete 30 test panel in accordance with AASHTO T 24. Cores removed from the panel shall be 31 immediately wrapped in wet burlap and sealed in a plastic bag. Cores shall be clearly 32 marked to identify from where they were taken and whether they are for pre-production or 33 production testing. If for production testing, the section of the wall represented by the cores 34 shall be clearly marked on the cores. Cores shall be delivered to the Engineer within 2 35 hours of coring. The remainder of the panels shall remain the property of the Contractor. 36 37 6-18.3(3)A Pre-production Testing 38 At least one 36-inch by 36-inch panel for each mix design shall be prepared for evaluation 39 and testing of the shotcrete quality and strength. One 48-inch by 48-inch qualification panel 40 shall be prepared for evaluation and approval of the proposed method for shotcrete " 41 installation, finishing, and curing. Both the 36-inch and the 48-inch panels shall be 42 constructed using the same methods and initial curing proposed to construct the shotcrete 43 facing, except that the 36-inch panel shall not include wire reinforcement. The 36-inch panel 44 shall be constructed to the minimum thickness necessary to obtain the required core 45 samples. The 48-inch panel shall be constructed to the same thickness as proposed for the 46 production facing. Production shotcrete work shall not begin until satisfactory test results 47 are obtained and the panels are approved by the Engineer. 48 1 6-18.3(3)B Production Testing 2 The Contractor shall make at least one 36-inch by 36-inch panel for each section of facing 3 shot, or as many as directed by the Engineer. A section is defined as one day's placement. 4 The production panels shall be constructed using the same methods and initial curing used 5 to construct the shotcrete wall, but without wire reinforcement. The panels shall be 6 constructed to the minimum thickness necessary to obtain the required core samples. If the 7 production shotcrete is found to be unsuitable based on the results of the test panels, the M 8 section(s) of the wall represented by the test panel(s) shall be repaired or replaced to the 9 satisfaction of the Engineer at no cost to the Contracting Agency. 10 ► 11 6-18.3(4) Qualifications of Contractor's Personnel 12 All nozzle operators shall have had at least one year of experience in the application of 13 shotcrete. Each nozzle operator will be qualified, by the Engineer, to place shotcrete, after 14 successfully completing one test panel for each shooting position and surface type which will 15 be encountered. 16 17 Qualification will be based on a visual inspection of the shotcrete density, void structure, and 18 finished appearance along with a minimum 7-day compressive strength of 2,500 psi 19 determined from the average test results from two cores taken from each test panel. 20 21 The Contractor shall notify the Engineer not less than 2 days prior to the shooting of a 22 qualification panel. The mix design for the shotcrete shall be the same as that slated for the 23 wall being shot. 24 25 Shotcrete shall be placed only by personnel qualified by the Engineer. 26 27 If shotcrete finish Alternative B or C is specified, evidence shall be provided that all 28 shotcrete crew members have completed at least three projects in the last five years where 29 such finishing, or sculpturing and texturing of shotcrete was performed. 30 31 6-18.3(5) Placing Wire Reinforcement 32 Reinforcement of the shotcrete shall be placed as shown in the Plans. The wire 33 reinforcement shall be securely fastened to the steel reinforcing bars so that it will be 1 to 34 1.5 inches from the face of the shotcrete at all locations, unless otherwise shown in the 35 Plans. Wire reinforcement shall be lapped 1.5 squares in all directions, unless otherwise so 36 shown in the Plans. 37 38 6-18.3(6) Alignment Control 39 The Contractor shall install non-corroding alignment wires and thickness control pins to 40 establish thickness and plane surface. The Contractor shall install alignment wires at 41 corners and offsets not established by formwork. The Contractor shall ensure that the 42 alignment wires are tight, true to line, and placed to allow further tightening. The Contractor 43 shall remove the alignment wires after facing construction is complete. 44 r' 45 6-18.3(7) Shotcrete Application 46 A clean, dry supply of compressed air sufficient for maintaining adequate nozzle velocity for 47 all parts for the work and for simultaneous operation of a blow pipe for cleaning away 0 48 rebound shall be maintained at all times. Thickness, method of support, air pressure, and 49 rate of placement of shotcrete shall be controlled to prevent sagging or sloughing of freshly- 50 applied shotcrete. sir ar 1 2 The shotcrete shall be applied from the lower part of the area upwards. Surfaces to be shot 3 shall be damp, but free of standing water. 4 5 The nozzles shall be held at an angle approximately perpendicular to the working face and 6 at a distance that will keep rebound at a minimum and compaction will be maximized. Iwo 7 Shotcrete shall emerge from the nozzle in a steady uninterrupted flow. If, for any reason, 8 the flow becomes intermittent, the nozzle shall be diverted from the work until a steady flow 9 resumes. 10 11 Surface defects shall be repaired as soon as possible after initial placement of the shotcrete. 12 All shotcrete which lacks uniformity; which exhibits segregation, honeycombing, or 13 lamination; or which contains any dry patches, slugs, voids, or sand pockets, shall be 14 removed and replaced with fresh shotcrete by the Contractor, to the satisfaction of the 15 Engineer at no cost to the Contracting Agency. 16 17 Construction joints in the shotcrete shall be uniformly tapered over a minimum distance of 18 twice the thickness of the shotcrete layer. The surface of the joints shall be cleaned and 19 thoroughly wetted before adjacent shotcreting is performed. Shotcrete shall be placed in a 20 manner which provides a finish with uniform texture and color across the construction joint. 21 22 The shotcrete shall be cured by applying a clear curing compound in accordance with 23 Section 9-23.2. The curing compound shall be applied immediately after final gunning. The 24 air in contact with shotcrete surfaces shall be maintained at temperatures above 50F for a 25 minimum of 7 days. Curing compounds shall not be used on any surfaces against which 26 additional shotcrete or other cementitious finishing materials are to be bonded unless 27 positive measures such as sandblasting, are taken to completely remove the curing 28 compounds prior to the application of such additional materials. 29 30 If field inspection or testing, by the Engineer, indicates that any shotcrete produced, fails to 31 meet the requirements, the Contractor shall immediately modify procedures, equipment, or 32 system, as necessary, and as approved by the Engineer to produce specification material. 33 All substandard shotcrete already placed shall be repaired by the Contractor, to the 34 satisfaction of the Engineer, at no additional cost to the Contracting Agency. Such repairs 35 may include removal and replacement of all affected materials. 36 37 6-18.3(8) Shotcrete Finishing Ow 38 When the shotcrete facing is an interim coating to be covered by a subsequent shotcrete 39 coating or a cast-in-place concrete fascia later under the same contract, the Contractor shall 40 strike off the surface of the shotcrete facing with a roughened surface as specified in Aw 41 Section 6-02.3(12). The grooves of the roughened surface shall be either vertical or 42 horizontal. 43 VO 44 When the shocrete facing provides the finished exposed final surface, the shotcrete face 45 shall be finished using the alternative aesthetic treatment shown in the Plans. The 46 alternatives are as follows: 40 47 48 Alternative A 49 After the surface has taken its initial set (crumbling slightly when cut), the surface shall "0 50 be broom finished to secure a uniform surface texture. 1 � 2 Alternative B 3 Shotcrete shall be applied in a thickness a fraction beyond the alignment wires and 4 forms. The shotcrete shall stiffen to the point where the surface does not pull or crack to 5 when screeded with a rod or trowel. Excess material shall be trimmed, sliced, or 6 scraped to true lines and grade. Alignment wires shall be removed and the surface 7 shall receive a steel trowel finish, leaving a smooth uniform texture and color. Once the 8 shotcrete has cured, pigmented sealer shall be applied to the shotcrete face. The 9 shotcrete surface shall be completed to within a tolerance of '/z inch of true line and 10 grade. 11 12 Alternative C 13 Shotcrete shall be hand-sculptured, colored, and textured to simulate the relief, jointing, 14 and texture of the natural backdrop surrounding the facing. The ends and base of the 15 facing shall transition in appearance as appropriate to more nearly match the color and 16 texture of the adjoining roadway fill slopes. This may be achieved by broadcasting fine 17 and coarse aggregates, rocks, and other native materials into the final surface of the 18 shotcrete while it is still wet, allowing sufficient embedment into the shotcrete to become 19 a permanent part of the surface. rrr 20 21 6-18.4 Measurement 22 Shotcrete facing will be measured by the square foot surface area of the completed facing 23 measured to the neat lines of the facing as shown in the Plans. 24 25 6-18.5 Payment 26 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 27 when they are included in the proposal: 28 29 "Shotcrete Facing", per square foot. 30 31 All costs in connection with constructing shotcrete facing as specified shall be included in 32 the unit contract price per square foot for "Shotcrete Facing" including all steel reinforcing 33 bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, pvc pipe for weep 34 holes, exterior surface finish, and pigmented sealer (when specified). 35 36 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 37 August 2, 2004 38 7-05.5 Payment 39 The sentence following "Catch Basin Type 2 In. Diam.", per each" is deleted. 40 41 The following is inserted after "Concrete Inlet", per each": 42 43 All costs associated with furnishing and installing gravel backfill for bedding manholes, ► 44 inlets and catch basins shall be included in the unit contract price for the item installed. 45 46 The following is inserted after"Precast Concrete Drywell", per each. 47 48 "Combination Inlet", per each. 1r +wrt MW 1 All costs associated with furnishing and installing gravel backfill for bedding manholes, 2 inlets, and catch basins shall be in the unit contract price for the item installed. 3 aw 4 SECTION 7-12, VALVES FOR WATER MAINS 5 April 5, 2004 6 7-12.3 Construction Requirements 7 In the third paragraph the reference to Section 7-10 is revised to Section 7-09. 8 9 In the fourth paragraph the reference to Section 7-11 is revised to Section 7-09. 10 11 SECTION 7-14, HYDRANTS +r 12 April 5, 2004 13 7-14.3(1) Setting Hydrants 14 In the third paragraph the reference to Section 7-11 is revised to Section 7-09. 15 16 7-14.3(6) Hydrant Extensions 17 The reference to Section 7-11 is revised to Section 7-09. 18 19 SECTION 7-15, SERVICE CONNECTIONS • 20 April 5, 2004 21 7-15.3 Construction Requirements w 22 In the second paragraph the reference to Section 7-10 is revised to Section 7-09. 23 24 SECTION 7-17, SANITARY SEWERS 25 April 5, 2004 26 7-17.3(2)B Exfiltration Test r. 27 In the third paragraph, "Maximum leakage (in gallons per hour)" = 0.28 x �H x D x L 28 �6 100 . 29 7-17.3(2)C Infiltration Test Aw 30 In the second paragraph, "Maximum leakage (in gallons per hour)" = 0.16 x 4H x D x L 31 42 100 . 32 "" 33 7-17.3(2)E Low Pressure Air Test for Sanitary Sewers Constructed of Air- 34 Permeable Materials 35 In the seventh paragraph, the statement "If CT —1, then time = KT" is revised to "If CT < 11 1W 36 then time = Kr." 37 38 In the seventh paragraph, the statement "If CT . 1.75, then time = K�1.75" is revised to "If CT up 39 > 1.75, then time = K,11.75." 40 41 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 42 August 2, 2004 43 8-01.3(1)B Erosion and Sediment Control (ESC) Lead "" 44 This section is revised to read: 2 The Contractor shall identify the ESC Lead at the preconstruction discussions. The 3 ESC Lead shall have, for the life of the contract, a current Certificate of Training in 4 Construction Site Erosion and Sediment Control from a course approved by WSDOT's 5 Statewide Erosion Control Coordinator. 6 7 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 0 8 plan. Implementation shall include, but is not limited to: 9 10 1. Installing and maintaining all temporary erosion and sediment control Best 11 Management Practices (BMPs) included in the TESC plan to assure continued 12 performance of their intended function. Damaged or inadequate TESC BMPs 13 shall be corrected immediately. 14 15 2. Inspecting all on-site erosion and sediment control BMPs at least once every 16 five working days and each working day there is a runoff event. Inspections 17 shall occur within 24 hours of the runoff event. A TESC Inspection Report 18 shall be prepared for each inspection and shall be included in the TESC file. A 19 copy of each TESC Inspection Report shall be submitted to the Engineer no 20 later than the end of the next working day following the inspection. The report 21 shall include, but not be limited to: 22 23 a. When, where and how BMPs were installed, maintained, modified, 24 and removed; 25 b. Observations of BMP effectiveness and proper placement; 26 c. Recommendations for improving future BMP performance with w► 27 upgraded or replacement BMPs when inspections reveal TESC plan 28 inadequacies. 29 30 3. Updating and maintaining a TESC file on site that includes, but is not limited 31 to: 32 33 a. TESC Inspection Reports. 34 b. Temporary Erosion and Sediment Control (TESC) plan narrative. 35 c. National Pollutant Discharge Elimination System construction permit 36 (Notice of Intent). 37 d. Other applicable permits. 38 39 Upon request, the file shall be provided to the Engineer for review. 40 41 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS go 42 December 6, 2004 43 8-04.3(1)A Extruded Cement Concrete Curb 44 The second and third paragraphs are revised to read: 45 46 The pavement shall be dry and cleaned of loose and deleterious material prior to curb 47 placement. Cement concrete curbs shall be anchored to the existing pavement by 48 placing steel tie bars 1 foot on each side of every joint. 49 1 Tie bars shall meet the dimensions shown in the Standard Plans. 2 3 SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB 4 August 2, 2004 5 8-07.1 Description `W 6 This section is revised to read: 7 8 This work shall consist of furnishing and installing precast traffic curb, block traffic curb, 9 sloped mountable curb, or dual faced sloped mountable curb of the design and type 10 specified in the plans in accordance with these Specifications and in conformity to the 11 Standard Plans and the locations indicated in the plans or as directed by the Engineer. 12 13 8-07.3(1) Installing Curbs 14 This section is supplemented with the following: 15 16 For sloped mountable curb installed in curves, the units shall be either curved blocks 17 precast to the radii shown in the plans or tangent blocks sawn to the dimensions shown .. 18 in the Standard Plans to conform to the specified radii. 19 20 8-07.3(2) Painting of Curbs r• 21 The first sentence is revised to read: 22 23 Concrete curbing shall be painted with two full coats of paint conforming to Section 9- �. 24 34.2, as shown in the Plans or as designated by the Engineer. 25 26 8-07.4 Measurement 27 This section is supplemented with the following: 28 29 Sloped mountable curb will be measured by the linear foot along the front face of the 30 curb. Dual faced sloped mountable curb will be measured by the linear foot of tapered 31 block and nosing block installed. Measurement of both faces shall not be allowed. 32 33 8-07.5 Payment 34 This section is supplemented with the following: 35 36 "Precast Sloped Mountable Curb", per linear foot. 37 "Precast Dual Faced Sloped Mountable Curb", per linear foot. 38 39 SECTION 8-08, RUMBLE STRIPS 40 April 4, 2005 aw 41 8-08.1 Description 42 This section is revised to read: 43 VW 44 This work shall consist of constructing centerline and shoulder rumble strips by grinding 45 hot mix asphalt or cement concrete pavement. The work shall include cleanup and 46 disposal of cuttings and other resultant debris. The Standard Plans show the patterns 47 and construction details for the centerline rumble strip and the four types of shoulder "�" 48 rumble strips. 1 � 2 8-08.4 Measurement 3 The first sentence is revised to read: 4 5 Centerline and shoulder rumble strips will be measured to the nearest 0.01-mile along 6 the mainline roadway for centerline or each shoulder. 7 W 8 8-08.5 Payment 9 The second paragraph is revised to read: 10 11 Layout of the rumble strip pattern on the centerline or shoulders for grinding purposes is 12 the responsibility of the Contractor. All costs involved in this work shall be included in 13 the appropriate bid item. a 14 15 This section is supplemented with the following: 16 W 17 "Centerline Rumble Strip", per mile 18 19 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE 20 August 2, 2004 21 8-12.3(1)A Posts 22 The seventh paragraph is revised to read: 23 24 Pullposts shall be spaced at 1,000-foot maximum intervals for Type 1, 3, and 6 fence, 25 and at 500-foot maximum intervals for Type 4 fence. 26 27 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 28 April 4, 2005 29 8-14.3(3) Placing and Finishing Concrete 30 The fourth paragraph is revised to read: 31 32 Sidewalk ramps shall be of the type specified in the Plans. The detectable warning 33 pattern shall have the truncated dome shape shown in the Standard Plans and may be 34 installed using a manufactured material before or after the concrete has cured, or by 35 installing masonry or ceramic tiles. Embossing or stamping the wet concrete to achieve 36 the truncated dome pattern or using a mold into which a catalyst hardened material is 37 applied shall not be allowed. Acceptable manufacturers' products are shown on the 38 Qualified Products List. 39 40 When masonry or ceramic tiles are used to create the detectable warning pattern, the 41 Contractor shall block out the detectable warning pattern area to the depth required for 42 installation of the tiles and finish the construction of the concrete ramp. After the gin► 43 concrete has set and the forms have been removed, the Contractor shall install the tiles 44 using standard masonry practices. to 45 46 The two-foot wide detectable warning pattern area on the ramp shall be yellow and 47 shall match Federal Standard 595a, color number 33538. When painting the detectable 48 warning pattern is required, paint shall conform to section 9-34.2(1). rr at 1 2 8-14.3(5) Ramp Detectable Warning Retrofit 3 This section is supplemented with the following: .. 4 5 Where shown in the plans, the Contractor shall retrofit existing cement concrete 6 sidewalk ramps by installing a detectable warning pattern having the truncated dome .. 7 shape shown in the Standard Plans. The warning pattern shall be the width of the ramp 8 and cover the bottom two feet of the ramp. The truncated dome pattern shall be 9 perpendicular to the long axis of the ramp. ,,, 10 11 The Contractor shall use one of the detectable warning pattern products listed in the 12 Qualified Products List or submit another manufacturer's product for approval by the V„ 13 Engineer. The warning pattern shall be capable of being bonded to an existing cement 14 concrete surface. The surface of the warning pattern, excluding the domes, shall not 15 be more than 3/8 inch above the surface of the concrete after installation. 16 17 8-14.4 Measurement 18 This section is supplemented with the following: 19 20 Ramp detectable warning retrofit will be measured by the square foot of truncated 21 dome material installed on the existing ramp. 22 23 8-14.5 Payment 24 The following new bid item is inserted after "Cement Conc. Sidewalk Ramp Type _", per aw 25 each. 26 27 "Ramp Detectable Warning Retrofit", per square foot. 28 .. 29 SECTION 8-15, RIPRAP 30 April 5, 2004 "" 31 8-15.3(6) Quarry Spalls 32 The second sentence is revised to read: 33 ow 34 After placement, the quarry spalls shall be compacted to be uniformly dense and 35 unyielding. 36 37 8-15.5 Payment 38 In the second paragraph, the first sentence is revised to read: 39 40 The unit contract price per ton or per cubic yard for the class or kind of riprap specified 41 above shall be full pay for furnishing all labor, tools, equipment, and materials required 42 to construct the riprap protection, except for excavation. aw 43 44 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS 45 April 5, 2004 VW 46 This section is revised to read: 47 1 8-17.1 Description 2 This work shall consist of furnishing, constructing, repairing, and removing permanent 3 and temporary impact attenuator systems selected from the approved list shown in the 4 Plans. 5 6 8-17.2 Materials 7 Sand for inertial barrier systems shall not contain more than 5% water by weight. 8 Commercial grade urea shall be thoroughly mixed with the sand in an amount equal to 9 5 percent, by weight, of the sand. 10 11 Undamaged sand barrel impact attenuators that have been previously utilized may be 12 utilized in a temporary impact attenuator array only, if inspected and approved by the 13 Engineer prior to use. r�r 14 15 8-17.3 Construction Requirements 16 The assembly and installation of all attenuator systems, except those utilizing sand 17 barrels, shall be supervised at all times by either a manufacturer's representative or an 18 installer who has been trained and certified by the manufacturer of the system. If the 19 supervision is provided by a trained installer, a copy of the installer certification shall be 20 provided to the Engineer prior to installation. 21 22 Assembly and installation shall be in accordance with the manufacturer's 23 recommendations. This work shall include the connection to a concrete barrier, bridge 24 abutment or a transition section identified in the Plans, construction of a steel reinforced 25 concrete pad or concrete backup, and anchorage to the pavement, if required by the 26 manufacturer's assembly and installation procedures. 27 28 The Contractor shall have a complete set of replacement parts on the jobsite for each 29 type of temporary impact attenuator in use on the project and shall repair all damaged 30 impact attenuators immediately. 31 32 When the Engineer determines that a temporary impact attenuator is no longer needed, 33 then the Contractor shall remove that attenuator from the project. The removed 34 equipment shall remain the property of the Contractor. 35 36 8-17.4 Measurement 37 Temporary and permanent impact attenuators will be measured per each for each 38 installation. 39 40 Resetting impact attenuators will be measured per each for each installation that is 41 adjusted or reset to a new location on the project. The Contracting Agency will not 42 measure resetting impact attenuators when it is for the benefit of the Contractor's 43 operations. 44 45 8-17.5 Payment 46 Payment will be made in accordance with Section 1-04.1, for the following bid items 47 when they are included in the proposal: + ► 48 49 "Temporary Impact Attenuator", per each. .. 1 The unit contract price for `Temporary Impact Attenuator" shall be full pay for all 2 work associated with the installation, maintenance, and the final removal of the 3 temporary impact attenuator. w 4 5 "Permanent Impact Attenuator", per each. 6 The unit contract price for "Permanent Impact Attenuator" shall be full pay for all 7 work associated with furnishing, installing and all other costs involved with 8 installing the impact attenuator in accordance with the manufacturer's 9 recommendations. ,n„ 10 11 "Resetting Impact Attenuator", per each. 12 The unit contract price for "Resetting Impact Attenuator" shall be full pay for all 13 work associated with the removing, transporting, and resetting an impact 14 attenuator. 15 �. 16 If an impact attenuator is damaged, it will be repaired in accordance with Section 1- 17 07.13(4) under the bid item "Reimbursement For Third Parry Damage". No payment 18 will be made for repair of impact attenuators damaged by the Contractor's operations. 19 20 SECTION 8-18, MAILBOX SUPPORT 21 August 2, 2004 V. 22 8-18.2 Materials 23 This section is revised to read: 24 25 Materials shall meet the requirements of the following sections: 26 27 Steel Posts 9-32.1 *W 28 Bracket, Platform, and Anti-Twist Plate 9-32.2 29 Type 2 Mailbox Support 9-32.7 30 Timber Sign Posts 9-28.14(1) 4W 31 Fasteners 9-32.5 32 Snow Guard 9-32.6 33 Concrete Base 9-32.8 'o 34 Steel pipe 9-32.9 35 U-Channel Post 9-32.10 36 *' 37 Mailboxes will be furnished by others. 38 39 8-18.3 Construction Requirements aw 40 This section is supplemented with the following: 41 42 8-18.3(1) Type 3 Mailbox Support *' 43 The concrete base shall be constructed using commercial concrete, with the pipe set to 44 the dimensions shown in the Standard Plans. The base shall be crowned so as to 45 shed water. The concrete may be mixed on the jobsite as specified in Section 6- 46 02.3(4)B. 47 48 The U-channel post may be driven in place provided the method of driving does not 49 damage the post. 2 With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other 3 durable material, that meets the NCHRP 350 crash test criteria may be used in place of 4 the design shown in the Standard Plans. In which case, the manufacturer's 0 5 recommendations concerning installation shall be followed; however, the mailbox itself 6 shall be positioned on the roadway according to the dimensions shown in the Standard 7 Plans. 8 9 SECTION 8-19, REDIRECTIONAL LAND FORM 10 April 5, 2004 „ 11 This section is deleted, and the section title is revised to VACANT. 12 13 SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 14 April 5, 2004 15 8-20.3(5) Conduit 16 The third sentence in the seventeenth paragraph is revised to read: 17 18 Grout shall obtain a minimum of 4000 psi compressive strength at 7 days. ` 19 20 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 21 This section is supplemented with the following: 22 23 Where conduit and junction boxes are placed in barrier, the Prime Contractor shall 24 coordinate the work of the Contractor constructing the barrier and the electrical 25 Contractor so that each junction box placed in the barrier is placed in correct alignment 26 with respect to the barrier, with the face of the box flush or uniformly chamfered within 27 '/z inch of the barrier surface. If any point on the surface of the junction box placed in 28 barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor 29 shall install a box extension meeting the Engineer's approval and grout around the 30 extension or remove and replace the entire section of barrier. 31 32 8-20.3(9) Bonding, Grounding 33 The first paragraph is revised to read: 34 35 All metallic appurtenances containing electrical conductors (luminaires, light standards, 36 cabinets, metallic conduit, non-metallic conduit, etc.) shall be made mechanically and 37 electrically secure to form a continuous systems which shall be effectively grounded. 38 Where metallic conduit systems are employed, the conduit system constitutes the 39 equipment grounding conductor. Where nonmetallic conduit is installed, the installation wi► 40 shall include an equipment ground conductor, in addition to the conductors noted in the 41 contract. Bonding jumpers and equipment grounding conductors shall be installed in 42 accordance with Section 9-29.3. The equipment ground conductor between the err 43 isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper 44 conductor. Where parallel circuits are enclosed in a common conduit, the equipment 45 grounding conductor shall be sized by the rating of the largest overcurrent device to 46 serving any circuit contained within the conduit. 47 10 to 10 "- 1 8-20.3(11) Testing 2 The fourth paragraph is revised to read: 3 10 4 When the project includes a traffic signal system, the Contractor shall conduct tests 5 noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a minimum of 6 five days advance written notice of the proposed traffic signal turn-on date and time. 7 The traffic signal turn-on procedure shall not begin until all required channelization, 8 pavement markings, illumination, signs, and sign lights are substantially complete and 9 operational unless otherwise allowed by the Engineer. The Contractor shall provide 10 10 traffic control to stop all traffic from entering the intersection. The Contracting Agency 11 electronics technician will program the controller and enter the timing data, then turn 12 the traffic signal system to its flash mode to verify proper flash indications. The aw 13 Contracting Agency electronics technician will then conduct functional tests to 14 demonstrate that each part of the traffic signal system functions as specified. The 15 Contractor shall conduct functional tests to demonstrate that each part of the a„ 16 illumination system, or other electrical system, functions as specified. These 17 demonstration shall be conducted in the presence of a Contracting Agency electronic 18 technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or 19 or his/her designee. The Contracting Agency electronics technician will then turn the 20 traffic signal to stop-and-go operation for no less than one full cycle. Based on the 21 results of the turn-on, the Engineer will direct the Contracting Agency electronics 22 technician to either turn the traffic signal on to normal stop-and-go operation, to turn ar 23 the signal to flash mode for a period not to exceed five calendar days, or to turn the 24 signal off and require the Contractor to cover all signal displays and correct all 25 deficiencies. `w 26 27 SECTION 8-22, PAVEMENT MARKING ON 28 April 4, 2005 29 8-22.1 Description 30 Transverse Markings No 31 This section is revised to read: 32 33 Crosswalk Line am 34 A series of SOLID WHITE lines, 24 inches wide and 8 feet long, conforming to 35 details in the Standard Plans. 36 .' 37 Stop Line 38 A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract. 39 `" 40 Symbol Markings 41 This section is supplemented with the following: 42 43 Access Parking Space Symbol with Background 44 A WHITE marking with, a BLUE background and WHITE border conforming to 45 details in the Standard Plans that is used to a designate restricted parking stall on 46 cement concrete pavement surfaces. 47 trr 1 Yield Line Symbol 2 A series of WHITE markings conforming to details in the Standard Plans forming a 3 transverse line across a vehicle path and used to designate the point when 4 vehicles shall yield before entering a traffic lane. 5 6 Yield Ahead Symbol 7 A WHITE marking conforming to details in the Standard Plans that is used in 8 advance of a yield line. 9 10 Speed Bump Symbol 11 WHITE marking used to identify a speed bump placed in a traffic lane. 12 13 8-22.3(2) Preparation of Roadway Surfaces 14 This section is revised to read: 15 16 For the application of paint the pavement surface temperature and ambient temperature 17 shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free 18 of contaminants such as surface oils. Portland cement concrete pavement shall have a 19 minimum compressive strength of 2500 psi and shall be dry, clean and free of 20 contaminants. Contaminants shall be removed by approved mechanical means. 21 22 For the application of plastic pavement marking material surface temperature and 23 ambient temperature shall be 50° F and rising. New and existing HMA pavement shall 24 be dry, clean, and free of contaminants such as surface oils and existing pavement 25 marking materials. Portland cement concrete pavement shall also be free of 26 contaminants including curing agents. Contaminants shall be removed by approved ' 27 mechanical means. 28 29 Pavement surfaces shall be prepared for plastic marking application in accordance with 30 the previous paragraph and the pavement marking material manufacturer's 31 recommendations. Manufacturers of Type D material also require a pavement cure 32 period prior to application. Typically, Type D material applied on hot mix asphalt 33 pavement requires a pavement cure period of 21 days. Typically, Type D material 34 applied on portland cement concrete pavement requires a pavement cure period of 28 35 days. These cure periods may be reduced if the manufacturer performs a successful 36 bond test. 37 38 Existing pavement marking material shall be removed, measured, and paid for in 39 accordance with the provisions in this section of the Standard Specifications. 40 41 8-22.3(3) Marking Application 42 The first paragraph is revised to read: 43 44 Lane line and right edge line shall be white in color. Center line and left edge line shall 45 be yellow in color. All temporary pavement markings shall be retroreflective. Paint and 46 sprayed or extruded plastic material shall be applied with a top dressing of glass 47 breads. Two applications of paint will be required to complete all paint markings. The 48 time period between paint applications will vary depending on the type of pavement and 49 paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows: 50 1 Pavement Type Paint Type Time Period 2 Bituminous Surface Treatment Low VOC Waterborne 4 hours min., 48 3 hours max. 4 Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30 5 days max. 6 Cement Concrete Pavement Low VOC Waterborne 4 hours min., 30 7 days max. 8 Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48 9 hrs. max. �. 10 Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 11 days max. 12 Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30 13 days max. 14 15 The first sentence of the second paragraph is revised to read: 16 17 Where paint is applied on centerline on two-way roads with bituminous surface 18 treatment or centerline rumble strips, the second paint application shall be applied in r 19 the opposite direction as the first application. 20 21 The ninth and tenth paragraphs are revised to read: 22 23 Profiles are defined as that portion of the plastic line that is applied at a greater 24 thickness than the base line thickness. Profiles shall be applied using the extruded 25 method in the same application as the base line. See the Standard Plans for details. 26 27 Embossed plastic lines are defined as a plastic line applied with a transverse groove. 28 Embossed plastic lines may be applied with profiles. See the Standard Plans for 29 details. 30 31 The last paragraph is revised to read: 32 33 When two or more spray applications are required to meet thickness requirements for 34 Type A and Type D materials, top dressing with glass beads is only allowed on the last 35 application. Any loose beads, dirt or other debris shall be swept or blown off the line 36 prior to application of each successive application. Successive applications shall be 37 applied squarely on top of the preceding application. 38 39 8-22.4 Measurement 40 The sixth paragraph is revised to read: 41 42 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking 43 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and 44 pattern shown in the Standard Plans. These lines will be measured as painted or plastic 45 line or wide line by the linear foot of line installed. Crosswalk line will be measured by 46 the square foot of marking installed. •• 47 48 The seventh paragraph is revised to read: 49 w. 1 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 2 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 3 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be 4 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, 5 regardless of the number of arrow heads. 6 7 The ninth paragraph is revised to read: 8 9 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 10 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial 11 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed 12 bump symbol will be measured per each. Removal of crosswalk lines will be measured 13 by the square foot of lines removed. 14 15 8-22.5 Payment 16 The following items are deleted: 17 18 "Painted HOV Lane Symbol Type " 19 "Plastic HOV Lane Symbol Type " 20 21 This section is supplemented with the following: 22 23 "Painted Access Parking Space Symbol with Background", per each. 24 "Plastic Access Parking Space Symbol with Background", per each. 25 "Painted HOV Lane Symbol", per each. 26 "Plastic HOV Lane Symbol", per each. 27 "Painted Yield Line Symbol", per each. 28 "Plastic Yield Line Symbol", per each. 29 "Painted Yield Ahead Symbol", per each. 30 "Plastic Yield Ahead Symbol", per each. 31 "Painted Speed Bump Symbol", per each. 32 "Plastic Speed Bump Symbol", per each. so 33 34 SECTION 9-01, PORTLAND CEMENT 35 December 6, 2004 36 9-01.2(1) Portland Cement 37 This section is revised to read: 38 39 Portland cement shall conform to the requirements for Types I, II, or III cement of the 40 Standard Specifications for Portland Cement, AASHTO M 85 or ASTM C 150, except 41 that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na2O 42 plus 0.658 K20and except that the content of Tricalcium aluminate (CA) shall not 43 exceed 8 percent by weight calculated as 2.650A1203 minus 1.692Fe203. The total 44 amount of processing additions used shall not exceed 1% of the weight of portland 45 cement clinker. The type and amount of processing additions used shall be shown on 46 mill test reports. 47 48 The time of setting shall be determined by the Vicat Test method, AASHTO T 131 or 49 ASTM C 191. 1 2 9-01.2(4) Blended Hydraulic Cement 3 This section is revised to read: 4 5 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type 1 6 (PM) (MS) cement conforming to AASHTO M 240 and meet the following additional 7 requirements: 8 9 1. Type IP(MS) Portland - Pozzolan Cement with moderate sulfate resistance. 10 11 This product shall be limited to Portland Cement and Pozzolan. Pozzolan 12 shall be limited to fly ash or ground granulated blast furnace slag. Fly ash is 13 limited between 15 percent and 35 percent by weight of the cementitious 14 material. Ground granulated blast furnace slag is limited between 15 percent 15 and 25 percent by weight of the cementitious material. 16 17 2. Type I(SM) (MS) Slag Modified Portland Cement with moderate sulfate 18 resistance. 19 20 This product shall be limited to Portland Cement and ground granulated blast 21 furnace slag. The addition of ground granulated blast furnace slag shall be 22 limited to a maximum of 25 percent by weight of the cementitious material. 23 24 3. Type l(PM)(MS) Pozzolan — Modified Portland Cement with moderate sulfate 25 resistance. 26 27 The product shall be limited to Portland Cement and pozzolan. The pozzolan 28 shall be limited to fly ash or ground granulated blast furnace slag at a 29 maximum of 15 percent by weight of the cementitious material. 30 31 The source and weight of the fly ash or ground granulated blast furnace slag shall be 32 certified on the cement mill test certificate and shall be reported as a percent by weight 33 of the total cementitious material. The fly ash or ground granulated blast furnace slag 34 constituent content in the finished cement will not vary morethan plus or minus 5 35 percent by weight of the finished cement from the certified value. 36 37 Fly ash shall meet the requirements of Section 9-23.9 of these Standard Specifications. 38 39 Ground granulated blast furnace slag shall meet the requirements of Section 9-23.10 of 40 these Standard Specifications. 00 41 42 SECTION 9-02, BITUMINOUS MATERIALS 43 August 2, 2004 44 9-02.1(3) Rapid-Curing (RC) Liquid Asphalt 45 The column headings MC-70, MC-250, MC-800, and MC-3000 are revised to RC-70, RC- •� 46 250, RC-800, and RC-3000 respectively. 47 48 The RC-250 requirement for "Residue of 680°F distillation % volume by difference" is 49 revised from 67 to 65. Wo a" 1 2 9-02.1(4)A Performance Grade (PG) Asphalt Cement 3 This section including title is revised to read: 4 + 5 9-02.1(4)A Performance Graded Asphalt Binder 6 PG58 PG64 PG70 PG76 Performance Grade -22 -28 -34 1 -22 1 -28 1 -34 -22 -28 -34 -22 -28 Original Binder Flash point temp, AASHTO T48 Minimum 230 oC Viscosity,AASHTO T316 Maximum 3 Pa•s, test 135 temp, °C rllli Dynamic shear, AASHTO T315 G•/sins, minimum 58 64 70 76 1.00 kPa Test temp. 10 rad/s, OC Rolling Thin Film Oven Residue (AASHTO T240) Mass Change, Maximum, 1.00 to percent Dynamic shear, AASHTO T315 G'/sins, minimum 58 64 70 76 2.20 kPa Test temp. 10 rad/s, °C Pressure Aging Vessel Residue (AASHTO R28) PAV aging temperature, 100 yr °C Dynamic shear, AASHTO T315 G'sin8, maximum 5000 kPa Test temp. @ 22 19 16 25 22 19 28 25 22 31 28 ill 10 rad/s, °C Creep stiffness, AASHTO I' T313 S, maximum 300 -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18 MPa, m-value, minimum 0.300 Test temp. @ 60 s, oC 7 8 All Performance Grade asphalt binders not included in this chart shall be determined by 9 Table 1-Performance Graded Asphalt Binder Specification in AASHTO M320. 10 11 SECTION 9-03, AGGREGATES 12 April 4, 2005 13 9-03.1(4)C Grading 14 The third paragraph is revised to read: 15 16 In individual tests, a variation of four under the minimum percentages or over the 17 maximum percentages will be permitted, provided the average of three consecutive 96 10 1 tests is within the specification limits. Coarse aggregate shall contain no piece of 2 greater size than two times the maximum sieve size for the specified grading measured 3 along the line of greatest dimension. +� 4 5 9-03.8(2) HMA Test Requirements 6 Number 1 is revised to read: .�. 7 8 Vacant. 9 10 The last paragraph of this section is revised to read: 11 12 When material is being produced and stockpiled for use on a specific contract or for a 13 future contract, the fine aggregate angularity, fracture, and sand equivalent 14 requirements shall apply at the time of stockpiling. When material is used from a 15 stockpile that has not been tested as provided above, the specifications for fine 16 aggregate angularity, fracture, and sand equivalents shall apply at the time of its 17 introduction to the cold feed of the mixing plant. 18 19 9-03.12(4) Gravel Backfill for Drains 20 The percent Passing for Sieve size 3/8" square is revised from "10 - 40" to "0 - 40". 21 ; . 22 9-03.12(5) Gravel Backfill for Drywells 23 The percent passing for sieve size 1" square is revised to "50-100". 24 25 9-03.14 Borrow 26 This section is supplemented with the following: 27 28 9-03.14(1) Gravel Borrow 29 Ballast may be substituted for gravel borrow for embankment construction. 30 31 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall 32 All backfill material used in the reinforced soil zone of the geosynthetic retaining wall 33 shall conform to requirements of Section 9-03.14(1) and shall be free draining, free W. 34 from organic or otherwise deleterious material. The material shall be substantially free 35 of shale or other soft, poor durability particles, and shall not contain recycled materials, 36 such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete 37 rubble. The backfill material shall meet the following requirements: 38 39 Property Test Method Allowable Test Value 40 Los Angeles Wear, 41 500 rev. AASHTO T 96 35 percent max. 42 Degradation WSDOT Test Method 113 15 min. 43 pH AASHTO T 289-91 44 45 4.5 to 9 for permanent walls and 3 to 10 for temporary walls 46 47 Wall backfill material satisfying these gradation, durability and chemical requirements 48 shall be classified as nonaggressive. 49 ,.ter 1 9-03.21(2) Recycled Hot Mix Asphalt 2 The Maximum Bitumen Content (Percent) for Gravel Borrow is revised from "0" to "1.2". 3 4 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 5 April 5, 2004 6 9-04.2(2) Two Component Poured Rubber Joint Sealer 7 The section title is revised to read: 8 9 9-04.2(2) Poured Rubber Joint Sealer 10 11 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 12 April 5, 2004 13 9-05.4(3) Protective Treatment 14 Treatments 3, 4, and 6 are revised to read: 15 16 This treatment is no longer available. 17 18 9-05.4(4) Asphalt Coatings and Paved Inverts 19 The second paragraph under item 2 is revised to read: 20 21 The paved invert for Treatment 2 shall consist of bituminous material applied in such a 22 manner that one or more smooth pavements will be formed in the invert filling the 23 corrugations for at least 40 percent of the circumference. The pavement shall have a 24 minimum thickness of 1/8 inch above the crest of the corrugations except where the 25 upper edges intercept the corrugation. The pavements shall be applied following the 26 coating with asphalt . Treatment 5 may be substituted for Treatment 2, at the option of 27 the Contractor. 28 29 9-05.10 Steel Storm Sewer Pipe 30 The first sentence is revised to read: 31 32 Steel storm sewer pipe shall conform to the requirements of Section 9-05.4 for steel 33 culvert pipe, except that protective coating shall be Treatment 1 or 5, and be 34 constructed of either helically corrugated lock seam or helically corrugated continuous 35 welded steel pipe. ' 36 37 9-05.11 Aluminum Storm Sewer Pipe 38 The first sentence is revised to read: 39 40 Aluminum storm sewer pipe shall conform to the requirements of Section 9-05.5 for 41 aluminum culvert pipe, except that the protective coating shall be Treatment 1 or 5, and 16 42 the pipe shall be constructed of helically corrugated lock seam aluminum pipe. 43 44 9-05.16 Grate Inlets and Drop Inlets 45 The first and second paragraphs are revised to read: 46 �. 1 Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except 2 structural tube shall conform to ASTM A 500, Grade B, and structural shapes may 3 conform to ASTM A 992. After fabrication, the steel shall be galvanized in accordance �• 4 with AASHTO M 111, or galvanized with a hot-sprayed (plasma flame applied) 6 mil 5 minimum thickness plasma coating. 6 7 Steel grating shall be fabricated by weld connections. Welds, welding procedures, and 8 welding materials shall conform with the AWS 131.1/131.1M, latest edition, Structural 9 Welding Code. 10 11 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 12 January 5, 2004 «w 13 9-06.16 Roadside Sign Structures 14 The third paragraph is revised to read: 15 16 Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A 17 992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used 18 as an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not 19 otherwise specified shall conform to either ASTM A 36 or ASTM A 992. 20 21 9-06.18 Metal Railings 22 The first paragraph is revised to read: 23 24 Metal bridge railing shall conform to the type and material specifications set forth in the 25 Plans and Special Provisions. Steel used for metal railings, when galvanized after 26 fabrication in accordance with AASHTO M 111, shall have a controlled silicon content of 27 either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the 28 silicon content of the steel shall be submitted to both the galvanizer and the Engineer 29 prior to beginning galvanizing operations. 30 31 SECTION 9-07, REINFORCING STEEL 32 April 4, 2005 33 9-07.3 Epoxy Coated Steel Reinforcing Bars 34 This section is revised to read: 35 36 Epoxy coated rebar shall be coated according to AASHTO M 284 with the additional 37 following modifications: 38 39 1. The list of steel reinforcing bars acceptable for coating shall include ASTM A 40 706. 41 42 2. The Contractor shall furnish a written certification that properly identifies the 43 material, the number of each batch of coating material used, quantity 44 represented, date of manufacture, name and address of manufacturer, and a 45 statement that the supplied coating material meets the requirements of 46 AASHTO M 284. 47 1 3. Prior to coating the bars, the Contractor shall submit to the Engineer for 2 review, the coating material manufacturer's recommendation on the proper 3 use and application requirements of the coating material. For Pre Approved 4 Epoxy Coating Facilities this information will be available to the Fabrication 5 Inspector upon request. 6 7 4. A certification stating that all bars have been coated in accordance with the 8 coating material manufacturer's recommendations and these Specifications 9 shall be furnished with each shipment. This certification shall include for each 10 bar size the preheat temperatures, cure times, thickness checks, holidays 11 detected, and test results. Two copies of these certifications shall be furnished 12 to the Engineer. 13 14 5. The Contractor shall give advance notice to the Engineer of the coating as 15 schedule in the coating plant so that Contracting Agency inspection may be 16 provided. The Engineer may inspect the coated bars at the coating plant for 17 approval. do 18 19 6. The patching material, compatible with the coating material and inert in 20 concrete, shall be supplied with each shipment. 21 22 7. For projects where epoxy coated steel reinforcing bars are used in the top mat 23 of bridge decks only, the maximum amount of damage to the coating shall not 24 exceed 0.25 percent of the surface area of each bar. 25 26 8. The thickness of epoxy coating shall be 10 mils plus or minus 2 mils. 27 28 9. Samples, when required, shall be shipped to the Washington State 29 Department of -Transportation, Materials Laboratory, 1655 South 2nd Ave, go 30 Tumwater, Washington 98504. 31 32 9-07.10 Prestressing Reinforcement Strand r 33 The fourth paragraph is revised to read: 34 35 For every 5 reels furnished, one sample, not less than 5 feet long, shall be sent to the 36 Engineer for testing. Samples of the furnished reels with Manufacturer's Certificate of 37 Compliance, a mill certificate, and test report may be shipped directly by the 38 manufacturer to the Engineer. An independent inspector, approved by the Contracting 39 Agency, shall be present during sampling and shall provide a written certification to the 40 Engineer. 41 42 9-07.11 Prestressing Reinforcement Bar 43 The sixth paragraph is revised to read: 44 45 For each heat of steel for high-strength steel bar, the Contractor shall submit two 46 samples, each not less than 5 feet long, to the Engineer for testing. 47 06 1 SECTION 9-08, PAINTS 2 April 5, 2004 3 9-08.2 Paint Formulas — General 4 The following paint formulas and associate specifications are deleted: 5 6 Formula A-6-86 Zinc Dust Zinc Oxide Primer 7 Formula H-2-83-White Masonry Paint for Precast Curbs 8 Formula H-3-83 Yellow Masonry Paint for Precast Curbs 9 10 SECTION 9-09, TIMBER AND LUMBER 11 January 5, 2004 12 9-09.2 Grade Requirements 13 Under "Structures", the last sentence is revised to read: 14 15 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or 16 Hem-Fir No. 1. , . 17 18 SECTION 9-10, PILING 19 April 5, 2004 +�w 20 9-10.5 Steel Piling 21 This section is revised to read: 22 23 The material for steel piling and pile splices shall conform to ASTM A 36 or ASTM A 24 992, except the material for steel pipe piling and splices shall conform to the 25 requirements of ASTM A 252, Grade 2. Steel soldier piles, and associated steel bars 26 and plates, shall conform to ASTM A 36 or ASTM A 992, except as otherwise noted in 27 the Plans. All steel piling may be accepted by the Engineer based on the 28 Manufacturer's Certification of Compliance. 29 30 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING „ 31 August 2, 2004 32 9-14.4(1) Straw 33 The first sentence is revised to read: 34 35 All straw material shall be in an air dried condition free of noxious weeds and other 36 materials detrimental to plant life. r 37 38 9-14.4(8) Compost �w 39 The fourth paragraph is revised to read: 40 41 Compost production and quality shall comply with the Chapter 173-350 Section 220 42 WAC. " 43 44 Under the fifth paragraph, item 1 is revised to read: 45 1 1. Compost material shall be tested in accordance with AASHTO Test Method T87 2 and Section 7 of AASHTO T88. 3 4 Compost Type 1 shall meet the following: 5 6 100% shall pass through a 2" sieve 7 90%to 100% shall pass through a 1" sieve. 8 70%to 100% shall pass through a 3/4" sieve. 9 40%to 75% shall pass through a '/4" sieve. 10 Maximum particle length of 6 inches. 11 12 Compost Type 2 shall meet the following: 13 14 100% shall pass through a 3" sieve 15 90%to 100% shall pass through a 1" sieve. 16 70%to 100% shall pass through a 3/4" sieve. 17 40%to 60% shall pass through a Y4" sieve. 18 Maximum particle length of 6 inches. 19 20 In the seventh paragraph, the first sentence is revised to read: " 21 22 Approval of sources for composted products shall be based on the following submittals 23 by the Contractor: 24 25 This section is supplemented with the following: 26 27 Acceptance will be based upon a satisfactory Test Report from the State Materials Lab 28 indicating that the lot (or lots) of compost meets the specification requirements. 29 30 SECTION 9-15, IRRIGATION SYSTEM 31 January 5, 2004 32 9-15.2 Drip Tubing 33 The second sentence is revised to read: 34 35 Drip tubing shall have a minimum wall thickness of 0.045 inch. 36 37 SECTION 9-16, FENCE AND GUARDRAIL 38 April 4, 2005 39 9-16.1 Chain Link Fence and Gates +w 40 All sub-sections under Section 9-16.1 are deleted and replaced with the following: 41 42 9-16.1(1) General 43 All material used in the construction of chain link fence and gates shall be new. Iron or 44 steel material shall be galvanized unless specified otherwise. Material upon which 45 serious abrasions of galvanizing occur shall not be acceptable. 46 00 1 9-16.1(1)A Post Material for Chain Link Fence 2 Except as noted otherwise, post material shall conform to the requirements of AASHTO 3 M 181, Type I (zinc-coated steel), Grade 1 or 2, and shall be understood to include all . 4 round and roll-formed material (brace rails, top rails, line posts, brace posts, end posts, 5 corner posts and pull posts). 6 +r• 7 Grade 1 post material shall conform to the weight per linear foot, minimum wall 8 thickness and detail requirements of Standard Plan L-2. Grade 1 post material that 9 exceeds the maximum wall thickness requirement of Standard Plan L-2 may be 10 accepted, provided it does not interfere with the proper construction of the fence. 11 12 Grade 2 post material shall meet the organic exterior coatings requirements of 13 AASHTO M 181 (Section 33) and the additional requirement that the interior coated 14 surface shall be capable of resisting 300 hours of exposure to salt fog with a maximum 15 of 5% red rust when tested in accordance with ASTM B 117. 16 17 0 Round Post Material 18 Round post material shall be Grade 1 or 2. 19 20 0 Roll Form Material 21 Roll-formed post material shall be Grade 1. Roll-formed end, corner, and pull 22 posts shall have integral fastening loops to connect to the fabric for the full 23 length of each post. Top rails and brace rails shall be open rectangular 24 sections with internal flanges as shown in Standard Plan L-2. 25 26 9-16.1(1)B Chain Link Fence Fabric 27 Chain link fabric shall consist of 11 gage wire for Types 3, 4, and 6 fence, and 9 gage 28 wire for Type 1 fence. The fabric shall be zinc-coated steel wire conforming to 29 AASHTO M 181, Class C. 30 31 The wire shall be woven into approximately 2-inch diamond mesh. The width and top 32 and bottom finish of the fabric shall be as specified in AASHTO M 181. 33 34 9-16.1(1)C Tension Wire 35 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing 36 shall be Class 1. 37 38 9-16.1(1)D Fittings and Hardware 39 Except where indicated, fittings shall be malleable cast iron or pressed steel and shall 40 conform to the requirements of ASTM F626 or AASHTO M232, whichever is applicable. 41 Fittings for any particular fence shall be those furnished by the manufacturer of the 42 fence. 43 44 Tension truss rods shall be 3/8 inch round galvanized rods with drop forged turnbuckles 45 or other approved type of adjustment. Couplings for tubular sections shall be outside 46 sleeve type and shall be at least 6 inches long. 47 48 Eye bolts for attaching tension wire shall be 3/8 inch diameter and of sufficient length to 49 fasten to the type of post being used. 50 aw 1 Tension bars shall be 3/16 inch by 3/4 inch nominal and cross sectional area shall be 2 0.141 in +/- 5%. 3 4 Hog rings shall be 12 gage galvanized steel wire. Tie wire shall be 9 gage galvanized 5 steel wire or 9 gage aluminum wire meeting the requirements of ASTM F626. 6 7 9-16.1(E) Chain Link Gates 8 Gate frames shall be constructed of not less that 11/2 inch (I.D.) hot-dipped galvanized 9 pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9- 10 16.1(1)A. The corners of the gate frame shall be fastened together and reinforced with 11 a malleable iron or pressed steel fitting designed for the purpose, or they may be 12 welded. Welding shall conform to the requirements of Section 6-03.3(25). All welds 13 shall be ground smooth and painted with an A-9-73 or A-11-99 primer meeting the 14 requirements of Section 9-08.2. The paint shall be applied in one or more coats to 15 provide a minimum dry film thickness of 3.5 mils. 16 17 Chain link fence fabric for filling the gate frame shall meet the requirements of Section 18 9-16.1(1)6 for the fence type being furnished. 19 20 Cross trussing shall be 5/16 inch steel adjustable rods galvanized in accordance with 21 Section 9-16.1(1)D. 22 23 Each gate shall be furnished complete with necessary hinges, latch, and drop bar 24 locking device designed for the type of gate posts and gate used on the project. Gates 25 shall have positive type latching devices with provisions for padlocking. Hinges, 26 latches, and locking devices shall be galvanized in accordance with Section 9-16.1(1)D. 27 28 Gate frames constructed of steel sections, other than pipe, that are fabricated in such a 29 manner as to form a gate of equal or better rigidity may be used provided they are wo 30 approved by the Engineer. 31 32 9-16.1(1)F Concrete 44 33 All concrete for chain link fence shall be as specified in Section 6-02.3(2)6. 34 35 9-16.1(2) Approval +6 36 Approval of materials for chain link fence shall be by evaluation of independent test 37 results from a certified testing laboratory or by OPL. Independent test results for 38 evaluation shall be submitted to the State Materials Engineer in Tumwater WA. 39 40 9-16.2 Wire Fence and Gates 41 All sub-sections under Section 9-16.2 are deleted and replaced with the following: r 42 43 9-16.2(1) General 44 All materials used in the construction of the wire fence shall be new. All iron or steel w 45 material shall be galvanized. Material upon which serious abrasions of galvanizing 46 occur will not be acceptable. 47 wr 48 9-16.2(1)A Steel Post Material 49 Round Post Material 50 Round post material shall conform to AASHTO M 181, Type I, Grade 1. No 1W 1 2 Angle Post Material (Channel, T, U, Y, or Other Approved Style) 3 All angle post material shall be hot-dipped galvanized in accordance with the 4 requirements of AASHTO M 111 grade 75. Galvanizing shall be 1.7 oz/ft2 of 5 surface area. Angle post used for end, corner, gate and pull post and brace shall 6 have a minimum weight of 3.1 lb/ft. sir 7 8 Posts shall be not less than 7 feet in length. A tolerance of -5% on the weight of 9 individual posts, braces or anchor plates will be permitted. One type of line post shall .. 10 be used throughout the project. Line posts shall be studded, slotted, or properly 11 adapted for attaching either wire or mesh in a manner that will not damage the 12 galvanizing of posts, wire or mesh during the fastening. Line posts shall have a .r. 13 minimum weight of 1.33 Ibs/ft and shall be provided with a tapered galvanized steel 14 anchor plate. The anchor plate shall be securely attached and have a surface area of 15 20 +/-2 in2, a minimum weight of 0.67 pounds and 1.7 oz/ft2 galvanizing. 16 17 9-16.2(1)B Wood Fence Posts and Braces 18 Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of 19 wood fence posts and braces. The material shall be of good quality and approved by 20 the Engineer before use. Peeler cores shall not be used for round posts. Wood fencing 21 materials shall have sufficient sapwood in the outer periphery to obtain the specified V 22 penetration of preservative. Western red cedar will not require preservative treatment. 23 Fencing materials shall be cut to the correct length before pressure treatment. 24 25 Line posts shall be 3 inch minimum diameter round posts or nominal 3 inch by 3 inch 26 square sawed posts. If the posts are to be pointed for driving, they shall be pointed 27 before treatment. Line posts shall be at least 7 feet in length. 28 29 Pull posts and brace posts shall be 6 inch diameter round posts or nominal 6 inch by 6 30 inch material not less than 7 feet in length. 31 32 End, gate, and corner posts, and posts at an intersecting fence shall be 6 inch diameter 33 round posts or nominal 6 inch by 6 inch material not less than 7 feet 10 inches in 34 length. 35 36 All sawed posts and timbers shall meet the requirements in the table under Section 9- 37 09.2. 38 39 The preservatives used to pressure treat wood fencing materials shall meet the 40 requirements of Section 9-09.3. r 41 42 The retention and penetration of the preservative shall be as follows: 43 Y +�w Minimum Retention in Pounds Per Cubic Foot 40 Preservative Sawed Posts Round Posts Creosote 10.00 8.00 10 Pentachloro henol 0.50 0.40 ACA 0.40 0.40 ACZA 0.40 0.40 CCA 0.40 0.40 1 2 Minimum Penetration 3 9i 4 for material 5' or less - 0.40 inches penetration and 90% of sapwood 5 for material 5" or greater - 0.50 inches penetration and 90% of sapwood 6 7 9-16.2(1)C Brace Wire 8 Brace wire shall be 9 gage wire galvanized to meet the requirements of AASHTO M 9 279, Type Z, Class 1. 10 11 9-16.2(1)D Staples and Wire Clamps 12 The staples used to attach the wire fencing to wood posts shall be 9 gage wire, 1 1/2 13 inches long, galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1. 14 15 The wire clamps used to attach the wire fencing to steel posts shall be 11 gage wire, 16 galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1. 17 18 9-16.2(1)E Barbed Wire ; 19 Barbed wire shall conform to the requirements of AASHTO M 280, Type Z and shall 20 consist of two strands of 12 1/2 gage wire, twisted with four point 14 gage barbs with 21 barbs spaced 5 inches apart (Design 12-4-5-14R). Galvanizing shall be Class 3. 22 23 9-16.2(1)F Wire Mesh 24 Wire mesh shall conform to the requirements of AASHTO M 279, Type Z and shall 25 consist of eight horizontal wires with vertical stays spaced 6 inches apart. The top and 26 bottom wires shall be 10 gage, and the intermediate wires and vertical stays shall be 12 27 1/2 gage. The mesh shall have a total width of 32 inches (Design 832-6-12 1/2). 28 Galvanizing shall be Class 3. 29 30 The zinc coated wire as represented by the test specimens shall be capable of being 31 wrapped in a close helix at a rate not exceeding 15 turns/minute around a cylindrical 32 steel mandrel having a diameter the same as the specimen being tested, without 33 cracking or flaking the zinc coating to such an extent that any zinc can be removed by 34 rubbing with the bare fingers. 35 36 9-16.2(1)G Vertical Cinch Stays 37 Vertical cinch stays shall be 10 gage galvanized wire meeting the requirements of 38 AASHTO M 279, Type Z, Class 1. 39 .P 3w 1 9-16.2(1)H Miscellaneous Hardware 2 Bolts, nuts, hinges, latches and other miscellaneous hardware shall be galvanized in 3 accordance with AASHTO M 232. wr 4 5 9-16.2(1)1 Wire Gates 6 Gate frames shall be constructed of galvanized pipe with a nominal diameter of not less 7 than 1 inch. The pipe shall conform to the requirements of AASHTO M 181 Type I, 8 Grade 1. Wire gates shall be not less than 48 inches in height and shall be designed to 9 fit openings of the width called for in the Plans or as indicated by the bid items. Each ,r 10 gate shall be provided with two upright braces of the same material as the frame, 11 spaced at 1/3 points in the gate. All gates shall be provided with adjustable 5/16 inch 12 diameter galvanized diagonal truss rods from corner to corner. Galvanizing shall be in „ 13 accordance with Section 9-16.2(1)H. 14 15 The gate frame shall be provided with wire mesh conforming to the requirements 16 specified in Section 9-16.2(1)F, except that it shall consist of 10 horizontal wires and 17 have a total width of 47 inches. 18 19 Each gate shall be furnished complete with necessary galvanized hinges and latch 20 designed for use with the type of gate posts used on the project. The hinges shall be 21 so designed as to be securely attached to the gate post and to enable the gate to be 22 swing back against the fence. Double gates shall be hinged in the same manner as 23 single gates and shall be provided with an approved galvanized drop bar locking device. 24 Galvanizing for hinges, latches, and locking devices shall be in accordance with Section 25 9-16.2(1)H. 26 27 9-16.2(1)J Concrete 28 All concrete for wire fence shall be as specified in Section 6-02.3(2)B. 29 30 9-16.2(2) Approval 31 Approval of materials for wire fence shall be by evaluation of independent test results 32 from a certified testing laboratory or by QPL. Independent test results for evaluation 33 shall be submitted to the State Materials Engineer in Tumwater WA. 34 35 9-16.3(1) Rail Element 36 The third paragraph is revised to read: 37 38 The 6-inch channel rails and splice plates shall conform to ASTM A 36, except that the 39 channel rails may conform to ASTM A 992. All fabrication shall be complete before 40 galvanizing. 41 42 9-16.3(2) Posts and Blocks 43 The first sentence of the first paragraph is revised to read: 44 45 Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber, 46 waterborne chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), or 47 ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel; except 48 only treated timber posts and blocks may be used for weathering steel beam guardrail. 49 AV .. 1 In the second paragraph, the treatment for Pentachlorophenol is revised from 060 lbs. pcf to 2 0.60 lbs. pcf. 3 4 The fourth paragraph is revised to read: , 5 6 Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36 or 7 ASTM A 992, and shall be galvanized in accordance with AASHTO M 111. Welding 8 shall conform to Section 6-03.3(25). All fabrication shall be completed prior to 9 galvanizing. 10 11 9-16.3(4) Hardware 12 This section is revised to read: 13 14 Bolts, unless otherwise specified, shall comply with ASTM A 307 Grade A - 15 specifications. High strength bolts shall conform to the requirements of AASHTO M 16 164. Nuts, unless otherwise specified, shall comply with ASTM A 563 Grade A 17 specifications. Washers, unless otherwise specified, shall meet ASTM F 844 18 specifications. The Contractor shall submit a manufacturer's certificate of compliance 19 for high strength bolts, nuts, and washers prior to installing any of the hardware. A307 20 Bolts will be accepted by field verification and documentation that bolt heads are 40 21 stamped 307A. 22 23 9-16.3(5) Anchors e' 24 The sixth paragraph is revised to read: 25 26 The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming to the 27 specifications of ASTM A 36, except that the W200 x 27 may conform to ASTM A 992. 28 29 SECTION 9-17, FLEXIBLE GUIDE POSTS 30 December 6, 2004 31 9-17.1 General + 32 The first paragraph is revised to read: 33 34 Flexible guide posts shall be made of a flexible, nonwarping, nonmetallic, durable 35 plastic material; shall be resistant to damage due to impact, ultraviolet light, ozone, 36 hydrocarbons, and other effects of atmospheric weathering; shall resist stiffening with 37 age; and shall exhibit good workmanship and be free of burns, discoloration, Id 38 contamination and other objectionable marks or defects that affect appearance or 39 serviceability. The portion of ground mounted guide post installed below ground may 40 be the same material as the portion above ground or other durable material suitable for rr 41 firmly anchoring the post in the ground. When iron or steel are used for the in ground 42 portion, galvanize in accordance with AASHTO M 111. The top of tubular posts shall 43 be closed to prevent moisture or debris from entering. Surface mounted guide posts war 44 shall be mounted on a base made of a rigid high impact resistant material and be 45 resistant to ultraviolet light, ozone, and hydrocarbons. The post shall mount directly 46 into or onto the base in a tamper proof manner and shall allow for easy replacement. ,iii 47 Guardrail mounted guide posts shall be the same as ground mounted guide posts 48 except the length shall be adjusted to meet the mounting height requirements in the V 1 Standard Plans. Appropriate holes shall be provided for fastening the guide post to the 2 guard rail post. 3 w 4 The second sentence in the second paragraph is revised to read: 5 6 If analysis by the Materials Laboratory determines there is a change in material 00 7 composition, such change shall constitute grounds for rejection and/or removal from the 8 Qualified Products List. 9 40 10 The second sentence in the fifth paragraph is deleted. 11 12 Section 9-17.1 is supplemented with the following new sub-sections: 13 14 9-17.1(1) Dimensions 15 1. Flat Type — The post has a minimum width of 3 inches of continuous flat surface 16 with no curvature for the entire length of the post. This will allow for ridges on the 17 outer edges and back of post intended for structural support. 18 19 2. Tubular Type — The post is tubular or round/circular in shape. This allows for a 20 tubular post with a minimum diameter of 3 inches or a tubular post with a minimum 21 diameter of 2 inches with a flat or flattened oval surface at least 3 inches wide and 22 12 inches long measured from the top for mounting reflective sheeting. 23 24 3. Non-flat and Non-tubular Type — This includes all post that do not fit into the two AW 25 types indicated above. This would include convex, w-shape, oval, and other post 26 designs. The post shall be wide enough to accept a 3 inch wide reflective 27 sheeting. Any curvature or rounding shall not significantly reduce the brightness 28 value of the reflective sheeting. 29 30 4. Surface Mount Guide Post Base—The base for surface mount guide posts shall be 31 approximately 8 inches in diameter with a maximum height of 2 inches. 32 33 5. Guide posts shall be of such length to provide the required mounting height above 34 the pavement surface in accordance with the Standard Plans. 35 36 9-17.1(2) Reflective Sheeting 37 Reflective sheeting for guide posts shall be Type III, IV, V, or VII conforming to Section " 38 9-28.12. The reflective panel on a flat or elliptical guidepost shall have a minimum 39 width of 3 inches facing traffic. The reflective sheeting shall have a minimum area of 24 40 square inches (3 inches by 8 inches). The reflective panel on a round guidepost shall r► 41 have an 8-inch minimum band of reflective sheeting visible for 360 degrees. Mount the 42 reflective sheeting on the guide post as detailed in the Standard Plans. Sheeting shall 43 remain in place during the life of the post. it 44 45 9-17.2 Laboratory Tests 46 This section including title is revised to read: 47 48 9-17.2 Ultraviolet Resistance Test Procedure (Laboratory Test) 49 Two posts will be tested initially for tensile strength and elongation according to ASTM wr 50 D-638 and again after 1,000 hours QUV weatherometer exposure (ASTM G53). «. 1 2 Six bow tie specimens shall be prepared from the delineator post samples submitted for 3 the purpose of ultraviolet (UV) exposure. The specimens shall be cycled at 1,000 hours 4 in a weatherometer in accordance with ASTM G 53 (3 hr. 60C UV, 3 hr. 50C CON). 5 Three of each type shall be used for control purposes. The remaining three shall be 6 subjected to 1000 hours of UV exposure in the QUV weatherometer. Specimen 7 dimensions conform to those outlined below. to 8 9 The laboratory test data shall summarize the tensile strength of each, and the average 10 tensile strength for both control and weathered samples. The data shall also 11 summarize the elongation of each, and the average elongation for both control and 12 weathered samples. The average values shall be used to show the percent change in 13 tensile and elongation. 14 15 Section 9-17.2 is supplemented with the following new sub-section: 16 17 9-17.2 (1) Acceptance 18 The specimens shall show no signs of delamination, distress, or discoloration. Physical 19 properties of tensile strength and rigidity shall be maintained within 80 percent of the 20 unconditioned values. 40 21 22 9.17.3 Field Tests 23 This section including title is revised to read: 24 25 9-17.3 Field Impact Test Procedure 26 Sample size of eight units will be tested the following way: 27 28 Flexible Ground Mounted Posts 29 Eight flexible ground mounted posts installed by the manufacturer (four installed 30 manually and four installed mechanically). The delineators will be hit ten times 31 (four posts for glancing bumper hits and four posts for wheel hits). A standard 32 sedan with a bumper height of approximately 18" while traveling at a speed of 55 t e 33 2 mph will be used for impact testing. Five of the impacts will be at an ambient 34 temperature of 32 t 5°F and the remaining five impacts at an ambient temperature 35 of 85 ±_5°F. The test vehicle shall impact four of the posts at an angle No 36 perpendicular to the front of the post and shall impact the remaining posts at an 37 angle of 250 clockwise from the angle perpendicular to the front of the posts. The Vill 38 same test samples will be used for the ten hits. Two flexible posts will be used for 39 weatherometer testing. A glancing hit is defined as one on the bumper near the 40 vehicle headlight. The delineators shall be installed a minimum of eight hours prior 41 to being hit. 42 43 Flexible Surface Mounted Posts 44 Eight flexible surface mounted posts installed by the manufacturer will be hit ten 45 times (four posts for glancing bumper hits and four posts for wheel hits). A 46 standard sedan with a bumper height of approximately 18" while traveling at a 47 speed of 55 ± 2 mph will be used for impact testing. Five of the impacts will be at 48 an ambient temperature of 32 ± 5°F and the remaining five impacts at an ambient 49 temperature of 85:t 5°F. The test vehicle shall impact four of the posts at an angle 50 perpendicular to the front of the post and shall impact the remaining posts at an 40 1 angle of 250 clockwise from the angle perpendicular to the front of the posts. The 2 same test samples will be used for the ten hits. Two flexible posts will be used for 3 weatherometer testing. A glancing hit is defined as one on the bumper near the 4 vehicle headlight. The delineators shall be installed a minimum of eight hours prior 5 to being hit. 6 7 Section 9-17.3 is supplemented with the following new sub-sections: 8 9 9-17.3 (1) Test Observations +rr 10 Inspect each post after each impact and document the following: 11 12 1. Any splits, cracks, breaks or other forms of deformation or distress; +r 13 14 2. The percent list to vertical two minutes after each impact; 15 10 16 3. The approximate percentage of the reflective area that is damaged after each 17 impact to an extent it no longer performs as intended; 18 19 4. Any problems or comments associated with the installation and removal of the 20 posts and bases. The testing agent will document any special equipment or 21 techniques required for installing or removing the posts and bases. 22 23 5. Any problems or comments associated with the performance of each ground 24 mounted flexible delineator post that would be of interest to the states; 25 26 6. Type of soil and impact surface. 27 28 9-17.3 (2) Acceptance 29 A failure is defined as any of the following: 30 31 1. A minimum of 50 percent of the reflective sheeting shall be retained 32 undamaged. An area of damage greater than 50 percent is considered a 33 failure. 34 35 2. If the guide post leans more than 10 degrees from vertical it is considered a 36 failure. 37 38 3. Any cracking, other than surface cracking evident on only one face of the post, 39 is considered a failure. 40 41 4. Pullout in excess of 3 inches is considered a failure. 42 43 At least six of the guide posts must pass each criteria in the 55 + 2 miles per hour series of 44 impacts to be acceptable. 45 46 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 47 April 4, 2005 48 This section is supplemented with the following new sub-sections: AW 49 V 1 9-23.10 Ground Granulated Blast Furnace Slag 2 Ground granulated blast furnace slag shall meet the requirements of AASHTO M 302, 3 Grade 100 or Grade 120. The grade of the ground granulated blast furnace slag, the 4 source, and type of manufacturing facility shall be certified on the cement mill test 5 certificate. 6 7 9-23.11 Microsilica Fume 8 Microsilica Fume shall conform to the requirements of AASHTO M 307. The optional 9 physical requirement for Reactivity with Cement Alkalies set forth in Table 3 will be 10 required when Microsilica Fume is being used as an ASR mitigation measure. 11 12 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 13 December 6, 2004 , 14 9-28.1 General 15 The third sentence in the first paragraph is deleted. 16 17 9-28.6 Destination Sign Messages 18 The second paragraph is deleted. 4W 19 20 9-28.8 Sheet Aluminum Signs 21 The sheet thickness chart is revised to read: 22 23 Maximum Horizontal Dimension Sheet Aluminum Thickness 24 Overlay panels 0.050 inch 25 Up to 20 inches 0.063 inch 26 20 inches to 36 inches, inclusive 0.080 inch 27 Over 36 inches (Permanent Signs) 0.125 inch 28 29 The fourth paragraph is revised to read: 30 31 Before placing aluminum in contact with untreated steel, the steel surfaces shall be 32 protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-11- 33 99 and two coats of aluminum paint D-1-57. 34 35 9-28.10 Plywood Signs 36 This section is deleted. 37 38 9-28.11 Hardware 39 The entry for hardware item "Angle and "Z' Bar" in the table in this section is revised to read: 40 ' 41 Angle and "Z' Bar ASTM B 221 6061-T6 Aluminum 42 ASTM A 36 or ASTM A 992 Steel 43 44 9-28.14(2) Steel Structures and Posts 45 This section is revised to read: 46 47 Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for 48 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 49 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall r 1 thickness shall be as shown in the Plans or Standard Plans. All other structural steel 2 for sign bridge structures and cantilever sign structures shall conform to either ASTM A 3 36 or ASTM A 992. Truss member connection hardware shall conform to Section 9- 4 06.5(3). 5 6 Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B w• 7 Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural 8 steel for bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A 9 992. U bolts, and associated nuts and washers, shall be stainless steel conforming to 10 Section 9-28.11, and shall be fabricated hot. 11 12 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to 13 ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts 14 and washers for sign bridge and cantilever sign structure foundations shall conform to 15 AASHTO M 291 Grade DH and AASHTO M 293, respectively. V 16 17 Steel sign structures and posts shall be galvanized after fabrication in accordance with 18 AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall IV 19 be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise 20 specified in the Plans or Special Provisions, metal surfaces shall not be painted. 21 22 Except as otherwise noted, steel used for sign structures and posts shall have a " 23 controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the 24 Plans or Special Provisions specify painting of the galvanized steel surfaces, then the 25 controlled silicon content requirement does not apply for those steel members. Mill test 26 certificates verifying the silicon content of the steel shall be submitted to both the 27 galvanizer and the Engineer prior to beginning galvanizing operations. 28 29 Minor fabricating and modifications necessary for galvanizing will be allowed if not 30 detrimental to the end product as determined by the Engineer. If such modifications are 31 contemplated, the Contractor shall submit to the Engineer, for approval, six copies of 4" 32 the proposed modifications, prior to fabrication. 33 34 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL 35 April 4, 2005 36 9-29.3 Conductors, Cable 37 Under the second paragraph, item 5 is revised to read: 38 39 5. Pole and bracket cable shall be a two-conductor cable rated for 600 volts. The +w► 40 individual conductors shall be one red and one black 19-strand No. 10 AWG 41 copper, assembled parallel. The conductor insulation shall be 45-mil polyvinyl 42 chloride or a 600 volt rated cross-linked polyethylene. The Jacketing shall be wr 43 polyethylene or polyvinyl chloride not less than 45-mils thick. If luminaires with 44 remote ballasts are specified in the contract, this same cable shall be used 45 between luminaire and ballast for both timber and ornamental pole construction. If �. 46 the luminaire requires fixture wire temperatures greater than 75°C, the outer jacket 47 shall be stripped for that portion of the cable inside the luminaire. The single 48 conductors shall then be sheathed with braided fiberglass sleeving of the 1 49 temperature rating recommended by the luminaire manufacturer. 40 o. 1 2 9-29.6 Light and Signal Standards 3 The first paragraph is supplemented with the following: 4 5 Fabrication of light and signal standards shall conform to the applicable requirements of 6 Section 6-03.3(14). 7 8 9-29.6(1) Light and Signal Standards 9 This section including title is revised to read: 10 w 11 9-29.6(1) Steel Light and Signal Standards 12 Steel plates and shapes for light and signal standards shall conform to ASTM A 36, 13 except that structural shapes may conform to ASTM A 992. Shafts for light and signal 0 14 standards, except Type PPB signal standards, shall conform to ASTM A 572 Grade 50. r 15 Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM 16 signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for 17 light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in 18 the Standard plans for fixed base light standards. Base plates for signal standards shall 19 conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners 20 for handhole covers, bands on lighting brackets, and connector attachment brackets 21 shall conform to ASTM F 593. 22 23 Light and signal standards shall be hot-dipped galvanized in accordance with AASHTO ' 24 M 111 and AASHTO M 232. 25 26 Steel used for light and signal standards shall have a controlled silicon content of either 27 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon 28 content of the steel shall be submitted to both the galvanizer and the Engineer prior to 29 beginning galvanizing operations. 30 31 9-29.6(2) Slip Base Hardware 32 This section is revised to read: 33 34 Slip plates and anchor plates for light standards and for Type FB and RM signal 35 standards shall conform to the requirements of ASTM A 572 Grade 50. The keeper 36 plate shall be 28 gage, conforming to ASTM A 653 coating designation G 90. Clamping 37 bolts for slip base assemblies and slip base adapters shall conform to AASHTO M 164. 38 Studs and bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall 16 39 conform to AASHTO M 291 Grade DH. Hardened washers shall conform to AASHTO 40 M 293. Plate washers shall conform to ASTM A 36. 41 42 Galvanized bolts shall meet standard specification 9-06.5(4). 43 44 9-29.10 Luminaires 45 Under the first paragraph, the third sentence in item D is revised to read: 46 47 All internal luminaire assemblies shall be assembled on or fabricated from either io 48 stainless steel or galvanized steel. 49 1 9-29.13 Traffic Signal Controllers 2 This section is supplemented with the following: 3 4 All Traffic Signal Control Equipment Shall be Tested As Follows. 5 6 The supplier shall: .w 7 8 1. Seven days prior to shipping, arrange appointment for controller cabinet 9 assembly, and testing at the WSDOT Materials Laboratory or the facility 10 designated in the Special Provisions. 11 12 2. Assembly shall be defined as but not limited to tightening all screws, nuts 13 and bolts, verifying that all wiring is clear of moving parts and properly 14 secured, installing all pluggables, connecting all cables, Verify that all 15 contract required documents are present, proper documentation is 16 provided, and all equipment required by the contract is installed. 17 18 3. The assembly shall be done at the designated WSDOT facility in the 19 presence of WSDOT personnel. 20 21 4. The supplier shall demonstrate that all of the functions required by this rr 22 specification and the contract Plans and Special Provisions perform as 23 intended. Demonstration shall include but not be limited to energizing the 24 cabinet and verifying that all 8 phases, 4 pedestrian movements, 4 25 overlaps (as required by the Contract Provisions) operate per Washington 26 State Standard Specifications Section 9-29.13. The supplier shall place 27 the controller in minimum recall with interval timing set at convenient 28 value for testing purposes. Upon a satisfactory demonstration the 29 controller assembly will then be accepted by WSDOT for testing. 30 31 5. If the assembly, and acceptance for testing is not complete within 5 32 working days of delivery, the Project Engineer may authorize the return of 33 the assembly to the supplier, with collect freight charges to the supplier. 34 35 6. The Contractor will be notified when the testing is complete, and where 36 the assembly is to be picked-up for delivery to the project. 37 +w 38 7. The supplier has 5 working days to repair or replace any components that 39 fail during the testing process at no cost to the Contracting Agency. A 40 failure shall be defined as a component that no longer functions as +rr 41 intended under the conditions required or does not meet the requirements 42 of the Contract Specifications and is at the soul discretion of WSDOT. 43 44 8. Any part or component of the controller assembly, including the cabinet 45 that is rejected shall not be submitted for use by WSDOT or any City or 46 County in the State of Washington. 47 48 9-29.13(6) Radio Interference Suppressers 49 In the first paragraph, the second sentence is revised to read: 50 OW 1 Interference suppressers shall be of a design which will minimize interference in both 2 broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 3 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in 4 connection with normal installations ail 5 6 9-29.13(7) Traff ic-Actuated Controllers 7 In the first paragraph, item 3 is revised to read: 8 9 3. A minimum of four overlaps. 10 11 9-29.13(7)B Auxiliary Equipment for NEMA Controllers 12 Under the first paragraph, item 2 is supplemented with the following: 13 14 The controller cabinet shall have all cabinet wiring installed for eight vehicle phases, 15 four pedestrian phases, four emergency pre-empts, four overlaps (OL A, B, C, D). 16 17 Under the first paragraph, item 7 is revised to read: 18 19 7. A "Display Panel" when noted in the contract. The display panel shall depict a 20 generic eight-phase operation. The panel shall be mounted on the inside of the 21 front cabinet door and the mounting shall be of a design that allows positioning of 22 the panel in four orientations 90 degrees from each other. The mounting shall be 23 removable without use of any tools. Incandescent red, yellow, green, walk and 24 don't walk indicator lights shall be provided for each phase. The indicator lights 25 shall be connected to the associated field terminals. The connecting cable shall be 26 long enough to allow for any mounting orientation. No diodes will be allowed in the 27 display panel. A means of disconnecting all wiring entering the panel shall be 28 provided. Switches shall be provided on the panel with labels and functions as 29 follows: 30 31 a. Display On — Signal indicator lamps will display the operation of the 32 intersection. 33 34 b. Test—All indicator lamps shall be energized. 35 36 c. Display Off—all signal indicator lamps shall be de-energized. 37 38 A "Detector Panel", as specified in Standard Specification Section 9-29.12(7)D, 39 shall be installed. The panel shall be mounted on the inside of the front cabinet 40 door. The detector panel shall be constructed as a single unit. Detector switches 41 with separate operate, test, and off positions shall be provided for each field 42 detector input circuit. A high intensity light emitting diode (LED) shall be provided 43 for each switch. The lamp shall energize upon vehicle, pedestrian or test switch 44 actuation. The test switch shall provide a spring loaded momentary contact that , 45 will place a call into the controller. When in the OFF position, respective detector 46 circuits will be disconnected. In the operate position, each respective detector 47 circuit shall operate normally. Switches shall be provided on the panel with labels 48 and functions as follows: 49 1 a. Display On — Detector indicator lights shall operate consistent with their 2 respective switches. 3 4 b. Display Off—detector indicator lights shall be de-energized. 5 6 A means of disconnecting all wiring entering the panel shall be provided. The a. 7 disconnect shall include a means to jumper detection calls when the display panel 8 is disconnected. All switches on the panel shall be marked with its associated plan 9 detector number. All markers shall be permanent. ,rw 10 11 9-29.13(7)D NEMA Controller Cabinets 12 This section is revised to read: rr 13 14 Each traffic-actuated NEMA controller shall be housed in a weatherproof cabinet 15 conforming to the following requirements: w 16 17 1. Construction shall be of 0.073-inch minimum thickness series 300 stainless 18 steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The 19 stainless steel shall be annealed or one-quarter-hardness complying with 20 ASTM A666 stainless steel sheet. Cabinets may be finished inside with an 21 approved finish coat of exterior white enamel. If no other coating is specified 22 in the Contract Provisions the exterior of all cabinets shall be bare metal. All 23 controller cabinets shall be furnished with front and rear doors. 24 25 2. The cabinet shall contain shelving, brackets, racks, etc., to support the 26 controller and auxiliary equipment. All equipment shall set squarely on 27 shelves or be mounted in racks and shall be removable without turning, tilting, 28 or rotating or relocating one device to remove another. A 24 slot rack or racks 29 shall be installed. The rack(s) shall be wired for 2 channel loop detectors and 30 as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop 31 detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop ` 32 detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6 33 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 34 phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower 35 phase 5 detector. Slot 22 wired for a 2 channel discriminator channels A, C. 36 Slot 23 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 37 4 channel discriminator, wired for channel A, B, C, D. All loop detector slots 38 shall be wired for presence/ pulse detection/ extension. If an external power 39 supply is required in order for the entire racks(s) to be powered it shall be 40 installed. All rack(s) slots shall be labeled with engraved identification strips. 41 42 3. Additional detection utilizing the "D" connector shall be installed in accordance 43 with the contract. The cabinet shall be of adequate size to properly house the w 44 controller and all required appurtenances and auxiliary equipment in an upright 45 position with a clearance of at least 3 inches from the vent fan and filter to 46 allow for proper air flow. In no case shall more than 70 percent of the cabinet !+ 47 volume be used. There shall be at least a 2-inch clearance between shelf 48 mounted equipment and the cabinet wall or equipment mounted on the cabinet 49 wall. 50 w. 1 4. The cabinet shall have an air intake vent on the lower half of the front door, 2 with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in 3 place with a spring-loaded framework. 4 5 5. The cabinet door(s) shall be provided with: 6 7 a. Spring loaded construction core locks capable of accepting a Best 8 type CX series six segment (core installed by others) shall be 9 installed in each door with the exception of the police panel door. 10 Cabinet doors shall each have a three point latch system. 11 12 b. A police panel assembly shall be installed in the front door and shall 13 have a stainless steel hinge pin and a police panel lock. Two police 14 keys with shafts a minimum of 1 3/4 inches long shall be provided 15 with each cabinet. 16 17 c. All doors and police panel door shall have one piece closed cell, ' 18 neoprene gaskets. 19 20 d. A two position doorstop assembly. Front and rear interior light control 21 switches. 22 23 9-29.13(7)E Type 170E, 170E-HC-11, 2070, 2070 Lite, ATC Controller Cabinets 1e' 24 This section is revised to read: 25 26 The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 ' 27 ITS/ATC cabinets, or as specified in the contract. Each door shall be furnished with a 28 construction core lock conforming to Standard Specifications 9-29.13 (7)D 5a, b and c 29 above. A police panel with door, stainless steel hinge pin and lock shall be provided. 30 Two police keys with shafts a minimum of 1 3/4" long shall be provided with each 31 cabinet. Each of these cabinets shall be furnished with auxiliary equipment described 32 in Standard Specification 9-29.13(7)C. Type 334 cabinets for traffic data station 33 controller furnished shall meet current Caltrans 170E specifications, as stated in 34 Standard Specification 9-29.13(7) and as follows. Camera control and DMS local 35 control cabinets shall contain the equipment shown in the Plans. The cabinet shall 36 have the same external physical dimensions and appearance of Model 334 cabinets. 37 38 1. The cabinet shall be fabricated of stainless steel or sheet aluminum in 39 accordance with Section 9-29.13(7)D, Item number 1. Painted steel, painted or 40 anodized aluminum is not allowed. 41 42 2. Cabinet doors shall have a three-point latch and two-position stop assembly 43 with spring loaded construction core lock capable of accepting a Best lock 44 company type, with 6-pin CX series core. The Contractor shall supply 45 construction cores. Upon contract completion, the Contractor shall deliver two 46 master keys to the Engineer. 47 48 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 49 16 1 4. A shatterproof fluorescent interior cabinet lights with self-starting ballast shall 2 be furnished, one fixture mounted on the rear rack near the top and the 3 second mounted at the top of the front rack. Door switches shall automatically ,.► 4 turn on both lights when either door is opened. 5 6 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall 7 be provided in lieu of the two controller unit support angles. The shelf shall be 8 fabricated from aluminum and shall be installed such that it does not interfere 9 with access to any terminal block. The shelf shall contain a rollout flip-top 10 drawer for storage of wiring diagrams and manuals. 11 12 A disposable paper filter element of at least 180 square inches shall be provided in lieu 13 of a metal filter. 14 15 All traffic data and ramp meter cabinets shall include the following accessories: 16 • 17 1. Each cabinet shall be equipped with a fully operable controller equipped as 18 specified in the Contract Provisions. 19 20 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each 21 using 133 millimeters of rack height. 22 23 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989 24 Caltrans 170 specification, with all current amendments. 25 26 The PDA #3 shall contain three Model 200 Load Switches. 27 28 A transient voltage protection device shall be provided, which plugs into the 29 controller unit receptacle and in turn accepts the controller plug and meets the 30 electrical requirements of Section 9-29.13(7)B(3) item e. 31 32 A second transfer relay, Model 430, shall be mounted on the rear of the PDA 33 #3 and wired as shown in the Plans. 34 35 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be 36 labeled POLICE CONTROL, ON-OFF. 37 38 5. Display Panel 39 40 A. General 41 Each cabinet shall be furnished with a display panel. The panel shall be 42 mounted, showing and providing detection for inputs and specified 43 controller outputs, at the top of the front rack above the controller unit. 44 The display panel shall be fabricated from brushed aluminum and 45 constructed according to the detail in the Plans. 46 47 B. Text 48 All text on the display panel shall be black in color and silk screened 49 directly to the panel except the Phenolic detector and cabinet nameplates. 50 A nameplate for each loop shall be engraved with a 1/4 inch nominal text VW ow 1 according to the ITS Field Wiring Charts. The nameplates shall be 2 permanently affixed to the display panel. 3 4 C. LEDs 5 The LEDs for the display panel shall meet the following specifications: 6 7 Case size T 1-3/4 8 Viewing angle 500 minimum 9 Brightness 8 Milli candelas 10 11 LEDs with RED, YELLOW or GREEN as part of their labels shall be red, 12 yellow or green in color. All other LEDs shall be red. All LEDs shall have 13 tinted diffused lenses. 14 15 D. Detector Display Control Switch 16 Each display panel shall be equipped with one detector display control 17 switch on the panel with labels and functions as follows: 18 19 ON 20 Detector display LEDs shall operate consistent with their separate 21 switches. 22 23 OFF 24 All detector indicator LEDs shall be de-energized. Detector calls shall 25 continue to reach the controller. 26 27 TEST 28 All detector indicator LEDs shall illuminate and no calls shall be 29 placed to the controller. ► 30 31 E. Advance Warning Sign Control Switch 32 Each display panel shall be equipped with one advance warning sign ej 33 control switch on the panel with labels and functions as follows: 34 35 AUTOMATIC 36 Sign Relay shall energize upon ground true call from controller. 37 38 SIGN OFF i 39 Sign Relay shall de-energize. 40 41 SIGN ON 42 Sign Relay shall energize. 43 44 F. Sign Relay 45 The sign relay shall be plugged into a socket installed on the rear of the 46 display panel. The relay shall be wired as shown in the Plans. The relay 47 coil shall draw (or sink) 50 milliamperes ± 10% from the 170E controller 48 and have a DPDT contact rating not less than 10 amperes. A 1 N4004 49 diode shall be placed across the relay coil to suppress voltage spikes. 50 The anode terminal shall be connected to terminal #7 of the relay as .� 1 labeled in the Plans. The relay shall energize when the METERING 2 indicator LED is lit. 3 . 4 G. Detector Input Indicators 5 One display LED and one spring-loaded two-position SPST toggle switch 6 shall be provided for each of the 40 detection inputs. These LEDs and 7 switches shall function as follows: 8 9 TEST 10 When the switch is in the test position, a call shall be placed to the 11 controller and energize the associated LED. The switch shall 12 automatically return to the run position when it is released. 13 14 RUN 15 In the run position the LEDs shall illuminate for the duration of each 16 call to the controller. 17 18 H. Controller Output Indicators 19 The display panel shall contain a series of output indicator LEDs mounted �• 20 below the detection indicators. The layout shall be according to the detail 21 in the Plans. These LEDs shall illuminate upon a ground true output from 22 the controller via the C5 connector. 23 24 The output indicator LEDs shall have resistors in series to drop the 25 voltage from 24 volts DC to their rated voltage and limit current below 26 their rated current. The anode connection of each LED to +24 VDC shall 27 be wired through the resistor. 28 29 I. Connectors 30 Connection to the display panel shall be made by three connectors, one 31 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 32 and P2 connectors shall be 50-pin cannon D series, or equivalent 50 pin 33 connectors and shall be compatible such that the two connectors can be 34 connected directly to one another to bypass the input detection. Wiring +•• 35 for the P1, P2 and C5 connectors shall be as shown in the Plans. 36 37 The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and 38 C6 according to the pin assignments shown in the Plans. 39 40 6. Model 204 Flasher Unit 41 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 42 sign flasher unit mounted on the right rear side panel. The flasher shall be 43 powered from T1-2. The outputs from the flasher shall be wired to T1-5 and 44 T1-6. 45 46 7. Fiber Optic Patch Panel 47 The Contractor shall provide and install a rack-mounted fiber optic patch panel 48 as identified in the Plans. 49 1 Cabinet Wiring 2 1. Terminal blocks TB1 through T139 shall be installed on the Input Panel. 3 Layout and position assignment of the terminal blocks shall be as noted in 4 the Plans. io 5 6 Terminals for field wiring in traffic data and/or ramp metering controller 7 cabinet shall be labeled, numbered and connected in accordance with the 8 following: 9 10 Terminal Terminal and Connection 11 Block Pos. Wire Numbers Identification 12 TBS 501-502 AC Power, Neutral 13 T1-2 641 Sign on 14 T1-4 643 Sign off 15 T1-5 644 Flasher Output NC 16 T1-6 645 Flasher Output NO 17 T4-1 631 Lane 3 - Red 'w 18 T4-2 632 Lane 3 - Yellow 19 T4-3 633 Lane 3 - Green 20 T4-4 621 Lane 2 - Red 21 T4-5 622 Lane 2 - Yellow 22 T4-6 623 Lane 2 - Green 23 T4-7 611 Lane 1 - Red e` 24 T4-8 612 Lane 1 - Yellow 25 T4-9 613 Lane 1 - Green 26 27 Loop lead-in cables shall be labeled and connected to cabinet terminals 28 according to the ITS Field Wiring Chart. This chart will be provided by the 29 Engineer within 20 days of the Contractor's request. 30 31 9-29.16(2)A Optical Units 32 Under the first paragraph, number 4 (warranty) is deleted. 33 34 9-29.19 Pedestrian Push Buttons 35 The third paragraph is deleted 36 37 9-29.21 Flashing Beacon 38 This section is revised to read: 39 40 Flashing beacons shall be installed as detailed in the Plans, as specified in the Special 41 Provisions, and as described below: e 42 43 Controllers for flashing beacons shall be as specified in Section 9-29.15. 44 45 Beacons shall consist of single section, 8-inch or 12-inch traffic signal heads, three 46 or four-way adjustable, meeting all of the applicable requirements of Section 9- 47 29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch 48 yellow displays shall be dimmed 50%after dark. 49 aw 1 Mounting brackets, mountings, and installation shall meet all applicable 2 requirements of Section 9-29.17. 3 .. 4 Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans 5 or as determined by the Engineer. 6 7 9-29.24 Service Cabinets 8 Under the first paragraph, item F is revised to read: 9 10 F. The minimum size of control circuit conductors used in service cabinets shall be 11 No. 14 AWG stranded copper. 12 13 All electrical contactors shall have the loadside terminals toward the front (door 14 side) of the service cabinet. 15 16 Under the first paragraph, the fourth sentence of item I is revised to read: 17 18 No electrical devices shall be connected to the dead front panel. 19 20 9-29.25 Amplifier, Transformer, and Terminal Cabinets 21 Under the first paragraph, the fourth sentence of item 3 is revised to read: low 22 23 The Contractor shall supply construction cores with two master keys. The keys shall be 24 delivered to the Engineer. 25 aw 26 SECTION 9-30, WATER DISTRIBUTION MATERIALS 27 August 2, 2004 28 9-30.6(1) Saddles 29 The first sentence is revised to read: 30 31 Saddles shall be ductile iron, bronze, brass, or stainless steel. 32 33 9-30.6(2) Corporation Stops 34 The first sentence is revised to read: 35 36 Corporation stops shall be made of bronze or brass alloy. 37 38 9-30.6(4) Service Fittings 39 The first sentence is revised to read: 40 41 Fittings used for service connections shall be made of bronze or brass alloy. 42 43 SECTION 9-32, MAILBOX SUPPORT 44 August 2, 2004 45 9-32.2 Bracket, Platform and Anti-Twist Plate 46 This section is revised to read: 47 w. rr ..w 1 The bracket, platform, and anti-twist plate shall be 16 gage sheet steel, conforming to 2 ASTM A 36. 3 4 9-32.4 Wood Posts Vii► 5 This section is revised to read: 6 7 Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar. 8 9 Section 9-32 is supplemented with the following: 10 wr 11 9-32.8 Concrete Base 12 The concrete in the concrete base shall meet or exceed the requirements of Section 6- 13 02.3(2)6. ,rr 14 15 9-32.9 Steel pipe 16 The requirements for commercially available, Schedule 40, galvanized steel pipe, 17 elbows, and couplings shall be met for all parts not intended to be bent or welded. 18 Welded and bent parts shall be galvanized after fabrication in accordance with 19 AASHTO M 111. , 20 21 9-32.10 U-Channel Post 22 U-channel posts shall meet the requirements of ASTM A 29, weigh a minimum of 3 pounds 23 per linear foot, and shall be galvanized according to AASHTO M 111. 24 25 SECTION 9-33, CONSTRUCTION GEOTEXTILE 26 April 5, 2004 27 This section including title is revised to read: 28 29 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 30 April 5, 2004 31 9-33.1 Geosynthetic Material Requirements s. 32 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and 33 prefabricated drainage mats. 34 35 Geotextiles, including geotextiles attached to prefabricated drainage core to form a 36 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns 37 formed into a stable network such that the fibers or yarns retain their position relative to 38 each other during handling, placement, and design service life. At least 95 percent by 39 weight of the material shall be polyolefins or polyesters. The material shall be free from 40 defects or tears. The geotextile shall also be free of any treatment or coating which 41 might adversely alter its hydraulic or physical properties after installation. 42 43 Geogrids shall consist of a regular network of integrally connected polymer tensile 44 elements with an aperture geometry sufficient to permit mechanical interlock with the 45 surrounding backfill. The long chain polymers in the geogrid tensile elements, not 46 including coatings, shall consist of at least 95 percent by mass of the material of 47 polyolefins or polyesters. The material shall be free of defects, cuts, and tears. 48 "" 1 Prefabricated drainage core shall consist of a three dimensional polymeric material with 2 a structure that permits flow along the core laterally, and which provides support to the 3 geotextiles attached to it. 'w 4 5 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in 6 Section 9-33.2, and additional tables as required in the Special Provisions for each use 7 specified in the Plans. Specifically, the geosynthetic uses included in this section and 8 their associated tables of properties are as follows: 9 w. 10 Applicable 11 Geotextile Application Property Tables 12 Underground Drainage, Low Survivability, .. 13 Classes A, B, and C Tables 1 and 2 14 15 Underground Drainage, Moderate Survivability, 16 Classes A, B, and C Tables 1 and 2 17 18 Separation Table 3 19 20 Soil Stabilization Table 3 21 22 Permanent Erosion Control, Moderate Survivability, 23 Classes A, B, and C Tables 4 and 5 24 25 Permanent Erosion Control, High Survivability 26 Classes A, B, and C Tables 4 and 5 27 28 Ditch Lining Table 4 29 30 Temporary Silt Fence Table 6 31 32 Permanent Geosynthetic Retaining Wall Tables 7 and 9 33 34 Temporary Geosynthetic Retaining Wall Tables 7 and 10 35 36 Prefabricated Drainage Mat Table 8 37 38 Tables 9 and 10 will be included in the Special Provisions. 39 40 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to wr 41 the properties specified in Table 9 for permanent walls, and Table 10 for temporary 42 walls. 43 44 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material 45 placed at the wall face to retain the backfill material as shown in the Plans shall conform 46 to the properties for Construction Geotextile for Underground Drainage, Moderate 47 Survivability, Class A. 48 49 Thread used for sewing geotextiles shall consist of high strength polypropylene, .. 50 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew 1 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of 2 temporary or permanent geosynthetic retaining walls, shall also be resistant to 3 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile 4 itself. 5 6 9-33.2 Geosynthetic Properties - 7 8 9-33.2(1) Geotextile Properties 9 Table 1: Geotextile for underground drainage strength properties for survivability. 10 11 Geotextile Property Requirements' 12 Low Moderate 13 Survivability Survivability 14 Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan 15 Grab Tensile Strength, ASTM D4632 180 lbs./115 lbs. min. 250 lbs./160 lbs. min. 16 min. in machine and 17 x-machine direction 18 19 Grab Failure Strain, in ASTM D4632 <50%/>50% <50 0/o/>50% 20 machine and x-machine 21 direction 22 23 Seam Breaking Strength ASTM D46323 160 lbs./100 lbs. min. 220 lbs./140 lbs. min. 24 25 Puncture Resistance ASTM D4833 67 lbs./40 lbs. min. 80 lbs./50 lbs. min. „ s� 26 27 Tear Strength, min. in ASTM D4533 67 lbs/40 lbs. min. 80 lbs./50 lbs. min. 28 machine and x-machine 29 direction 30 31 Ultraviolet (UV) ASTM D4355 50% strength 50% strength 32 Rediation stability retained min., retained min., 33 after 500 hrs. in after 500 hrs. in 34 weatherometer weatherometer 35 36 Table 2: Geotextile for underground drainage filtration properties. 37 38 Geotextile Property Requirements' 39 Geotextile Property Test Method Class A Class B Class C 40 AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max. 41 (#40 sieve) (#60 sieve) (#80 sieve) , 42 43 Water Permittivity ASTM D4491 .5 sec' min. .4 sec' min. .3 sec' min. 44 -6 45 Table 3: Geotextile for separation or soil stabilization. 46 47 Geotextile Property Requirements' 48 Separation Soil Stabilization 49 Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan 50 AOS ASTM D4751 .60 mm max. .43 mm max. 1 (#30 sieve) (#40 sieve) 2 3 Water Permittivity ASTM D4491 .02 sec' min. 10 sec' min. wo 4 5 Grab Tensile Strength, ASTM D4632 250 lbs./160 lbs. min. 315 lbs./200 lbs. min. 6 min. in machine and 40 7 x-machine direction 8 9 Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50% "0 10 machine and x-machine 11 direction 12 13 Seam Breaking Strength ASTM D46322 220 lbs./140 lbs. min. 270 lbs./180 lbs. min. 14 15 Puncture Resistance ASTM D4833 80 lbs./50 lbs. min. 112 Ibs./79 lbs. min. 16 17 Tear Strength, min. in ASTM D4533 80 Ibs/50 lbs. min. 112 lbs./79 lbs. min. 18 machine and x-machine 19 direction �. 20 21 Ultraviolet (UV) ASTM D4355 50% strength 50% strength 22 Rediation stability retained min., retained min., 23 after 500 hrs. in after 500 hrs. in 24 weatherometer weatherometer 25 Ow 26 Table 4: Geotextile for permanent erosion control and ditch lining. 27 28 Geotextile Property Requirements' ,w. 29 Permanent Erosion Control Ditch Lining 30 Moderate High 31 Servicability Servicability 32 Geotextile Property Test Method' Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan rpr 33 AOS ASTM D4751 See Table 5 See Table 5 .60 mm max(#30 sieve) 34 35 Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec'min. 36 w 37 Grab Tensile Strength, ASTM D4632 250 Ibs./160 lbs.min. 315 Ibs./200 lbs.min. 250 Ibs./160 Ibs.min. 38 min.in machine and 39 x-machine direction 40 N, 41 Grab Failure Strain,in ASTM D4632 15%-50%/>50% 15%-50 0/o/>50% <50%/>50% 42 machine and x-machine 43 direction 44 VW 45 Seam Breaking Strength ASTM D4632' 220 Ibs./140 lbs.min. 270 Ibs./180 lbs.min. 220 Ibs./140 lbs.min. 46 47 Burst Strength ASTM D3785 400 pse/190 psi min. 500 psi/320 psi min. 48 arr 49 Puncture Resistance ASTM D4833 80 Ibs./50 lbs. min. 112 IbsJ79 lbs.min. 80 Ibs./50 lbs.min. 50 51 Tear Strength,min.in ASTM D4533 80 Ibs/50 Ibs. min. 112 lbs./79 lbs.min. 80 Ibs./50 Ibs.min. 52 machine and x-machine 53 direction 54 55 Ultraviolet(UV) ASTM D4355 70%strength 70%strength 70%strength 56 Radiation stability retained min., retained min., retained min., rrr 57 after 500 hrs.in after 500 hrs.in after 500 hrs.in 58 weatherometer weatherometer weatherometer +�r r�r 1 � 2 Table 5: Filtration properties for geotextile for permanent erosion control. 3 4 Geotextile Property Requirements' 5 Geotextile Property Test Method Class A Class B Class C 6 AOS ASTM D4751 .43 mm max. .25 mm max. .22 mm max. 7 (#40 sieve) (#60 sieve) (#70 sieve) 8 9 Water Permittivity ASTM D4491 .7 sec' min. .4 sec' min. .2 sec' min. 10 11 Table 6: Geotextile for temporary silt fence. 12 13 Geotextile Property Requirements' 14 Supported 15 Between 16 Unsupported Posts with Wire or 17 Geotextile Property Test Method 2 Between Posts Polymeric Mesh 18 AOS ASTM D4751 .60 mm max. for slit .60 mm max. for slit 19 film wovens film wovens 20 (#30 sieve) (#30 sieve) 21 .30 mm max. for all .30 mm max. for all 22 other geotextile other geotextile 23 types (#50 sieve) types (#50 sieve) 24 .15 mm min. .15 mm min. 25 (#100 sieve) (#100 sieve) 26 27 Water Permittivity ASTM D4491 .02 sec' min. .02 sec' min. 28 29 Grab Tensile Strength, ASTM D4632 180 lbs. min. in 100 lbs. min. 30 min. in machine and machine direction, 31 x-machine direction 100 lbs. min. in 32 x-machine direction 33 34 Grab Failure Strain, in ASTM D4632 30% max. at 180 lbs. 35 machine and x-machine or more 36 direction 37 38 Ultraviolet (UV) ASTM D4355 70% strength 70% strength 39 Rediation stability retained min., retained min., 40 after 500 hrs. in after 500 hrs. in 41 weatherometer weatherometer 42 43 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., 44 the test result for any sampled roll in a lot shall meet or exceed the values shown in the 45 table). 46 47 2The test procedures used are essentially in conformance with the most recently 48 approved ASTM geotextile test procedures, except for geotextile sampling and 49 specimen conditioning, which are in accordance with WSDOT Test Methods 914 and err 1 915, respectively. Copies of these test methods are available at the State Materials 2 Laboratory in Tumwater. 3 4 3With seam located in the center of 8-inch long specimen oriented parallel to grip faces. 5 6 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced *�► 7 Slopes 8 All geotextile properties provided in Table 7 are minimum average roll values. The 9 average test results for any sampled roll in a lot shall meet or exceed the values shown •• 10 in the table. The test procedures specified in the Table are in conformance with the 11 most recently approved ASTM geotextile test procedures, except for geotextile 12 sampling and specimen conditioning, which are in accordance with WSDOT Test 13 Methods 914 and 915, respectively. 14 15 Table 7: Minimum properties required for geotextile reinforcement used in �. 16 geosynthetic reinforced slopes and retaining walls. 17 Geotextile Property Requirements Geotextile Property Test Method Woven/Nonwoven Water Permittivity ASTM D4491 .02 sec.-1 min. AOS ASTM D4751 .84 mm max. aw (No. 20 Sieve) Grab Tensile Strength, min. ASTM D4632 200 Ibs/120 Ibs min. +r. in machine and x-machine direction Grab Failure Strain, ASTM D4632 < 50%/ > 50% in machine and x-machine direction Seam Breaking Strengthl ASTM D4632 160 Ibs/100 Ibs min. Puncture Resistance ASTM D4833 63 Ibs/50 Ibs min. Tear Strength, min. ASTM D4533 63 Ibs/50 Ibs min. in machine and x-machine direction Ultraviolet (UV) Radiation ASTM D4355 70% (for polypropylene .W Stability and polyethyelene) and 50% (for polyester) Strength Retained min., wo after 500 Hr. in weatherometer 18 .. 19 1 Applies only to seams perpendicular to the wall face. or 1 � 2 The ultraviolet (UV) radiation stability, ASTM D4355, shall be a minimum of 70% 3 strength retained after 500 hours in the weatherometer for polypropylene and 4 polyethylene geogrids and geotextiles, and 50% strength retained after 500 hours in the 5 weatherometer for polyester geogrids and geotextiles. 6 7 9-33.2(3) Prefabricated Drainage Mat 8 Prefabricated drainage mat shall have a single or double dimpled polymeric core with a 9 geotextile attached and shall meet the following requirements: 10 + 11 Table 8: Minimum properties required for prefabricated drainage mats. 12 13 Property Test Method Prefabricated Drainage 14 Material/Geotextile 15 Property Requirements 16 17 Width 12 inches min. 18 Thickness ASTM D 5199 0.4 inches min. 19 20 Compressive Strength at 21 Yield ASTM D 1621 100 psi min. 22 23 In Plan Flow Rate ASTM D 4716 24 Gradient = 0.1, 25 Pressure = 5.5 psi 5.0 gal. /min./ft. 26 27 Gradient = 1.0, 28 Pressure = 14.5 psi 15.0 gal. /min./ft. 29 30 Geotextile - AOS ASTM D 4751 #60 US Sieve max. 31 32 Geotextile - Permittivity ASTM D 4491 > 0.4 SEC -� 33 34 Geotextile - Grab Strength ASTM D 4632 Nonwoven - 110 lb. min. 35 36 Prefabricated drainage mats will be accepted based on the manufacturer's certificate of 37 compliance that the material furnished conforms to these specifications. The 38 Contractor shall submit the manufacturer's certificate of compliance to the Engineer in 39 accordance with Section 1-06.3. 40 41 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile 42 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the 43 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control 44 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 45 46 9-33.4 Geosynthetic Approval and Acceptance 47 48 9-33.4(1) Source Approval 49 The Contractor shall submit to the Engineer the following information regarding each 50 geosynthetic proposed for use: r ► 2 Manufacturer's name and current address, 3 Full product name, 4 Geotextile structure, including fiber/yarn type, 5 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining 6 walls), and +► 7 Proposed geotextile use(s). 8 9 If the geosynthetic source has not been previously evaluated, or is not listed in the .�. 10 current WSDOT Qualified Products List (QPL), a sample of each proposed 11 geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for 12 evaluation. After the sample and required information for each geosynthetic type have 13 arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days 14 will be required for this testing. Source approval will be based on conformance to the 15 applicable values from Tables 1 through 8 in Section 9-33.2 and additional tables as 16 specified in the Special Provisions. Source approval shall not be the basis of 17 acceptance of specific lots of material unless the lot sampled can be clearly identified 18 and the number of samples tested and approved meet the requirements of WSDOT 19 Test Method 914. 20 21 Geogrid and geotextile products that are qualified for use in permanent geosynthetic 22 retaining walls and reinforced slopes (Classes 1, 2, or both) are listed in the current 23 WSDOT QPL. 24 25 For geogrid and geotextile products proposed for use in permanent geosynthetic "w 26 retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor 27 shall submit test information and the calculations used in the determination of Tat 28 performed in accordance with WSDOT Standard Practice T925 to the State Materials 29 Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30 30 calendar days after receipt of the information to complete the evaluation. 31 32 9-33.4(3) Acceptance Samples 33 Samples will be randomly taken by the Engineer at the job site to confirm that the 34 geosynthetic meets the property values specified. 35 36 Approval will be based on testing of samples from each lot. A "lot' shall be defined for 37 the purposes of this specification as all geosynthetic rolls within the consignment (i.e., 38 all rolls sent the project site) that were produced by the same manufacturer during a 39 continuous period of production at the same manufacturing plant and have the same 40 product name. After the samples have arrived at the State Materials Laboratory in 41 Tumwater, a maximum of 14 calendar days will be required for this testing. 42 43 If the results of the testing show that a geosynthetic lot, as defined, does not meet the 44 properties required for the specified use as indicated in Tables 1 through 8 in Section 9- 45 33.2, and additional tables as specified in the Special Provisions, the roll or rolls which 46 were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic OW 47 retaining walls shall meet the requirements of Table 7, and Table 10 in the Special 48 Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall 49 meet the requirements of Table 7, and Table 9 in the Special Provisions, and both �. 50 geotextile and geogrid acceptance testing shall meet the required ultimate tensile 1 strength T. as provided in the current QPL for the selected product(s). If the selected 2 product(s) are not listed in the current QPL, the result of the testing for T. shall be 3 greater than or equal to T,a as determined from the product data submitted and 4 approved by the State Materials Laboratory during source approval. 5 6 Two additional rolls for each roll tested which failed from the lot previously tested will 7 then be selected at random by the Engineer for sampling and retesting. If the retesting 8 shows that any of the additional rolls tested do not meet the required properties, the 9 entire lot will be rejected. If the test results from all the rolls retested meet the required 10 properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic 11 that has defects, deterioration, or damage, as determined by the Engineer, will also be 12 rejected. All rejected geosynthetic shall be replaced at no additional expense to the 13 Contracting Agency. e# 14 15 9-33.4(4) Acceptance by Certificate of Compliance 16 When the quantities of geosynthetic proposed for use in each geosynthetic application 17 are less than or equal to the following amounts, acceptance shall be by Manufacturer's 18 Certificate of Compliance: 19 20 Application Geotextile Quantity 21 Underground Drainage 600 sq. yards 22 Soil Stabilization and Separation 1,800 sq. yards 23 Permanent Erosion Control 1,200 sq. yards 24 Temporary Silt Fence All quantities 25 Temp. or Perm. Geosynthetic Retaining Wall Not required 26 Prefabricated Drainage Mat All quantities ' 27 28 The Manufacturer's Certificate of Compliance shall include the following information 29 about each geosynthetic roll to be used: 30 31 Manufacturer's name and current address, 32 Full product name, 33 Geosynthetic structure, including fiber/yarn type, 34 Polymer type (for all temporary and permanent geosynthetic retaining walls only), 35 Geosynthetic roll number, 1 36 Proposed geosynthetic use(s), and 37 Certified test results. 38 39 9-33.4(5) Approval of Seams 40 If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of 41 sewn seam which can be sampled by the Engineer before the geotextile is installed. r 42 43 The seam sewn for sampling shall be sewn using the same equipment and procedures as 44 will be used to sew the production seams. If production seams will be sewn in both the 45 machine and cross-machine directions, the Contractor must provide sewn seams for 46 sampling which are oriented in both the machine and cross-machine directions. The seams 47 sewn for sampling must be at least 2 yards in length in each geotextile direction. If the 48 seams are sewn in the factory, the Engineer will obtain samples of the factory seam at 49 random from any of the rolls to be used. The seam assembly description shall be submitted 50 by the Contractor to the Engineer and will be included with the seam sample obtained for aw 1 testing. This description shall include the seam type, stitch type, sewing thread type(s), and 2 stitch density. 3 w. 4 SECTION 9-34, PAVEMENT MARKING MATERIAL 5 August 2, 2004 6 9-34.5 Temporary Pavement Marking Tape 7 This section is supplemented with the following: 8 9 Pavement marking masking tape shall conform to ASTM D 4592 Type 1 (removable), 10 except that material shall be black, non-retroreflective and non-glaring. 11 12 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 13 December 6, 2004 •• 14 Temporary traffic control materials in this section consist of various traffic communication, 15 channelization and protection items described in Section 1-10 and listed below: 16 17 Stop/Slow Paddles 18 Construction Signs 19 Wood Sign Posts ,. 20 Sequential Arrow Signs 21 Portable Changeable Message Signs 22 Barricades 23 Traffic Safety Drums 24 Barrier Drums 25 Traffic Cones 26 Tubular Markers 27 Warning Lights and Flashers 28 Truck-Mounted Attenuator 29 30 The basis for acceptance of temporary traffic control devices and materials shall be visual 31 inspection by the Engineer's representative. No sampling or testing will be done except that 32 deemed necessary to support the visual inspection. Requests for Approval of Material and .. 33 Qualified Products List submittals are not required. Certification for crashworthiness 34 according to NCHRP 350 will be required as described in Section 1-10.2(3). 35 36 "MUTCD," as used in this section, shall refer to the latest WSDOT adopted edition of the 37 Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of 38 conflicts between the MUTCD and the contract provisions, then the provisions shall govern. 39 40 9-35.1 Stop/Slow Paddles 41 Paddles shall conform to the requirements of the MUTCD, except that the minimum width "' 42 shall be 24 inches. 43 44 9-35.2 Construction Signs 45 Construction signs shall conform to the requirements of the MUTCD and shall meet the 46 requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any 47 sign/sign stand combination that satisfies these requirements will be acceptable. "' 48 1 Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of 2 0.080 inches and a maximum thickness of 0.125 inches. 3 4 All orange background signs shall be fabricated with Type X reflective sheeting. All post- , 5 mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners 6 (screw heads, bolts or nuts) and the reflective sheeting. 7 8 Soft, fabric, roll-up signs will not be acceptable. Any fabric sign which otherwise meets the 9 requirements of this section and was purchased prior to July 1, 2004, may be utilized until 10 December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI 11 reflective sheeting. 12 13 9-35.3 Wood Sign Posts 14 Use the charts below to determine post size for construction signs. 15 16 One Post Installation 17 18 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 19 4x4 - 16.0 20 4x6 17.0 20.0 21 6x6 21.0 25.0 22 6x8 26.0 31.0 23 24 Two Post Installation 25 26 (For signs 5 feet or greater in width) ' 27 28 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 29 4x4 - 16.0 30 4x6 17.0 36.0 31 6x6 37.0 46.0 32 6x8 47.0 75.0 33 34 * The Engineer shall determine post size for signs greater than 75 square feet. 35 36 Sign posts shall conform to the grades and usage listed below. Grades shall be 37 determined by the current standards of the West Coast Lumber Inspection Bureau 38 (WCLIB) or the Western Wood Products Association (WWPA). 39 40 4 x 4 Construction grade (Light Framing, 41 Section 122-b WCLIB) or (Section 42 40.11 WWPA) 43 4 x 6 No. 1 and better, grade (Structural 44 Joists and Planks, Section 123-b 45 WCLIB) or (Section 62.11 WWPA) 46 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and 47 Timbers, Section 131-b WCLIB) or 48 (Section 80.11 WWPA) 49 6 x 10, 6 x 12 No. 1 and better, grade (Beams and 50 Stringers, Section 130-b WCLIB) or a. 1 (Section 70.11 WWPA) 2 3 9-35.4 Sequential Arrow Signs .w 4 Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the 5 following: 6 .► 7 Sequential arrow signs furnished for stationary lane closures on this project shall be 8 Type C. 9 The color of the light emitted shall be yellow. ,w. 10 The dimming feature shall be automatic, reacting to changes in light without a 11 requirement for manual adjustment. 12 13 9-35.5 Portable Changeable Message Signs 14 Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD 15 and the following: 16 17 The PCMS shall employ one of the following technologies: 18 19 1. Fiber optic/shutter 20 2. Light emitting diode 21 3. Light emitting diode/shutter 22 4. Flip disk 23 24 Regardless of the technology, the PCMS shall meet the following general requirements: 25 26 0 Be light emitting and must not rely solely on reflected light. The emitted light shall 27 be generated using fiber optic or LED technology. 28 29 0 Have a display consisting of individually controlled pixels no larger than 2 1/2 inch 30 by 2 1/2 inch. If the display is composed of individual character modules, the 31 space between modules must be minimized so alphanumeric characters of any 32 size specified below can be displayed at any location within the matrix. 33 34 0 When activated, the pixels shall display a yellow or orange image. When not 35 activated, the pixels shall display a flat black image that matches the background 36 of the sign face. 37 38 0 Be capable of displaying alphanumeric characters that are a minimum of 18 inches 39 in height. The width of alphanumeric characters shall be appropriate for the font. 40 The PCMS shall be capable of displaying three lines of eight characters per line 41 with a minimum of one pixel separation between each line. 42 43 • The PCMS message, using 18-inch characters, shall be legible by a person with 44 20/20 corrected vision from a distance of not less than 800 feet centered on an 45 axis perpendicular to the sign face. 46 47 0 The sign display shall be covered by a stable, impact resistant polycarbonate face. 48 The sign face shall be non-glare from all angles and shall not degrade due to 49 exposure to ultraviolet light. 50 Ow lop 1 • Be capable of simultaneously activating all pixels for the purpose of pixel 2 diagnostics. Any sign that employs flip disk or shutter technology shall be 3 programmable to activate the disks/shutters once a day to clean the electrical 4 components. This feature shall not occur when the sign is displaying an active 5 message. 6 7 The light source shall be energized only when the sign is displaying an active AN 8 message. 9 10 The PCMS panels and related equipment shall be permanently mounted on a trailer with all 11 controls and power generating equipment. 12 13 The PCMS shall be operated by a controller that provides the following functions: 14 15 1. Select any preprogrammed message by entering a code. 16 2. Sequence the display of at least five messages. 17 3. Blank the sign. 18 4. Program a new message, which may include animated arrows and chevrons. 19 5. Mirror the message currently being displayed or programmed. 20 21 9-35.6 Barricades 22 Barricades shall conform to the requirements of the MUTCD supplemented by the further 23 requirements of Standard Plan H-2. 24 25 9-35.7 Traffic Safety Drums 26 Traffic safety drums shall conform to the requirements of the MUTCD and the following: 27 28 The drums shall have the following additional physical characteristics: 29 30 Material Fabricated from low-density polyethylene that meets the 31 requirements of ASTM D 4976 and is UV stabilized. 32 33 Overall Width 18-inch minimum in the direction(s)of traffic flow. 34 35 Shape Rectangular, hexagonal, circular, or flat-sided semi-circular. 36 37 Color The base color of the drum shall be fade resistant safety 38 orange. 39 40 The traffic safety drums shall be designed to accommodate at least one portable light unit. 41 The method of attachment shall ensure that the light does not separate from the drum upon 46 42 impact. 43 44 Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as a 45 described in Section 1-10.2(3). 46 47 When recommended by the manufacturer, drums shall be treated to ensure proper to 48 adhesion of the reflective sheeting. 49 .. 1 9-35.8 Barrier Drums 2 Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control 3 purposes to straddle a concrete barrier and shall be fabricated from low-density Ow 4 polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. 5 6 The barrier drums shall meet the following general specifications: No 7 8 Total height 22 in., ± 1 in. 9 Cross-section hollow oval on 10 10 in. X 14 in., ± 1 in. 11 Formed support legs length 13 in., ± 1 in. 12 Space between legs 6 1/4 in. min. ..► 13 (taper to fit conc. barrier) 14 Weight 33 lb. ±4 lb. 15 with legs filled with sand. 16 Color Fade resistant safety orange. 17 18 Barrier drums shall have three 4-inch reflective white stripes, (one complete and two partial). • 19 Stripes shall be fabricated from Type III or Type IV reflective sheeting. 20 21 When recommended by the manufacturer, barrier drums shall be treated to ensure proper .. 22 adhesion of the reflective sheeting. 23 24 9-35.9 Traffic Cones .. 25 Cones shall conform to the requirements of the MUTCD, except that the minimum height 26 shall be 28 inches. 27 28 9-35.10 Tubular Markers 29 Tubular markers shall conform to the requirements of the MUTCD, except that the minimum 30 height shall be 28 inches. 31 32 Pavement-mounted tubular markers shall consist of a surface-mounted assembly which 33 uses a separate base with a detachable tubular marker held in place by means of a locking 34 device. 35 36 9-35.11 Warning Lights and Flashers 37 Warning lights and flashers shall conform to the requirements of the MUTCD. 38 39 9-35.12 Truck-Mounted Attenuator 40 The Truck-Mounted Attenuator (TMA) shall be selected from the approved units listed on the 41 Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 42 15,000 pounds and a maximum weight in accordance with the manufacturer's 43 recommendations. Ballast used to obtain the minimum weight requirement, or any other 44 object that is placed on the vehicle shall be securely anchored such that it will be retained 45 on the vehicle during an impact. The Contractor shall provide certification that the unit 46 complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply 47 with NCHRP 350 requirements. 48 IWO 1 The TMA shall have an adjustable height so that it can be placed at the correct elevation 2 during usage and to a safe height for transporting. If needed, the Contractor shall install 3 additional lights to provide fully visible brake lights at all times. 4 + 5 The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron 6 pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and reflective 7 yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the 8 unit. rM di W No APPENDIX A-SAMPLE FORMS CITY OF RENTON vw as No tirr SAMPLES low APPENDIX A SAMPLE FORMS DOCUMENTS IN THE FOLLOWING FORMS MUST BE SUBMITTED BY THE CONTRACTOR " TO CITY. No 2005 OVERLAY rr wr ^PPENPIY- A – SAn4Pt–E FOAMS AML .. Washington State Request to Sublet Work AP Department of Transportation q ❑Subcontractor ❑Lower Tier Subcontractor ❑DBE Prime Contractor Federal Employer 1.D. Number` State Contract Number i r Job Description(Title) Request Number Approval is Requested to Sublet the Following Described Work to: .w Subcontractor or Lower Tier Subcontractor !Federal Employer 1.D. Number' j Address Telephone Number City I State lZip Code Estimated Starting Date i ar i If Lower Tier Subcontractor, ID of Corresponding Subcontractor • If no Federal Employer I.D.Number, Use Owner's Social Security Number rnr Item No. Partial Item Description Amount I I +rr low I rr. rr i I I i i vw i i I wo f I I understand and will insure that the subcontractor will. Prime Contractor Signature Date comply fully with the plans and specifications under which this work is being performed. Department of Transportation Use Only .. Percent of Total Contract 'DBE Status Verification This Request __ —__ % "„ Previous Requests % Sublet to Date __ ___ % Project Engineer Date Approved-Region Construction Engineer Date El (When Required) i DOT Form 421-012 EF Distribution: White(Original)-Region Canary(Copy)-Project Engineer Pink(Copy)-Contractor Revised 7/02 +r Arrc--ND IX A - SA MPL-E FOP-MS i N O LL U CL E 2 m -- U - - - -- (1) rn zoo - qw o o f o LL c W O I = a cu . LL 0. N 16 m •- LL ° rr ° o p LL 1 ° aoi l - — -- - -- - - ° ani N U- � = o F-Z W y N CL rn I i ca N E O I E , M LL a I O 'M co O d r o N ga D. I W E ° W U LL j z - - O E'O C m Q�Q L Z E LL ° z' _ °- Y (D Q p o ° d m r. c cc Qa LL LL c) +L+ — - -*—i— - -- to E c `° ° m N z c ! • R ° w r iLL wn O F- C i 0 U o CL o I � Vi zm -- — N rr i GQmo0 O O a� p a LL �+ = wr OEm -r -- - �W ° � I 0 w¢~ S.m eo 1--o m CL qw d Y Y Y Y d O � Y � I H C c c c c c 2 ! c 2 ! �C r0. a1 m m ai al m Q°U Q n o i o o o !m O N o 0 U Q Q Q I F c v °' 0 rn CIJ 1c) 3 a P o CD- L o c d. 4) 'c _ > wrr N R R l{f = N U z O vir APPENDIX A - SAMPLE FORMS CITY OF RENTON Recycled Product Reporting Form Upon completion of project, indicate the type, amount and cost of each recycled product purchased for and used in the project. Return the completed form to the project manager. *w Project : Date: C AG iNo.: Contractor: Recycled Product Amount I Unit of Measure Cost per Unit ❑ Compost Product aw ❑ Glassphalt or Rubberized - asphalt ❑ Re-crushed Concrete or r. Asphalt ❑ Recycled Glass Cullet ❑ Recycled Plastic Lumber I I I ❑ Other Recycled PIastic ❑ Recycled Building Insulation ow ❑ Recycled Paint I ❑ Rac vcled Rubber Product ❑ Rec teed Carpet I I ❑ Recycled Tile ❑ Other Recycled Product a wo Signed: Title: Date: +w .. CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period rr from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: .. Title: "W .r .r ow "W 18_INTNT.DOC\ +irr aw APPENDIX B-HOURLY MINIMUM WAGE RATES CITY OF RENTON arr rrr war tir rr. APPENDIX B HOURLY MINIMUM WAGE RATES aw r e. im 2005 OVERLAY +wrr rir aw State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 985044540 "" Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY r Effective 03-03-05 (See Benefit Code Key) Over +rr PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $32.61 1N 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $39.87 1M 5A "o CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $39.11 1M 5D ,o BRIDGE,DOCK AND WARF CARPENTERS $38.95 1M 5D CARPENTER $38.95 1M 5D CREOSOTED MATERIAL $39.05 1M 5D DRYWALL APPLICATOR $39.63 1M 5D ow FLOOR FINISHER $39.08 1M 5D FLOOR LAYER $39.08 1M 5D FLOOR SANDER $39.08 1M 5D MILLWRIGHT AND MACHINE ERECTORS $39.95 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $39.15 1M 5D wr SAWFILER $39.08 1M 5D SHINGLER $39.08 1M 5D STATIONARY POWER SAW OPERATOR $39.08 1M 5D STATIONARY WOODWORKING TOOLS $39.08 1M 5D aw CEMENT MASONS JOURNEY LEVEL $40.01 1M 5D DIVERS&TENDERS DIVER $80.62 1M 5D 8A N' DIVER TENDER $41.72 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $39.52 16 5D 8L ASSISTANT MATE(DECKHAND) $38.76 16 5D 8L *W BOATMEN $39.52 16 5D 8L ENGINEER WELDER $39.57 1B 5D 8L LEVERMAN,HYDRAULIC $41.04 1B 5D 8L MAINTENANCE $38.76 1B 5D 8L MATES $39.52 1B 5D 8L OILER $39.16 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $39.44 11 5B vry ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 low �w KING COUNTY Effective 03-03-05 +�r (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code r ELECTRICIANS-INSIDE CABLE SPLICER $49.51 1D 6H CABLE SPLICER(TUNNEL) $53.31 1D 6H CERTIFIED WELDER $47.79 1D 6H rr CERTIFIED WELDER(TUNNEL) $51.41 1D 6H CONSTRUCTION STOCK PERSON $24.33 1 D 6H JOURNEY LEVEL $46.06 1 D 6H JOURNEY LEVEL(TUNNEL) $49.51 1 D 6H ELECTRICIANS-MOTOR SHOP we CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $50.84 4A 5A tow CERTIFIED LINE WELDER $46.37 4A 5A GROUNDPERSON $33.64 4A 5A HEAD GROUNDPERSON $35.46 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A r JACKHAMMER OPERATOR $35.46 4A 5A JOURNEY LEVEL LINEPERSON $46.37 4A 5A LINE EQUIPMENT OPERATOR $39.50 4A 5A POLE SPRAYER $46.37 4A 5A +1' POWDERPERSON $35.46 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS ww MECHANIC $52.27 4A 6Q MECHANIC IN CHARGE $57.41 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.90 2K 6S FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $27.93 1N 5D �r GLAZIERS JOURNEY LEVEL $39.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $41.93 1F 5E +r HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $33.09 1N 5D aw INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN 'w CAPTAIN $35.14 1K 5B COOK $30.11 1K 5B DECKHAND $29.09 1K 5B ENGINEER/DECKHAND $31.66 1K 5B 111110 MATE,LAUNCH OPERATOR $33.24 1K 5B Page 2 +w r urn ww ow KING COUNTY Effective 03-03-05 ***************************************************************************************************************** a (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code rr INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 aw HEAD OPERATOR $12.78 1 TECHNICIAN $7.35 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEYLEVEL $38.95 1M 5D aw IRONWORKERS JOURNEY LEVEL $43.12 1B 5A LABORERS ASPHALT RAKER $33.09 IN 5D aw BALLAST REGULATOR MACHINE $32.61 IN 5D BATCH WEIGHMAN $27.93 IN 5D BRUSH CUTTER $32.61 IN 5D BRUSH HOG FEEDER $32.61 IN 5D err BURNERS $32.61 IN 5D CARPENTER TENDER $32.61 IN 5D CASSION WORKER $33.45 IN 5D CEMENT DUMPER/PAVING $33.09 IN 5D Aw CEMENT FINISHER TENDER $32.61 IN 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $32.61 IN 5D CHIPPING GUN(OVER 30 LBS) $33.09 IN 5D CHIPPING GUN(UNDER 30 LBS) $32.61 IN 5D to CHOKER SETTER $32.61 IN 5D CHUCK TENDER $32.61 1 N 5D CLEAN-UP LABORER $32.61 1 N 5D CONCRETE DUMPER/CHUTE OPERATOR $33.09 IN 5D CONCRETE FORM STRIPPER $32.61 IN 5D CONCRETE SAW OPERATOR $33.09 IN 5D CRUSHER FEEDER $27.93 IN 5D CURING LABORER $32.61 IN 5D rr DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $32.61 IN 5D DITCH DIGGER $32.61 IN 5D DIVER $33.45 IN 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.09 1 N 5D ww DRILL OPERATOR,AIRTRAC $33.45 1 N 5D DUMPMAN $32.61 IN 5D EPDXY TECHNICIAN $32.61 1N 5D EROSION CONTROL WORKER $32.61 1N 5D FALLER/BUCKER,CHAIN SAW $33.09 1N 5D or FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $25.61 1 N 5D construction debris cleanup) FINE GRADERS $32.61 IN 5D FIRE WATCH $27.93 1 N 5D w FORM SETTER $32.61 IN 5D GABION BASKET BUILDER $32.61 1N 5D GENERAL LABORER $32.61 IN 5D GRADE CHECKER&TRANSIT PERSON $33.09 IN 5D GRINDERS $32.61 IN 5D GROUT MACHINE TENDER $32.61 IN 5D Page 3 wo nrr rr KING COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ow GUARDRAIL ERECTOR $32.61 IN 5D HAZARDOUS WASTE WORKER LEVEL A $33.45 IN 5D HAZARDOUS WASTE WORKER LEVEL B $33.09 IN 5D HAZARDOUS WASTE WORKER LEVEL C $32.61 1N 5D rr HIGH SCALER $33.45 IN 5D HOD CARRIER/MORTARMAN $33.09 1 N 5D JACKHAMMER $33.09 1N 5D LASER BEAM OPERATOR $33.09 1N 5D MANHOLE BUILDER-MUDMAN $33.09 IN 5D MATERIAL YARDMAN $32.61 1 N 5D MINER $33.45 1N 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.09 IN 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $33.09 IN 5D PILOT CAR $27.93 IN 5D PIPE POT TENDER $33.09 IN 5D 'w PIPE RELINER(NOT INSERT TYPE) $33.09 1 N 5D PIPELAYER&CAULKER $33.09 1 N 5D PIPELAYER&CAULKER(LEAD) $33.45 1 N 5D PIPEWRAPPER $33.09 1 N 5D POT TENDER $32.61 IN 5D POWDERMAN $33.45 1N 5D POWDERMAN HELPER $32.61 IN 5D POWERJACKS $33.09 IN 5D arr RAILROAD SPIKE PULLER(POWER) $33.09 IN 5D RE-TIMBERMAN $33.45 IN 5D RIPRAP MAN $32.61 IN 5D RODDER $33.09 IN 5D SCAFFOLD ERECTOR $32.61 IN 5D SCALE PERSON $32.61 IN 5D SIGNALMAN $32.61 IN 5D SLOPER(OVER 20") $33.09 1 N 5D �rrr SLOPERSPRAYMAN $32.61 1N 5D SPREADER(GLARY POWER OR SIMILAR TYPES) $33.09 IN 5D SPREADER(CONCRETE) $33.09 1 N 5D STAKE HOPPER $32.61 1 N 5D sir STOCKPILER $32.61 1 N 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.09 1 N 5D TAMPER(MULTIPLE&SELF PROPELLED) $33.09 IN 5D TOOLROOM MAN(AT JOB SITE) $32.61 1 N 5D rr TOPPER-TAILER $32.61 1 N 5D TRACK LABORER $32.61 IN 5D TRACK LINER(POWER) $33.09 IN 5D TRUCK SPOTTER $32.61 IN 5D ," TUGGER OPERATOR $33.09 IN 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $32.61 IN 5D VIBRATOR $33.09 IN 5D VINYL SEAMER $32.61 1N 5D or WELDER $32.61 1N 5D WELL-POINT LABORER $33.09 IN 5D fAr Page 4 WA No tilt r- KING COUNTY Effective 03-03-05 w (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code aw LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $32.61 1N 5D PIPE LAYER $33.09 IN 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 No LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEYLEVEL $39.63 1M 5D aw MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $0.00 1 METAL FABRICATION(IN SHOP) FITTER $15.86 1 aiw LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 vrr MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 yr PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 am WELDER $11.56 1 PAINTERS JOURNEY LEVEL $30.76 2B 5A PLASTERERS JOURNEY LEVEL $39.93 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $51.01 1G 5A rr POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $37.26 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.88 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $40.34 IT 5D 8L No BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.86 IT 5D 8L BACKHOES, (75 HP&UNDER) $39.49 IT 5D 8L BACKHOES, (OVER 75 HP) $39.88 IT 5D 8L BARRIER MACHINE(ZIPPER) $39.88 IT 5D 8L r BATCH PLANT OPERATOR,CONCRETE $39.88 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $39.49 IT 5D 8L BOBCAT(SKID STEER) $37.26 IT 5D 8L BROOMS $37.26 IT 5D 8L BUMP CUTTER $39.88 IT 5D 8L CABLEWAYS $40.34 IT 5D 8L CHIPPER $39.88 IT 5D 8L COMPRESSORS $37.26 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $37.26 IT 5D 8L CONCRETE PUMPS $39.49 IT 5D 8L Page 5 rr rr .rr •• KING COUNTY Effective 03-03-05 (See Benefit Code Key) WIN Over PREVAILING Time Holiday Note Classification WAGE Code Code Code or CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 IT 5D 8L CONVEYORS $39.49 IT 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $39.49 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $39.88 IT 5D 8L ON CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $40.34 IT 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $40.86 IT 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $41.40 IT 5D 8L so WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $37.26 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $39.49 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.92 IT 5D 8L +�r ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.88 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $40.34 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $40.86 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $40.86 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $41.40 IT 5D 8L CRUSHERS $39.88 IT 5D 8L DECK ENGINEERIDECK WINCHES(POWER) $39.88 IT 5D 8L DERRICK,BUILDING $40.34 IT 5D 8L DOZERS,D-9&UNDER $39.49 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $39.49 IT 5D 8L DRILLING MACHINE $39.88 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $37.26 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $39.49 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.88 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $39.49 IT 5D 8L am FORK LIFTS,(UNDER 3000 LBS) $37.26 IT 5D 8L GRADE ENGINEER $39.49 IT 5D 8L GRADECHECKER AND STAKEMAN $37.26 IT 5D 8L GUARDRAIL PUNCH $39.88 IT 5D 8L Yrr HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $39.49 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $39.49 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $39.88 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $37.26 IT 5D 8L rrr HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $39.49 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $40.34 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $40.86 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.88 IT 5D 8L LOCOMOTIVES,ALL $39.88 IT 5D 8L MECHANICS,ALL $40.34 IT 5D 8L MIXERS,ASPHALT PLANT $39.88 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $39.88 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $39.49 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $40.34 IT 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 IT 5D 8L OPERATOR PAVEMENT BREAKER $37.26 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $39.88 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $39.49 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $37.26 IT 5D 8L 'o Page 6 to ON m KING COUNTY Effective 03-03-05 ***************************************************************************************************************** rrr (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code w POWER PLANT $37.26 IT 5D 8L PUMPS,WATER $37.26 IT 5D 8L QUAD 9,D-10,AND HD-41 $40.34 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 IT 5D 8L w EQUIP RIGGER AND BELLMAN $37.26 IT 5D 8L ROLLAGON $40.34 IT 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $37.26 IT 5D 8L err ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $39.49 IT 5D 8L ROTO-MILL,ROTO-GRINDER $39.88 IT 5D 8L SAWS,CONCRETE $39.49 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.88 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $40.34 IT 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $39.49 IT 5D 8L SCREED MAN $39.88 IT 5D 8L r SHOTCRETE GUNITE $37.26 IT 5D 8L SLIPFORM PAVERS $40.34 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.88 IT 5D 8L SUBGRADE TRIMMER $39.88 IT 5D 8L w TOWER BUCKET ELEVATORS $39.49 IT 5D 8L TRACTORS,(75 HP&UNDER) $39.49 IT 5D 8L TRACTORS,(OVER 75 HP) $39.88 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $39.88 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $40.34 IT 5D 8L TRENCHING MACHINES $39.49 IT 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $39.49 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.88 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.88 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $37.26 IT 5D 8L YO YO PAY DOZER $39.88 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& 11111111 (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.06 4A 5A SPRAY PERSON $31.34 4A 5A Irr TREE EQUIPMENT OPERATOR $31.76 4A 5A TREE TRIMMER $29.48 4A 5A TREE TRIMMER GROUNDPERSON $21.94 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS r MECHANIC $48.21 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 w RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $39.44 11 5B err RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 Page 7 as No No am +- KING COUNTY Effective 03-03-05 ********,►*w********,r,t,r,r*,r*****,r,t*,t,r,r,t,r*,r*,r,r***tr********,rt*,r*****,r*,r***,r*,r**,e**************,t*,r***,r*************,r** (See Benefit Code Key) ow Over PREVAILING Time Holiday Note Classification WAGE Code Code Code w RESIDENTIAL GLAZIERS JOURNEY LEVEL $26.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS ar JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS wo JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $48.21 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $32.24 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) r JOURNEY LEVEL $26.76 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $37.03 1H 5A ROOFERS JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS rr JOURNEY LEVEL(FIELD OR SHOP) $46.74 1.1 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $0.00 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $32.24 1B 5A �1 SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $49.19 1B 5C +�e STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $28.31 2B 5A HOLE DIGGER/GROUND PERSON $15.92 2B 5A INSTALLER(REPAIRER) $27.16 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.34 2B 5A SPECIAL APPARATUS INSTALLER 1 $28.31 2B 5A SPECIAL APPARATUS INSTALLER II $27.74 2B 5A Page 8 +rr ar wp KING COUNTY Effective 03-03-05 (See Benefit Code Key) up Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.31 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.34 2B 5A TELEVISION GROUND PERSON $15.12 2B 5A TELEVISION LINEPERSON/INSTALLER $20.05 2B 5A TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A TELEVISION TECHNICIAN $21.45 213 5A TREE TRIMMER $26.34 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $37.03 1H 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $30.86 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $31.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $36.89 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $37.47 IT 5D 8L DUMP TRUCK $36.89 IT 5D 8L DUMP TRUCK&TRAILER $37.47 IT 5D 8L OTHER TRUCKS $37.47 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS 4M IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 as Vw a go 40 +rr Page 9 w� KING County -Effective: 3/3/2005 -- Page 1 of 7 �r. Topic Index I Contact Info Se Uborand Home Safety claims Et insurance 11 Workplace Rights i Trades&Licensing Find a Law(RCW)or Rule(WAGE Get a Form or Publication 1 KING County - Effective: 3/3/2005 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. Any apprentice not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journey level wages. To verify apprentice registration, call (360) 902-5324. KING County --Apprentices -- Effective 3/3/2005 -- Benefit Code Key . Prevailing Overtime Holiday Note 1, Stage of Progression Et Hour Range Wage Code Code Code j ;ASBESTOS ABATEMENT WORKERS # am 'ENVIRONMENTAL CONTROL PAINTERS I 1: 0 - 1000 Hours - 50.00% $17.53 1 N 5D 2: 1001 - 2000 Hours - 60.00% $20.03 1 N 5D 1 3: 2001 - 3000 Hours - 75.00% $25.72 1 N 5D 4: 3001 - 4000 Hours - 90.00% $29.85 1 N 5D I LABORERS 1: 0 - 1000 Hours - 60.00% $22.63 1N 5D 2: 1001 - 2000 Hours - 70.00% $25.12 1N 5D 3: 2001 - 3000 Hours - 80.00% $27.62 1 N 5D 4: 3001 - 4000 Hours - 90.00% $30.11 1_N 5D oft BOILERMAKERS 1: 0 - 1000 Hours - 70.00% $23.32 1 j 2: 1001 - 2000 Hours - 75.00% $24.99 1 3: 2001 - 3000 Hours - 80.00% $26.66 1 '"" 4: 3001 - 4000 Hours - 85.00% $28.32 1 j 5: 4001 - 5000 Hours - 90.00% $29.99 1 I 6: 5001 - 6000 Hours - 95.00% $31.65 1 BRICK AND MARBLE MASONS 1: 0 - 750 Hours - 50.00% $23.96 1 M 5A 2: 751 - 2250 Hours - 55.00% $25.38 1 M 5A 3: 2251 - 3000 Hours - 60.00% $26.84 1 M 5A 4: 3001 - 3750 Hours - 70.00% $29.76 1 M 5A 5: 3751 - 4500 Hours - 80.00% $32.68 1 M 5A 6: 4501 - 5250 Hours - 90.00% $35.60 1 M 5A 7: 5251 - 6000 Hours - 95.00% $37.06 1 M 5A CARPENTERS ACOUSTICAL WORKER �r 1: 0 - 1000 Hours - 50.00% $20.96 1 M 5D 2: 1001 - 2000 Hours - 60.00% $27.69 1 M 5D 3: 2001 - 3000 Hours - 68.00% $29.97 1 M 5D 4: 3001 - 4000 Hours - 76.00% $32.26 1 M 5D 5: 4001 - 5000 Hours - 84.00% $34.54 1 M 5D 6: 5001 - 6000 Hours - 92.00% $36.83 1 M 5D BRIDGE, DOCK AND WARF CARPENTERS ' 1: 1 It Period - 60.00% S23.72 1 M 5D tow http://www.Ini.wa.gov/PrevailingWage/Appwages/20051/col7.asp 5/17/2005 KING County -Effective: 3/3/2005 -- Page 2 of 7 2nd period - 65.00% $29.01 1M 5D 3: 3rd Period - 70.00% $30.43 1M 5D 4: 4th Period - 75.00% $31.85 iM 5D 5: 5th Period - 80.00% $33.27 1M 5D 6: 6th Period - 85.00% $34.69 1 M 5D 7: 7th period - 90.00% $36.11 1M 5D 8: 8th Period - 95.00% $37.53 1M 5D CARPENTER i1: 1st Period - 60.00% $23.72 1 M 5D 2: 2nd Period - 65.00% $29.01 1 M 5D 3: 31d Period - 70.00% $30.43 1M 5D 4: 4th Period - 75.00% $31.85 iM 5D 5: 5th Period - 80.00% $33.27 iM 5D 6: 6th Period - 85.00% $34.69 1 M 5D 7: 7th Period - 90.00% $36.11 1M 5D tn period 95.00%8: S $37.53 iM 5D !DRYWALL APPLICATOR DRYWALL, METAL STUD, AND CEILING APPLICATORS 1: 0 - 700 Hours - 50.00% $21.22 1M 5D 2: 701 - 1400 Hours - 60.00% $28.00 1 M 5D 3: 1401 - 2100 Hours - 68.00% $30.32 1_M 5D 4: 2101 - 2800 Hours - 76.00% $32.65 1 M 5D 40 5: 2801 - 3500 Hours - 84.00% $34.98 1 M 5D 6: 3501 - 4200 Hours - 92.00% $37.30 1 M 5D MILLWRIGHT AND MACHINE ERECTORS 1: 111 Period - 60.00% $24.32 1 M 5D 4w 2: 2"d Period 65.00% $29.66 1 M 5D 3: 3rd Period - 70.00% $31.13 1 M 5D 44th Period $32.60 1M 5D 5: 51h Period - 80.00% $34.07 iM 5D '6: 61h Period - 85.00% $35.54 iM 5D �7: 7th Period - 90.00% $37.01 1 M 5D 18: 8th period - 95.00% $38.48 1 M 5D "PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1: 1st period - 60.00% $23.84 1 M 5D 2: 2"d Period - 65.00% $29.14 1 M 5D 3: 31d Period - 70.00% $30.57 iM 5D 4: 41h Period - 75.00% $32.00 1M 5D 5: 5th Period - 80.00% $33.43 iM 5D �w 6: 6th Period 85.00% $34.86 1 M 5D th Period 90.00%7: 7 $36.29 1M 5D �8: 8th Period - 95.00% $37.72 i M 5D :CEMENT MASONS 1: 0 - 1000 Hours - 50.00% $25.44 1 M 5D 2: 1001 - 2000 Hours - 60.00% $28.35 1 M 5D 3: 2001 - 3000 Hours - 70.00% $31.27 1 M _5_D # 4: 3001 - 4000 Hours - 80.00% $34.18 1 M 5D 5: 4001 - 5000 Hours - 90.00% $37.10 1 M 5D 6: 5001 - 6000 Hours - 95.00% $38.55 1 M 5D DRYWALL TAPERS "1: 0 - 1000 Hours - 50.00% $25.78 1 J 5B 2: 1001 - 2000 Hours - 55.00% $27.14 11 5B 3: 2001 - 3000 Hours - 65.00% $29.87 1 J 5B 4: 3001 - 4000 Hours - 75.00% $32.61 1 J 5B 5: 4001 - 5000 Hours - 85.00% $35.34 11 5B 6: 5001 - 6000 Hours - 90.00% $36.71 1 J 5B ELECTRICIANS - INSIDE http://www.lni.wa.gov/PrevailingWage/Appwages/2005 l/co 17.asp 5/17/2005 KING County -Effective: 3/3/2005 -- Page 3 of 7 Vr 11: 0. 1000 Hours - 40.00% $19.55 1 D 6H 12: 1001 - 2000 Hours - 50.00% $23.00 1_D 6H 13: 2001 - 3500 Hours - 55.00% $27.92 1.9 6H 4: 3501 - 5000 Hours - 65.00% $31.95 1 D 6H 5: 5001 - 6500 Hours - 75.00% $35.98 1 D 6H i6: 6501 - 8000 Hours - 85.00% $40.01 11) 6H (ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL LINEPERSON I1: 0 - 1000 Hours - 60.00% $29.97 4A 5A } 1001 - 2000 Hours - 65.00% $31.07 4A 5A j3: 2001 - 3000 Hours - 71.00% $32.54 4A 5A 4: 3001 - 4000 Hours - 81.00% $34.36 4A 5A r 15: 4001 - 5000 Hours - 85.00% $36.57 4A 5A !6: 5001 - 6000 Hours - 89.00% $39.50 4A 5A 17: 6001 - 7000 Hours - 93.00% $40.96 4A 5A 3POLE SPRAYER 1: 0 - 1000 Hours - 85.70% $39.38 4A 5A 2: 1001 - 2000 Hours - 89.80% $40.88 4A 5A 3: 2001 - 3000 Hours - 92.80% $41.98 4A 5A iELECTRONIC Ft TELECOMMUNICATION TECHNICIANS a 11: 0 - 1000 Hours - 55.00% $7.35 1 12: 1001 - 2000 Hours - 60.00% $7.35 1 „r 3: 2001 - 3000 Hours - 65.00% $7.85 1 4: 3001 - 4000 Hours - 70.00% $8.45 1 15: 4001 - 5000 Hours - 75.00% $9.05 1 6: 5001 - 6000 Hours - 80.00% $9.66 1 7: 6001 7000 Hours - 85.00% $10.26 1 8: 7001 - 8000 Hours - 95.00% $11.47 1 ELEVATOR CONSTRUCTORS MECHANIC 1: 111 Period - 50.00% $19.11 4A 6Q 21 2nd Period - 55.00% $33.32 4A 6Q i3: 3rd Period - 65.00% $37.38 4A k 4: 41h Period - 70.00% $39.39 4A 6g, i5: 51h Period - 80.00% $43.44 4A 6g, GLAZIERS 1: 0 - 1000 Hours - 45.00% $21.76 2E 5G 2: 1001 - 2000 Hours - 50.00% $23.41 2E 5G 3: 2001 3000 Hours - 55.005vo $25.07 2E 5G 4: 3001 4000 Hours - 60.00% $26.72 2E 5G t5: 4001 - 5000 Hours - 65.00% $28.38 2E 5G 6: 5001 - 6000 Hours - 70.00% $30.03 2E 5G 40 1: 6001 - 7000 Hours - 80.00% $33.34 2E 5G 8: 7001 - 8000 Hours - 90.00% $36.65 2E 5G HEAT £t FROST INSULATORS AND ASBESTOS WORKERS :MECHANIC 1: 0 - 1000 Hours - 50.00% $26.05 1F 5E 2: 1001 - 2000 Hours - 55.00% $27.63 1 F 5E 3: 2001 - 4000 Hours - 65.00% $30.81 1F 5E 4: 4001 - 6000 Hours - 75.00% $33.99 1F 5E 5: 6001 - 8000 Hours - 85.00% $37.16 1F 5E HOD CARRIERS Et MASON TENDERS 1: 0 - 1000 Hours - 60.00% $22.63 1N 5D 2: 1001 - 2000 Hours - 70.00% $25.12 1 N 5D 3: 2001 - 3000 Hours - 80.00% $27.62 1 N 5D 4: 3001 - 4000 Hours - 90.00% $30.11 1 N 5D lNSLILATION APPLICATORS http://www.Ini.wa.gov/PrevailingWage/Appwages/20051/co17.asp 5/17/2005 KING County -Effective: 3/3/2005 -- Page 4 of 7 1: 0 - 1000 Hours - 50.00% $20.88 1 M 5D 2: 1001 - 2000 Hours - 60.00% $27.59 1M 5D �r 3: 2001 - 3000 Hours - 75.00% $31.85 1M 5D 4: 3001 - 4000 Hours - 90.00% $36.11 1M 5D IRONWORKERS ws 1: 1 It Period - 65.00% $25.68 1 B 5A t2: 2"d Period - 70.00% $27.17 1 B 5A 43: 3rd Period - 75.00% $35.67 1B 5A 4: 4th Period - 80.00% $37.16 1B 5A 5: 5th Period - 90.00% $40.14 1B 5A 66th Period $40.14 1 B 5A 7: 7th Period - 95.00% $41.63 1 B 5A ?8: 81h Period - 95.00% $41.63 1 B 5A LABORERS 1: 0 - 1000 Hours - 60.00% $22.63 1N 5D 4w 2: 1001 - 2000 Hours - 70.00% $25.12 1N 5D 3: 2001 - 3000 Hours - 80.00% $27.62 1N 5D 4: 3001 - 4000 Hours - 90.00% $30.11 IN 5D LABORERS - UNDERGROUND SEWER £t WATER 1: 0 - 1000 Hours - 60.00% $22.63 1N 5D 2: 1001 - 2000 Hours - 70.00% $25.12 1N 5D 3: 2001 - 3000 Hours - 80.00% $27.62 1 N 5D 34: 3001 - 4000 Hours - 90.00% $30.11 1 N 5D LATHERS 11: 0 - 700 Hours - 50.00% $21.22 1M 5D 2: 701 - 1400 Hours - 60.00% $28.00 1M 5D 13: 1401 - 2100 Hours - 68.00% $30.32 1 M 5D 4: 2101 - 2800 Hours - 76.00% $32.65 1M 5D 15: 2801 - 3500 Hours - 84.00% $34.98 1M 5D 6: 3501 - 4200 Hours - 92.00% $37.30 1M 5D 'PAINTERS 1: 0 - 750 Hours - 55.00% $16.18 2B 5A 2: 751 - 1500 Hours - 65.00% $17.23 2B 5A 3: 1501 - 2250 Hours - 75.00% $19.11 2B 5A 4: 2251 - 3000 Hours - 80.00% $20.82 2B 5A 15: 3001 - 3750 Hours - 85.00% $21.81 2B 5A ' 16: 3751 - 4500 Hours - 95.00% $23.78 2B 5A ;PLASTERERS 11: 0 - 500 Hours - 40.00% $18.57 1 R 5A + 2: 501 - 1000 Hours -45.00% $19.88 1 R 5A j3: 1001 - 1500 Hours - 45.00% $25.50 1R 5A 4: 1501 - 2000 Hours - 50.00% $26.82 1 R 5A 15: 2001 - 2500 Hours - 55.00% $28.13 1_R 5A 16: 2501 - 3000 Hours - 60.00% $29.44 1 R 5A i7: 3001 - 3500 Hours - 65.00% $30.75 1 R 5A 18: 3501 - 4000 Hours - 70.00% $32.06 1R 5A '" 9: 4001 - 4500 Hours - 75.00% $32.37 1-.R 5A 10: 4501 - 5000 Hours - 80.00% $33.68 1R 5A 11: 5001 - 5500 Hours - 85.00% $35.00 1R 5A w 12: 5501 - 6000 Hours - 90.00% $36.31 1-R 5A ';13: 6001 - 6500 Hours - 95.00% $37.62 1 R 5A 14: 6501 - 7000 Hours - 95.00% $37.62 1 R 5A PLUMBERS Ft PIPEFITTERS E1: 0 - 2000 Hours - 50.00% $27.00 1 G 5A 2: 2001 - 4000 Hours - 62.50% $36.95 1G 5A 3: 4001 - 6000 Hours - 70.00% $39.54 1G 5A +► 4: 6001 - 8000 Hours - 75.00% S41.25 1G 5A http://www.ini.wa.gov/PrevailingWage/Appwages/2005 1/co 17.asp 5/17/2005 KING County -Effective: 3/3/2005 -- Page 5 of 7 +•r 5: 8001 - 10000 Hours - 85.00% $44.70 1 G 5A POWER EQUIPMENT OPERATORS ALL EQUIPMENT 11: 0 - 1000 Hours - 65.00% $29.26 1T 5D 8L 2: 1001 - 2000 Hours - 70.00% $30.72 1T 5D 8L �3: 2001 - 3000 Hours - 75.00% $32.18 1T 5D 8L 4: 3001 - 4000 Hours - 80.00% $33.64 1T 5D 8L ID: 4001 - 5000 Hours - 90.00% $36.57 1T 5D 8L #6: 5001 - 6000 Hours - 95.00% $38.03 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER Ft WATER I(SEE POWER EQUIPMENT OPERATORS) 11: 0 - 1000 Hours - 65.00% $29.26 rr 12: 1001 - 2000 Hours - 70.00% $30.27 3: 2001 - 3000 Hours - 75.00% $32.18 4: 3001 - 4000 Hours - 80.00% $33.64 5: 4001 - 5000 Hours - 90.00% $36.57 16: 5001 - 6000 Hours - 95.00% $38.03 !POWER LINE CLEARANCE TREE TRIMMERS !TREE TRIMMER 1: 0 - 1000 Hours - 65.00% $20.68 4A 5A 12: 1001 - 2000 Hours - 75.00% $23.04 4A 5A 13: 2001 - 3000 Hours - 80.00% $24.15 4A 5A „ 4: 3001 - 4000 Hours - 90.00% $26.41 4A 5A REFRIGERATION £t AIR CONDITIONING MECHANICS MECHANIC 1: 0 - 2000 Hours - 50.00% $25.97 1G 5A 2:2001 - 4000 Hours - 55.00% $31.33 1G 5A 3: 4001 6000 Hours - 60.00% $33.20 1G 5A 4: 6001 8000 Hours - 70.00% $36.97 1G 5A 1.5: 8001 - 10000 Hours - 85.00% $42.58 1G 5A RESIDENTIAL CARPENTERS '1: 1St Period - 60.00% $14.08 1 12: 2nd period - 65.00% $15.26 1 3: 3rd Period - 70.00% $16.43 1 4: 4th Period - 75.00% $17.60 1 5: th Period $18.78 1 6: 6th Period - 85.00% $19.95 1 i7: 7th Period - 90.00% $21.12 1 8: 8th period - 95.00% $22.30 1 RESIDENTIAL ELECTRICIANS 1: 0 - 900 Hours - 50.00% $13.12 1 2: 901 1800 Hours - 55.00% $14.43 1 .w ?3: 1801 - 2700 Hours - 75.00% $19.68 1 1 4: 2701 - 4000 Hours - 85.00% $22.30 1 RESIDENTIAL PLUMBERS Ft PIPEFITTERS 1: 0 - 1000 Hours - 55.00% $12.62 1 O' E2: 1001 - 2000 Hours - 65.00% $14.92 1 3: 2001 - 4000 Hours - 75.00% $17.21 1 4: 4001 - 6000 Hours - 85.00% $19.51 1 o =RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1: 1 - 1000 Hours - 50.00% $9.74 1 !2: 1001 - 2000 Hours - 60.00% $11.69 1 " 3: 2001 3000 Hours - 65.00% $12.66 1 j 4: 3001 4000 Hours - 70.00% $13.64 1 5: 4001 - 5000 Hours - 80.00% $15.58 1 m► 16: 5001 - 6000 Hours - 85.00% S16.56 1 No http://www.ini.wa.gov/PrevailingWage/Appwages/20051/col7.asp 5/17/2005 KING County -Effective: 3/3/2005 -- Page 6 of 7 !ROOFERS 11: 0 - 820 Hours - 60.00% $22.98 1 R 5A 2: 821 - 1630 Hours - 67.00% $24.78 1R 5A 3: 1631 - 2450 Hours - 74.00% $26.58 1R 5A 14: 2451 - 3270 Hours - 81.00% $29.66 1R 5A =5: 3271 - 4080 Hours - 88.00% $31.46 1R 5A !6: 4081 - 4899 Hours - 95.00% $33.25 1R 5A 'SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) A: 0 - 2000 Hours - 45.00% $20.23 1 J 6L 1 2: 2001 - 3000 Hours - 50.00% $27.96 1 J 6L �3: 3001 - 4000 Hours - 55.00% $29.72 1-1 6L 3 • 4: 4001 - 5000 Hours - 60.00% $31.50 1 J 6L � _ 1 15: 5001 - 6000 Hours - 65.00% $33.28 1-1 6L ! 6: 6001 - 7000 Hours - 70.00% $35.05 1 J 6L 7: 7001 - 8000 Hours - 75.00% $36.83 1-1 6L 8: 8001 - 9000 Hours - 80.00% $38.61 1 J 6L t '9: 9001 - 10000 Hours - 85.00% $40.39 1-1 6L ! 'SOFT FLOOR LAYERS } " APPRENTICES INDENTURED ON OR AFTER JUNE 1, 2003 11: 0 - 750 Hours - 45.00% $16.52 113 5A I !2: 751 - 1500 Hours - 50.00% $17.74 113 5A r low 3: 1501 - 2250 Hours - 60.00% $21.48 1 B 5A 4: 2251 3000 Hours - 70.00% $24.17 1 B 5A 15: 3001 3750 Hours - 80.00% $26.86 1 B 5A 6: 3751 - 4500 Hours - 90.00% $29.55 1 B 5A 'APPRENTICES INDENTURED PRIOR TO JUNE 1, 2003 I 1: 0 - 750 Hours - 45.00% $17.45 1B 5A 2: 751 - 1500 Hours - 50.00% $18.79 1B 5A ! 3: 1501 - 2250 Hours - 60.00% $21.48 1B 5A I 4: 2251 - 3000 Hours - 70.00% $24.17 1 B 5A i 5: 3001 - 3750 Hours - 80.00% $26.86 113 5A j w+ '6: 3751 - 4500 Hours - 90.00% $29.55 113 5A i SPRINKLER FITTERS (FIRE PROTECTION) I 1: 1st Period - 40% $19.96 1 B 5C 2: 2nd Period - 42% $20.66 1 B 5C �"" 3: 3rd Period - 44% $21.37 1 B 5C I 4: 4th Period - 47% $22.43 1_B 5C 5: 5th Period - 52% $27.04 1_13 5C 36: 6th Period - 57% $28.81 1.6 5C 7: 7th Period - 62% $30.82 1 B 5C j 8: 8th Period - 65% $31.88 1-B 5C {9: 9th Period - 75% $35.91 1B 5C ! 10: 10th Period - 80% $37.67 113 5C TERRAZZO WORKERS £t TILE SETTERS 1: 0 - 1000 Hours - 50.00% $22.07 1H 5A j 2: 1001 - 2500 Hours - 55.00% $23.40 1H 5A 3: 2501 3500 Hours - 60.00% $24.73 1H 5A I 4: 3501 4500 Hours - 70.00% $27.39 1 H 5A 5: 4501 5500 Hours - 80.00% $30.06 1H 5A 6: 5501 - 6250 Hours - 90.00% $32.72 1 H 5A 7: 6251 - 7000 Hours - 95.00% $34.05 1 H 5A TILE, MARBLE £t TERRAZZO FINISHERS FINISHER 1: 0 - 1000 Hours - 50.00% $21.46 1 H 5A i2: 1001 - 2500 Hours - 55.00% $22.74 1H 5A *w 3: 2501 - 3500 Hours - 60.00% 524.00 1H 5A i um http://www.ini.wa.gov/PrevailingWage/Appwages/20051/col7.asp 5/17/2005 KING County -Effective: 3/3/2005 -- Page 7 of 7 4: 3501 - 4500 Hours - 70.00% $26.56 1H 5A ?TRAFFIC CONTROL STRIPERS «" i1: 0 - 500 Hours - 60.00% $13.50 1K 5A 501 - 1000 Hours - 60.00% $18.60 1 K 5A 3: 1001 - 2333 Hours - 60.00% $21.22 1 K 5A 4: 2334 - 4666 Hours - 73.00% $24.69 1 K 5A 15: 4667 - 7000 Hours - 88.00% $28.70 1 K 5A STRUCK DRIVERS ALL TRUCKS 1: 0 - 700 Hours - 70.00% $29.15 1T 5D 8L 2: 701 - 1400 Hours - 80.00% $31.73 1T 5D 8L s3: 1401 - 2100 Hours - 90.00% $34.31 1T 5D 8L pw ar •r �w err .r err http://www.In1.wa.gov/PrevailingWage/Appwages/20051/co17.asp 5/17/2005 "W APPENDIX C-STANDARD PLANS CITY OF RENTON +w 4r wr wAr ar dw AW APPENDIX C o. ` STANDARD PLANS on 2005 OVERLAY 4wr "W CITY OF RENTON NR PLANNING/BUILDING/PUBLIC WORKS OERARTMENT VAC. V " COLD PLANING ARR � - 20 -1 =� �w T; sr j M SECTION A-A TYPICAL COLD—PLANING DETAIL 1 DATE 06/95 �, COLD.DWG z 1; v o C =! Cl �1 Q C 5k?!R ~ I QIN c 1 I ' 1 1 •T -q + w. .r LIE up I vo i Z. vw � I v / .o x. >O J- - 0 � I J O W U Z.c J wo < < J aw J . .. SEAL WITH AR 4000 AND DRY SAND AFTER PATCHING PATCHED AREA A A on COVER ws .t. vp PLAN N TS fm we 1'-0" OUTSIDE DIA. 1'-0" 2" A.C. CLASS "G" wr trr 4" CONCRETE SECTION A— A 4w NOTES: REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE BLOCKS. REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE TYPICAL UTILITY COVER WITH 2" OF A.C. CLASS "C". 'o SEE ADJUSTMENT FOR SPECIFICATIONS SECTION 7-05.3(t). PAVEMENT OR OVERLAY Gti o� ADOPTED ttw � CITY OF RENTON STANDARD PLANS 4/10/03 Revised notes and Detail. JD H DMC IV T O LST DATE:04/2003 PO/17/96 Added notes. IDcV1 Ac DATE REVISION BY PPR DWG. NAME: BR36 SP PAGE: 6001 c ' c L L v O a � C i cr m ca c p aw E< G as dw z 1 c - I I V tj IZZ CO Im AWv { � I � .• � C� N J G V v 40 Ys r ♦r CENTER LINES `� • ® • • • • • • • • • ® • • • • • • • • 14" • 3 ♦ • • • • • • • • v • • • • • •-- II-- 30' 4 YELLOW TYPE I LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild'LINE MARKERS (REEL.) w. • • • • • • • wr 9' 15' 3' v 4" YELLOW TYPE 'I' LINE MARKERS ++� SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REEL.) +iw TWO-WAY LEFT TURN LANE • • ® • • • • • • • • • • • • • • • ®4 t „ --•9 • 15' • �3� • • • 4w 12, - 4” YELLOW TYPE 'Ild' LINE MARKERS (REEL.) 4" YELLOW TYPE 'I' LINE MARKERS ® • • • • • • • ® • • • • • • • • • • • • • • • • • • ® • • • r NUMBER OF 2-WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH ----- 200' O.C. SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. CHANNELIZATION MARKERS DETAIL ADOPTED Ids G CRY OF RENTON STANDARD PLANS LST DATE: 1O/30/96 .rr DATE REVISION I BY JAPPR'01 DWG. NAME: HR-01 SP PAGE:H001 APPROACH LINE tttttt titttt : ® = 8" 24' 4" WHITE TYPE LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF ARROWS APPROACH LINE LENGTH ARROW OR OW LOCATIONS +r 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE) 125'-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS w" OVER 300' AT 100' INTERVALS SKIP APPROACH LINE �- - 9' 15' 3' 4" WHITE TYPE 'I' +rr LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) .rr LANE LINE 4"*v:9, 15' 3' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) CHANNELIZATION MAKERS DETAIL ADOPTED rr V Y CITY OF RENTON STANDARD PUNS N T LST DATE: 10/30/96 err DATE I REVISION BY PPR DWG. NAME: HR-02 SP PAGE: HO02 Wz � � c T C m o t L Cpq a o _c° J 7p a Y Q O O A Q O Oo P V / O O E • E � W P „ L W b 6 a [! W W W I 'O m W C ° ° C 0, 1 fA ff79 L g ; ' -° ° h O ° Zg d JC 0 o a a:Cd t CO -°> a Cr a o t- I T OL W C L ° N• ID CE L N C U 7 a �f i C 3 W 3 Z s LW +O 0 O C h c 0 J m i I OL L L N up L 0. t N O m P a n r W o N N V I 3 L P Q I 3 I Z G W W O ' n 1 3: r 1( Z Match �Line A X t m U " O o L J L I 'Z U ` a W O wm "' Z ° �I a t �I� m o C J W (i tlal Z O � W W i 1 'a J T I 4M 1 ; Z � I z I o W z °— z I ( z �- U E o C I 1 ¢ L J o W i I C m `L W i9 ; a I LL- Q ' ' I ' a t W J O O N Z m a c` O I Q W L 0 n cap J O N ° m I o ' J LLJ l"" 0 N n Cr 0 _ I z 0 W I m '^ I + N o 0 a Cl a m I I m J OC O C 0 ID L I n N c I J %A N E CL ON a M a v z°oa \ O tt f a r W I W N . I W + N ; ° o 3 V V W W N I� I I g }t v JC P 3 W O I a —° C o I m q 3 3 V aul'l 434.DY4 uw LO ao W ° " 1c�rr mQ [� N g F� Match Line A C p" m II I aw � { i L ` °' a O A S o 1 1 m a. CL wr c I L a a O V } w +' 1 1 L ,° W N ; Z 4 o o N o 11 r O I o W I I o I --m° C®r-0, a 71 Wz I II / I I a N ) �) C r► c I Ni� \ a II I J L I ww T III 4A C, II n r m L I I O N N V I I I J C II c o a z .r J a I I N o C i w Match Line 8 ` o i-- ° Z I i`o� W J O I • o I Z 7r 1 1 ! T I I o 0 0 II l i v O I • I I _ LL ID ; II Z n >°+ I I = w N I I C q Bull �io�ory J a I N } Q { C) C J J 1 ►-. m 1 • J o 0 a1�1 9 0 •II O 0 3 F- m - a � arw � I I 1 w °a n D I a m t I I °0 wr O p O W 3 _o r L W ; m p b I W O 0 1 m I I m Y O E O Y o g > g 6) n ° E e E L Y N t t ( N + C o p t I m I , '� o N a 0 E I O W 0 0 - y 7 > qm W Q • tt f7 W ~ O 0 o rI� �1 L N 3 °o L c L o N 3 O m M I 3 C p 7 p m W O N O y O L CD m I z is a .' L G } 3 j 9 Gull 43+°Y4 +wr ft., A °O W z v 0 o C vrr klatch Line A L L v n a W N RY Q a 0 Q O O A yyr n rl � a 3 m co w N N L L 3t Oiq V O } � .S O c V I G O O } z$ ! 'r" s 4- a 3 m n w ( t H a r� sm D a I w v o - K N O O p ; O w l G I LX w I U O G p } L J I U W a N 1 N E 3 CL N I ; ` W w 0 W "1 o 0 Jc r J I z I o +7r V L U O O z U n o a- n O ; I z t t H z N N U J a I m Z o LO rr w+' Q Q m z N o a O O O U W I o c +0 ti Ix 1 i oa J i 3: o i � o OD L ° I v I I L O t J a Q L N +. U O 1 N J 1/ N O C p J P U N I P Q 0 I O J w 9.2 t 3 rA I m 6 T T C I G O .0 O O O ' OQ L CO V 4_- C m L N J 3 U b E b +� N c ( a o ° c b J[ 4 c I w o a U E b C. E co I m I a oc ° c O 4- I a o a ¢ a —° w m � I-- o E N u N I I N I n L > ♦ o 0 o La I O Q 4- n _b Q V N CO > C W O O p o y aull 4o�cW o I v° S a m c 7jD m W c U 7 a L } O b U 3 L W L n D0 L OC Gilt I I i F- O b p L 0 r-Z 3 C Lp } L vrr r w 0 0 x m w A z 0000 a � 0 W 3 +. E� ♦ �� Q wr r U Z low I Am 0 0 Nil i as AW �r. wr ye � A m = v LD OZ LL. '^ CS E E~ 3 a r C,� • v � v U �r � qa v 1. v c• a E- U O < < 1rr z C3 C V W c v t I I r /ts �1/�S 1r to A co _ C b N C! VAIW a cm c CI N I O 44 Z r U U 4w C N ui cn © C N N N C4 N J U a p LU +=r 1 i I.L: Ci N L No V < --� w x m � c a 'I �j• �j 1 1 Q � C owl u O < I - < o ZI1 - ! Z r _ J I ix Xi 11 I 0_ low w. rw CURB LANE LANE LANE CURB LANE CENTER CENTER I IN IN I LANE I LANE low I I I I I I I I I I "0 I I ( I 10' I I I ( I t I I rwr I I I I 8"(TYP.)—STRIPE 6 MIN.(TYP.) 8"(TYP.)—OPEN (TYP.) I 8"(TYP.)—STRIPE I CONCRETE LANE I LANE GUTTER LINE I LINE I r1r TIRE I TIRE TIRE I TIRE TRACKS TRACKS TRACKS TRACKS wr TYPICAL 4- LANE ROADWAY CONFIGURATION NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON Thermoplastic/Painted Crosswalk THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. rrr GtiAY p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE 04/01/1990 irr DATE REVISION BY APPR' DWG. NAME: HR-13 SP PAGE: HO1 2 i I * * 35" 31" 31" 35" * 13" I 4'-5" 31' 1'-6"� arr 9'-0" wr 6'-4" 6'-5" rr 45" or 2'-3" +rr low �1 5'-6" 5'-6' * 11' No * BASED ON TYPICAL 11—FOOT LANE WIDTH wrr �e THRU & LEFT TURN ONLY ARROW DETAIL tiCY p ADOPTED �Ir G CITY OF RENTON STANDARD PLANS IST DATE. 10/30/96 DATE REVISION DWG. NAME: HR11 SP PAGE: H010 BY APPR'D r 35" 31" 31" 35" 4'-5" I 13" rtr. r 31' vrr •• I-1'-6" 1'-6 -{ �rrr 9'-0" �r 6'-5" 6'-4" 45* wr 2'-3" w * 5'-6" 5'-6" 11' wr * BASED ON TYPICAL 11-FOOT LANE WIDTH mw `w THRU AND RIGHT TURN ONLY ARROW DETAIL ADOPTED CITY OF RENTON ♦i\ � STANDARD PLANS LST DATE: 12/96 DATE I REVISION BY PPWD DWG. NAME: HR12 SP PAGE: H011 Sc 9 Do S co AL 0 in hi IL CL C3 z ■���l�� • �����_� N/ ■N �a o N. ■.....Y•N....■■••..N • • •.�. 1•■N■. Hu�louu■.n uou..ouu■:ouw ...............r.................N...N: .. .,.- .. CqL CL IL LU La IEI cr ui ��■�� H■• co co nwo.i■..��....ou■uuuf ■■ a. ■r.N.HN.n. NN.N r..rNr /N....Nr.... N■..N.. -y■��I.■N..n■�f■.■■wfwNn■..■ ■.■.tfN/./N.■■N. :::::::::::::::iii■• - :::::::::::::::::::::::::•:::u:::.i::::::::: N C g a 3 z C . � � ° ' R Z z L. ow a C C w C3 eo o g a V C C • w • D V r- �1 I • . . _• b rrr o� • o - s o an M L 6A ` E .0 0 o0 ° o d u` v w O • o ` t n c _ s a� J V O C Q r v w * * CIO 3 • � ? ' 1 D • H t fl va No O a a G { 1 Lo t t t I s 7 ow Z r-. o . C _ � ° �o ion °- •� � `-�'� CL LLJ Lf- �: �— � • N i O 1.1 O� .n0 • I • �.. e-- i I - •�- 1 - , • i j i t l 1� y,lce I o � "c.i t t IA--f z9 3so / / o a - a - a- 3 V ' err C t� sy ��� �e��n - • .tom _ • X �� wl wlw yyt == 111 i SL ©U It TT ti� � •s � � w ^ �_ � �•Si� ij�s �1F asp '� • ��• 1 c3 ise .ao.�:+♦ i S !3 g € If S �2F i tw S h �• —•Q 41 � i j i N O ^ a low aw Q s L Q � f i \ Imo. F --• � �r f{ a w a 1 fly • c • o tito o• • o ♦ � l II y aw t x 7f Ff 71 1 j h I �,•, I tiff♦ ; \`\ J � 1.., J � N � N s d h a o J n o q • r • A U .. o .n La u .. .. 8 v• ' 2 _ ^ c �1 V ^ ° d d • b E�r �` I u s s z .•. Q .. _ t ,. V NO •91 I� w •� � C ~ �O� L II �r- O I. .. © C • N +1 ^ 40 ° Q r• • s • 1 �r .. ' 4 a �: 3e x.4.5 � •i.•��: Y a cc 04.01 ° N ��o ! ( ♦ • x J 3 El _e s O .j Qr°i swoon 1 l a. C yyy C s a 1 ° C 6 C - 25 G x y 4 Y ♦ I u t� S'S n c Qa 2 C �- - - ^ x In teyi �� .O w a � O r Q a.s� • u •e _ov - O '� i« n « n y • � �e,.°. a•e o�� St' S Q � � 1f �. R T: � _ .s_os G .• C O • • O t u Aru u C7 5U • , ' vtOr •ref _ =a a �T!� I N i • M _W C O � v rlw s LC 07) s f l ZZ • + c I 1 Illfii « \\ 1 I I - � f � • � � i o j II a 1 v it C o u •c err N $ v • ° a �+ 1 1�1 Cep V N w .°• .v " a °-Y Z c � °vee b.4 � CL c x �1•.I. v • .. .. C ' y 23 ° y J 3 C g ! J C V 7 CI C �.N, oI .N. • Ea =` ="�_ E- Zo •: Yg b= v1'L`''%t�• 3.1 s5 M. � o � � e ° vo V� � j •b � e� �� C ��.rC/ . pow■ •Vol ; j r - V x =�1• ems/ �� K •Z ov fJ 1 - v • M A Q Y C 1'v A Q � - o y I . ° 1 � 1 � � C Y• M---a ' 1 I � — I� a i ccc TIT C'3 LV fiz- J 26Z �v 4 ' pil A - vw go C r F s G N O C o W tad to jc vw �rrr c � !■s = 1 s « Lot:! aw . c I o . vo o _ c J a o \ =4Q . I ow -751 .r s «- rr 416 v 1 � c = 1 c S I �a z _ o r t w � A O N ♦� °rr � a= � .� ��II x. • A 1.r —.G s� w• € = Yi s = I v it t =w w I w I w u S�=� ��• � — : •'i � �A n� !� � [ �y— �nnn , M� NJ T. V .spiral i i.•. ��� T°� :� Q _/ 71 V -. �b•Is ij dc 000 HO■ Yl ' r / s .. .- _ a . , .�, ,• \ ' ^�'Jy � Z u � � ski V '•¢ p`�ter` ,� W a IIAJ{ � � a s • q Z L'a aN , i = t N S E+ Q . O F a = _ C Q Z < 1 .". 3 = va . , cu aw a 46 s y L. . v¢ ee E f v . aw C C 7 C o C �"- L s O � s • • N yWll a °� °•�� o` e� �� u 3 cc... o, ' I QY3HY - Q3SQl] CY08 ' J L •"a�Hb _ anol3a � N 3nN7M YI! N tl err Ex0 ° CONSTRUCTIOM � y H � O 4 � La! S G � W 7 3nr431. n13 c N ` .r I anoua (33SOT). I DETOUR z ROAD E t� GV08 I �. ° CLOSED o� = W 3nN3ns OCOM9oc voo � 1 OUR T � v 1 zz I 1 I n^ZA n R O A r D CLOSED i AHEAD I y aw • F— � C c p 1 -� ---' C� V ci ]C N C lu 1 ► p ; 1 C �p O � i Q j 3( s C P s o� o • f a � N� o a o >� 1 1111.. 11111110 Eg • G v� O C}� 1 A _ C • r 8 w _ vll Y u 6 a — a . C. c two err P � la Ia w ff o: C E^ N � a I a a v z b a c a a c fL ( -- c�E _ i ( a _ _I ow a1r � Z u a � Q � V ow