Loading...
HomeMy WebLinkAboutContractAward Date: 9/19/2005 CAG 05-120 Awarded to: Gary Merlino Construction Co., Inc. E N T O N 9125 10th Avenue South Seattle, WA 98108-4612 $2,426,530.72 *C�'*uya'P4)'-s Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications SW 27TH STREET / STRANDER BOULEVARD CONNECTION PHASE 1, SEGMENT 1 City of Renton 1055 South Grady Way Renton, WA 98055 General Bid Information: City Contact: Robert Lochmiller Consultant Contact: Dan Hansen (Perteet Inc.) (425) 430-7200 (425) 430-7303 (425) 252-7700 I X902 a ' ofSSIaNAI E*�',a� EXPIRE 10/22/051 CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the SW 27TH STREET/ STRANDER BOULEVARD CONNECTION PHASE 1, SEGMENT 1 Project No. CAG -05-120 July 2005 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98055 ® Printed on Recycled Paper CITY OF RENTON Table of Contents I. CALL FOR BIDS II. INTRODUCTION 1. INSTRUCTIONS TO BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES'ACT POLICY, CITY OF RENTON 4. SCOPE OF WORK III. PROJECT PROPOSAL 1. BIDDER'S CHECKLIST 2. PROPOSAL 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM 6. NON-COLLUSION/ANTITRUST/MINMUM WAGE 7. SUBCONTRACTOR LIST FORM IV. CONTRACT DOCUMENT FORMS 1. BOND TO THE CITY OF RENTON 2. CONTRACT AGREEMENT 3. CITY OF RENTON INSURANCE INFORMATION FORM 4. CITY OF RENTON STANDARD ENDORSEMENT FORM V. CONTRACT SPECIFICATIONS 1. AMENDMENTS TO THE STANDARD SPECIFICATIONS 2. SPECIAL PROVISIONS APPENDIX A - HOURLY MINIMUM WAGE RATES APPENDIX B - STANDARD PLANS VI. CONTRACT PLANS jI. CALL FORBIDS CITY OF RENTON i � I � I I CALL FOR BIDS SW 27" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 CAG -05-120 CITY OF RENTON CALL FOR BIDS SW 27TH STREET/STRANDER BOULEVARD CONNECTION PROJECT PHASE 1, SEGMENT 1 Sealed bids will be received until 2:30 p.m., Wednesday, September 7, 2005, at the City Clerk's office, 7"' floor and will be opened and publicly read in conference room #521 on the 5`h floor, Renton City Hall, 1055 South Grady Way, Renton WA 98055, for the SW 27`h St/Strander Blvd. Connection Project, Phase 1, Segment 1. The work to be performed within 100 Working days from the date of commencement under this contract shall include, but not be limited to: Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. The Work shall construct 0.27 mile extension of SW 27`h Street, from Oakesdale Avenue SW to approximately the City Limits. This project consists of constructing approximately 1,425 feet of new roadway to include, but not be limited to: clearing and grubbing, removal of structures and obstructions, roadway excavation, removal of unsuitable materials, pond excavation, gravel borrow, grading, paving, sidewalk, curb and gutter, storm sewer, water quality/detention pond, street lighting, channelization, landscaping, water main, sewer main and other work necessary to complete the Work as specified and as shown in the Contract Documents. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $50.00 ($45.96, plus $4.04 sales tax) for each set. If ordered by mail, add $10.00 for postage, which is also non-refundable. No telephone orders will be accepted. Questions regarding this call for bids or the planholders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Robert Lochmiller, at 1055 South Grady Way, Renton, WA 98055 or (425) 430-7303. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall apply. Bonnie Walton, City Clerk Published: Daily Journal of Commerce Daily Journal of Commerce Daily Journal of Commerce Daily Journal of Commerce I August 3, 2005 August 10, 2005 August 17, 2005 August 24, 2005 � I II. INTRODUCTION CITY OF RENTON II INTRODUCTION SW 270' ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 t IINSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the -bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed R advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT I CITY OF RENTON JULY 2005 � I 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1- 09.9(1) "Retainage. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. a Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into i■ for work on this project. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16.. 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT I CITY OF RENTON JULY 2005 � i ' conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "2004 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List (If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT I CITY OF RENTON JULY 2005 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ' ADOPTED BY RESOLUTION NO.. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and. to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: --- (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN -The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7ttday of October, 1996. CITY OF RENTON: RENTON CITY COUNCII.,: Ntayor Council President Attest: City Cler SW 27 ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT I CITY OF RENTON JULY 2005 [1 t CITY OF RENTON SUMWARYOFAWNCANSWITHDISABTI1TI ACTPOLICY ADOPTED BYAMOLU170NNO 3007 The Policy of the City of: Rewm is to promote and afford equal treatment and service to all citizens and to assum employment: opportunity to .persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the :Americans With Disabilities Act and other applicable guidelines as set forth in federal,state and local lams. All :depart m n s of the City of:Rcn.= shall a&=.to.the following guidelines: (1.) EMPLO IM .PRACTICES - All activities :relating to employment such as recruitment, selection, Promotion, :termination and training shall be conducted ina, non- discriminatory manner. Personnel decisions mn be based on individual performance, staging requireme rts, ;and in ac c tdaace with the Americans. With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN REAM ORGANIZATIONS. := The City of Renton will cooperate fully with. all organizations and conmtissions :organized :to Pr omote: fair practices and equal opportunity for persons with disabilities in employment and rec cipt of City services, activities and programs. (3) AWMCANS WITH DISABMTTIES ACT POLICY -The City of Retina Americans With Disabilities Act Policy will be maintained to facilitatp :equitable representation within the. City work force and to asstus equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility :and the .duty :of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOQRS- OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Reaton shall .abido by tate requirements of the Americans With Disabilities Act and promote access to. services; activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employ=, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed inappropriate City facilities. CONCURRED 1N by the City Council ofthe City ofi?enton, Washington this. 4th. . day of O.ctober........ 1.993: t t • :c s a a w� SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 � i CITY OF RENTON SW 274' Street/Strander Boulevard Connection Phase 1, Segment 1 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: The contract provides for the 0.27 mile extension of SW 27`h Street, from Oakesdale Avenue SW to approximately the City Limits. This project consists of constructing approximately 1,425 feet of new roadway to include, but not be limited to: clearing and grubbing, removal of structures and obstructions, roadway excavation, removal of unsuitable materials, pond excavation, grading, paving, sidewalk, curb and gutter, storm sewer, water quality/detention pond, street lighting, channelization, landscaping, water main, sewer main and other work necessary to complete the Work as specified and as shown in the Contract Documents. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 100 working days will be allowed for the completion of this project. t SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 III. Project Proposal PROJECT: SW 27TH ST./STRANDER BLVD. COMPANY: ADDRESS: CONNECTION —PHASE 1, SEGMENT 1 III CITY OF RENTON CAG NO.: 05-120 BID AMOUNT: TEL. NO.: PROJECT PROPOSAL SW 274i STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 III. Project Proposal CITY OF RENTON PROJECT: . _ rH` SW 27 STJSTRANDER BLVD. CAG O.: 05-120 N CONNECTION -PHASE 1. SEGMENT 1 aly Mer no° ConStrUot!on C©a, COMPANY: - InC BID AMOUNT:.Z ADDRESS:. . I ZS — 1 tj A VIE TEL. NO.:(ZO(D) 7�, Z -WA08 • � r v PR+OJECT- PROPOSAL } C a � i � � `i R J 1• y! l a A PC SW 27° STJSTRANDER BLVD: CONNECTION r A PHASE 1, :SEGMENT ] C= OF RENTON . `JULY 2005 1. BIDDER'S CHECKLIST 1. PROJECT PROPOSAL COVER SHEET 2. ✓ BIDDER'S CHECKLIST 3. ✓ PROPOSAL FORM 4. ✓ SCHEDULE OF PRICES 5. ✓ ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 6. ✓ BID BOND FORM 7. ✓ NON-CULLUSION/ANTITRUST/MINIMUM 8. V SUBCONTRACTOR LIST FORM Above documents must be executed by the Contractor, President and Vice -President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. SW 27' STREET / STRANDER BOULEVARD CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 CITY OF RENTON SW 27' STREET/ STRANDER BOULEVARD CONNECTION PHASE 1, SEGMENT 1 PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) ''`^ ' Printed Name: 7:BP-kA+-j �� rn c-sn� v kcz -P?eS Signature: r Address: T1 75 S o . - SEA-rrlO- WA . 9 bt og Names of Members of Partnership: III OR Name of President of Corporation C -J AIZ-f / A ERu N n Name of Secretary of Corporation -D6z k Rem-ijA Corporation Organized under the laws of vj A5 u 1,J C--Or'� With Main Office in State of Washington at ' SW 27TH STJSTRANDER BLVD CONNECTION PHASE 1. SEGMENT 1 CITY OF RENTON JULY 2005 SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices In both words and figures and where conflict occurs the written or typed words shall -.111 ITEM APPROX I ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. ROADWAY IMPROVEMENTS 1 1 LS Contractor Supplied Survey T 1-05 $-FW Et 1� ( 1=r v,r-T+(-6US,wo �pu o2.S ZS. BUD . cv Z S, OU p per LS (words) (figures) (figures) 2 1 LS SPCC Plan 1-07 $ �V E �i a rhe �ot t c2S SCX�. v per LS (words) (figures) (figures) 3 1 Archaeological and Historical Salvage 1-07SP FA $ Ten Thousand Dollars and 00 Cents 10,000.00 10,000.00 per FA (words) (figures) (figures) 4 1 LS Mobilization 1-09 $C, 9/,K(, ll ' rlU �az�i9/�O 13 5 3 S vas per LSu�nS (words) (figures) (figures) 5 800 HR Traffic Control Labor 1-10 $ per HR (words) (figures) (figures) 6 8 EA Type 3 Barricade)I ''__ 1-10 $ (—Ol)� i�Nli12� DOL.A25 /I 11 `-t oo per EA (words) (figures) (figures) 7 1 LS Project Temporary Traffic Control 1-10SP $ cu ( (000.— per LS (words) (figures) (figures) 8 4 AC Clearing and Grubbing 2-01SP $ GU _ per AC (words) (figures) (figures) 9 155 LF Sawcut 2-02SP $ W,, 00 2,— _ 3(0 per LF (words) (figures) (figures) 10 1 LS Removal Structure and Obstruction 2-02 $ F-IF1--(--TftbUS,4,J0 –C>QL.(_Aa-S 50,o00 0o _ So, C)06 per LS (words) (figures) (figures) 11 1,300 Roadway Excavation Including Haul 2-03 q per CY (words) (figures) (figures) ITEM APPROX ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 12 37,700 TON Gravel Borrow, Incl. Haul 2-03 $ per TON (words) (figures) (figures) 13 1,630 CY Structure Excavation Class B Incl. Haul 2-09 $ }-AVE -D0L1-A('1.S per CY (words) (figures) (figures) 14 4,860 SF Shoring or Extra Excavation Class B 2-09 $ C)ry1✓ 7>0001YZ- U � � �1 U66 per SF (words) (figures) (figures) 15 1 Trimming and Cleanup 2-11 SP LS $ ONC-(�uSAND '(:�>Oc-LA25 per LS (words) (figures) (figures) 16 290 TON Crushed Surfacing Top Course 4-04 $�W CntTr PI VIE C -6(1-SZ S o� -7 ZSb per TON (words) (figures) (figures) 17 2,570 TON Crushed Surfacing Base Course 4-04 $ TbvC-U�( ky"E J6C-C..�S ZS UU _ (,,4,ZSC� per TON (words) (figures) (figures) 18 2,750 TON Hot Mix Asphalt Class 1/2" PG 58-22 5-04 $ T-i1� E164fT- L-)6C kfiR S , r per TON (words) (figures) (figures) 19 4,930 TON Hot Mix Asphalt Class 1" PG 58-22 5-04 $ F'621Y F�tvt CXoL--'Oa2s 4u 4S, - _ ZZI, tiSa per TON (words) (figures) (figures) 20 10 LF Schedule A Storm Sewer Pipe 8 In. Diam 7-04SP $ J I �f (-c V F l�L1C CSS (1 J1 6'S per LF (words) (figures) (figures) 21 1,020 LF Schedule A Storm Sewer Pipe 12 In. Diam. 7-04SP $ ( VE Go per LF (words) (figures) (figures) 22 170 LF Schedule A Storm Sewer Pipe 18 In. Diam. 7-04SP $ % Per LF (words) (figures) (figures) 23 370 LF Schedule A Storm Sewer Pipe 24 In Diam. 7-04SP $ S(u� F&) 2 �C_,IR,LS GU G Z3 �o UU per LF (words) (figures) (figures) ITEM APPROX ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 24 60 LF Schedule A Storm Sewer Pipe 36 In. Diam 7-04SP $ Ori>= +}-u aDoe?D Fbe7 f -Z>UuP2 S GO 1 — �- �' 1406 per LF (words) (figures) (figures) 25 100 LF D.I. Storm Sewer Pipe 12 In. Diam. 7-04SP $ 17"qTC SIS �OLLAZ5 46. y�6u per LF (words) (figures) (figures) 26 410 LF D.I. Storm Sewer Pipe 18 In. Diam. 7-04SP $ 5 I orip f to L C 425 d• U � Z (o U per LF (words) (figures) (figures) 27 26 EA Catch Basin Type 1 7-05SP $ ONE -t-N+-btJ S ,arrl� Du LL alt S UU 1 I UDC) , 2(c Uu O per EA (words) (figures) (figures) 28 4 EA Catch Basin Type 2 48 In. Diam. 7-05SP $--T-Wo \ +roe 5,e,.J P 'L�>d LLAR- S rU 8 b rj per EA (words) (figures) (figures) 29 7 EA Catch Basin Type 2 54 In. Diam. 7-05SP _ /l -tom $ two�+l�lUSAu�-T{ 1eq; -f r NDVt17 1�LLAeS GV per EA (words) (figures) (figures) 30 1 EA Catch Basin Type 2 72 In. Diam. 7-05SP $ (dJ��T+VpUS{ 10TWU ^� '��(I-(LS cur ZUU. r 'tI ZUl) per EA (words) (figures) (figures) 31 5 EA Adjust Existing Catch Basin 7-05SP $ eL—,E I +U"Qo o _ per EA (words) (figures) (figures) 32 1 EA Connect to Existing Catch Basin 7-05SP $ 1=11U� �ur�1J���d�-l�A2S oU �o,�- SOL) per EA (words) (figures) (figures) 33 2 EA Install Solid Locking Lid 7-05SP RFl 'T DCJ(g2S ZSp,GO SCiD per EA (words) (figures) (figures) Catch Basin Type 2 60 In. Diam. With Flow Control 34 1 Structure 7-05SP - $ AI Lg .G� y� OEA per EA (words) (figures) (figures) 35 1 EA Flow Dispersal Trench 7-21 SP $ -5 (X7Htu SAND bb (tel. WL5 // o �o, per EA (words) (figures) (figures) ITEM NO. APPROK QUANTITY ITEM WITH UNIT PRICED BID Unit Prices to be Written in Words) UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. 36 1 EA Stormwater Vault 7-20SP $ ON>=1.1-uN 7�L� 1=t � c'( `f}Iy U �n+D t70 (-C�2 S iG3 oai.6° per EA (words) (figures) (figures) 37 20 DAY ESC Lead 8-01 per DAY (words) (figures) (figures) 38 47 EA Inlet Protection 8-01 $ gs.G _ per EA (words) (figures) (figures) 39 2,950 LF Sift Fence 8-01 $ J:�-yUe- CA2S 6D 4, — ((I per LF (words) (figures) (figures) 40 1 FA Erosion/Water Pollution Control 8-01 $ Twenty Thousand Dollars and 00 Cents 20,000.00 20,000.00 per FA (words) (figures) (figures) 41 12 EA PSIPE - Autumn Purple Ash (2" Cal.) 8-02SP $ I �fi2 ��U' 00 3(aoU� per EA (words) (figures) (figures) 42 21 EA PSIPE - Musachino Zelkova (2" Cal.) 8-02SP per EA (words) (figures) (figures) 43 13 EA PSIPE - Karpick Red Maple (2" Cal.) 8-02SP 'L' $T�C2E'E � u N ��-E-,�> C)bLJ-AaS r per EA (words) (figures) (figures) 44 2,346 Sy Sod Installation t 8-02 $ -5�l E^i `� C SLS c ! per SY (words) (figures) (figures) 45 2,720 LF Root Barrier - 18" Depth 8-02SP $ 5 �tti t Lf S GO -7, q per LF (words) (figures) (figures) 46 960 RootBarrierBarrier - 24" Depth 8-02SP bb per LF (words) (figures) (figures) 47 1,000 CY Topsoil Type AF ' � � 8-02SP $ -T1.f�t`( � (� 2S 35. � 3S ()(-0, per CY (words) (figures) (figures) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 48 10 CY Bark Mulch (3" Depth) 8-02SP $ o� '3 Sb per CY (words) (figures) (figures) 49 0.60 AC Seeding and Fertilizing 8-02SP $ Wo k++t)USPnIO �lL/r2S 2000,_ 1 t per AC (words) (figures) (figures) 50 735 CY Backfill For Sand Drains 8-02SP $ r' t FT'C 3�b c,k a(Z S a O -5c), - F 7 s (1 per CY (words) (figures) (figures) 51 2,346 SY Lawn Mowing 8-02SP $-Two-c6up2S ,5&jO per SY (words) (figures) (figures) 52 1 LS Irrigation 8-03SP $ t`1�� C t+u05,wo%Oct� S 'Go'U� au SU/add per LS (words) (figures) (figures) 53 4,300 Cement Concrete Traffic Curb and Gutter 8-04 $ eNn-C �(Vz-S 60 ��ULF UU per LF (words) (figures) (figures) 54 11 SY Cement Concrete Driveway Entrance Type 4 8-06 $ �(6i4- C l�C.(rpCLs ebn'` , G _ e8o per SY (words) (figures) (figures) 55 4 EA Monument Case, Cover, and Piped 8-13SP $ bUe- oU U per EA (words) (figures) (figures) 56 1,070 SY Cement Conc. Sidewalk 8-14 $ ( tfleTY DOUC*2S W 3Z (U per SY (words) (figures) (figures) 57 5 EA Cement Conc. Sidewalk Ramp Type 1 B 8-14 $ (�JE->}tz�US�N� 1000..Con S (�vUU,o' S, OG per EA (words) (figures) (figures) 58 2 EA Cement Conc. Sidewalk Ramp Type 12' 8-14 $ -TW+f6-Tou'5AN� �O( HA2 S 2-,X� cx' G— 1 4166 b per EA (words) (figures) (figures) 59 1 LS Illumination System 8-20SP $ E (6 0T( -N-W-5 Lr D _bUCk,*S a per LS (words) (figures) (figures) ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICED BID Unit Prices to be Written in Words) UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. 60 2 EA Loop Replacement Type Ri 8-20SP $ C\VE k(� O?-ej k p)t Lt Aa S Jam , 1 TUU per EA (words) (figures) (figures) 61 4 EA Loop Replacement Type R2 8-20SP $ ON E-T-*-oQ5AN r-:, 0o c u -a S GU ) I WO , y b U 0 per EA (words) (figures) (figures) 62 2 EA Loop Replacement Type R3 8-20SP $ (E T�uS,a r19 1 V� la -u N� �6l U> S vu t �, V 0 0 per EA (words) (figures) (figures) 63 1 LS Permanent Signing 8-21 $ FE ��� vUsD -bo w s 5,60),`, 5,()60— ,Ubo_per perLS (words) (figures) (figures) 64 9 Hund Raised Pavement Pavement Markkeer Type I 8-22SP $INE AIWJWe-) 7tNa,7'( �' VE" 00 CVAS 60 I �S. � per Hund (words) (figures) (figures) 65 2 Hund Raised Pavement Marker Type II 8-22SP $ trP� 4 -UN O0� WiIS U� �� U per Hund (words) (figures) (figures) 66 170 LF Plastic Stop Line / 8-22 $�qfz' DOU-4c ANS SO — per LF (words) (figures) (figures) 67 780 SF Plastic Crosswalk Line 8-22 $ WD-R�(��iGs GO Z- _ per SF (words) (figures) (figures) 68 4 EA Plastic Traffic Arrow 8-22 $ 6r\, -(y Do,Va1 GU lO(Dr — Z�{p per EA (words) (figures) (figures) 69 9 EA Removable Aluminum Bollard 8-26SP /l $ �t_ 1 "USFnV� -t>6L .A2S pv �- per EA (words)(figures) (figures) Sub -Total Schedule A: (figures) 8.8% Sales Tax Schedule A: NOT APPLICABLE (figures) Total Schedule A: (figures) ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICED BID (Unit Prices to be Written in Words) UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. (Z -19Z1. 2' (figures) SCHEDULE B - WATER Shoring, Design, Construction and Maintenance 2-09SP $ 1 t V>✓ l l-ta rJ () �� i7tiC VtiL S ' 0 1 1 LS per LS (words) (figures) (figures) 2 1,630 LF Ductile Iron Pipe for Watermain & Fittings 12 In. Diam. 7-09SP $ P I F� f bouc-Acs '53G� �' 6 per LF (words) (figures) (figures) 3 1 EA Connection to Existing Watermain 7-09SP //\\ � , vE, Naeej $ C-1j E N-bus� t7 F lif k (L 1 . — I ISG o / per EA (words) (figures) (figures) 4 1,000 Bank Run Gravel for Trench Backfill Water 7-08SP $ Ei(G wf- -I:Aa 5 Q ' ' ^ 006TON e per TON (words) (figures) (figures) 5 20 TON Foundation Material 7-09SP $ ("-(r { bav _U�t)(.LkZS GU 2 -- per TON (words) (figures) (figures) 6 10 CY Concrete Thrust Blocking and Dead-man Blocks 7-09SP $ Otj E �'"oeeo F� rr,t T>,,CdA25 per CY (words) (figures) (figures) 7 9 EA 12` Gate Valve and Concrete Vault 7 -12SP _T,6c _A(L S 31 OUO Z-]f U U O per EA (words) (figures) (figures) 8 4 EA Blow-Off Assembly 7.12SP I' $ ONE-T4tno5, �DTw,, -; mwlej E-IG A(l5 1 200 , oo Gf � v� U per EA (words) (figures) (figures) 9 6 EA Hydrant Assembly / 7-14SF $�Wu N aU�tn/� 7�/Pl�lli►•l (XLta� �Ul lAn S U0 2--760,(('0U per EA (words) (figures) (figures) 10 2 EA Service Connection 1-1/2 In.Diam. �L 77--1,5SP $��,p�tf J�ShN� CSI EiafE t���«% r�tJi liZ5 -'2I 5 ��O per EA (words) (figures) (figures) Sub -Total Schedule B: 1 (h- %J1. - (figures) 8.8% Sales Tax Schedule B: (Z -19Z1. 2' (figures) Total Schedule B: Z-77. Zo (ligul es) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. Sub -Total Schedule C: (4 0. SCHEDULE C - SEWER 1 1 LS Trench Excavation Safety Systems 2-09SP $ wo k1kaU5arJO ��2S per LS (words) (figures) (figures) 2 1 EA Manhole 48 In. Diam. Type 1 7-05 $ �l �� u� S� O�bc lA2 S 5r CXXj a Jam, U v D per EA (words) (figures) (figures) 3 1 EA Manhole 60 In. Diam. Type 1 7-05 $ 'i --Tww sA N c) -%Lk,& L s O , G� 10 U O 0 per EA (words) (figures) (figures) 4 1 EA Manhole 72 In. Diam. Type 2 7-05 $ �lE+�J r� bU5 tin�D �t)C th/L S , 060 I I I bo b per EA (words) (figures) (figures) 5 1 LS Dewatering —7— 7-08SP $ per LS (words) (figures) (figures) 6 1 LS Televison Inspection T 7-17SP . $ �i vE -k NO�j ��UC�fLS SCJ�1. �� SG U per LS (words) (figures) (figures) 7 145 LF PVC Sanitary Sewer Pipe 12 In. Diam, 7-17SP $ C�jC 4NI)j!%--) -bOU-C. S M, co per LF (words) (figures) (figures) 8 120 TON Removal and Replacement of Unsuitable Material 7-17SP $ WEnttY T:7% VE- �)C a- S 00 2-63, ' 3, U U p per TON (words) (figures) (figures) 9 730 TON Bank Run Gravel for Trench Backfill Sewer 7-17SP $ EiI6Ri— Lbc.Aac, U _ per TON (words) (figures) (figures) Sub -Total Schedule C: (4 0. (figures) 8.8% Sales Tax Schedule C: S �FVI, Z f10 i ures) Total Schedule C: (p% Zb /. 92- fi ures) IL0l APPROK QUANTITY ITEM WITH UNIT PRICED BID UNIT PRICE (Unit Prices to be Written in Words) Dollars Cts- AMOUNT Dollars Cts. 1 1 LS POND Mobilization (10%) 1-09 00 $ �iVE -TU rlD �6Lk- a(2S SIO per LS (words) (figures) (figures) 2 1.28 AC Clearing and Grubbing 2-01 SP > $ fl� T+faUSp,No UJcu>as per AC (words) (figures) (figures) 3 9,030 CY Wetland and Pond Excavation Incl. Haul 2-03SP $ F1 P-1 EU-4 16, , lis 4� per CY (words) (figures) (figures) 4 1 FA Erosion/Water Pollution Control 2-03SP $Twenty Thousand Dollars & 00 Cents 20,000.00 20,000.00 per FA (words) (figures) (figures) 5 550 CY Embankment Compaction 2-03 $ Ft VE ��5 � pv 5, — 21-7Sb per CY (words) (figures) (figures) 6 1 EA Debris Barrier 12 Inch Diam. Pipe 7-04SP $ D6 LkA(LS %6 U per EA (words) (figures) (figures) 7 172 LF Schedule A Storm Sewer Pipe 12 In. Diam. 7-04SP $ f"6P) �Ll1nS GU �O �p tJUO per LF (words) (figures) (figures) 8 37 LF Schedule A Storm Sewer Pipe 15 In. Diam. 7-04SP $ '5 W ILMI ZfZZU per LF (words) (figures) (figures) 9 7 LF Schedule A Storm Sewer Pipe 18 In. Diam.T 7--04SP $ (--*JC: I�JJOZ.�- W�1Y �C�0./LS I ZO w �� Q per LF (words) (figures) (figures) 10 1 EA Catch Basin Type 1 7-05SP $ CSC 1 +hbU$ArQC> lk/7-5 o per EA (words) (figures) (figures) 11 1 EA Catch Basin Type 2 60 In. Diam- With Flow Control :7-05SP $ -C)6U-A(. S 4, ow 4, u(jU per EA (words) (figures) (figures) 12 2,164 CY Topsoil Type D 8-02SP $ per CY (words) (figures) (figures) 09/06/2005 08:23 FAX 425 430 7376 RENTON TRANS. SYS. T 004/004 ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICED BID Unit Prices to be Written in Words UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. 13 10,654 EA PSIPE Carex obnupta/slough sedge - plug 8-02SP $ UA2S An/O Ft 1=-,-( CE7JY-S S U 2-b (12jS per EA (words) (figures) (figures) 14 10,654 EA PSIPE Eleocharis palustris/spike rush - plug 8.02SP $ Tw1 b0 -12S ANC, F,F—Kc CE,,J,5 S70 Z 26 �3S per EA (words) (figures) (figures) 15 10,654 EA PSIPE Scirpus acutus/hardstem bulrush - plug 8-02SP _ � R C E��S $ W , E L. A2 S GJ D FT( SO z _ -2-S— per EA (words) (figures) (figures) 16 10,654 EA PSIPE Scirpus microcarpus/small-fruited bulrush - p 8-02SP $ -T-Wo -U'-�)L.LAa S A,,jp R FZ'C 6 &&TV S per EA (words) (figures) (figures) 17 10,654 EA PSIPE Sparganium emersum/bur reed - plug 8-02SP $ wplam— x n2 S Ari n F t F"r`C C S S 2, S b 2co S per EA (words) (figures) (figures) 18 19,793 SF PSIPE Sunmark Seeds "Streambank Plus" seed mi) 8-02SP $ X20 �VS AtJ/ ) I WE�v� C��T� S 2 0 per SF (words) (figures) (figures) 19 384 EA PSIPE Comus sericea'Allemans' -1 gal. 8-02SP $ C 64-r t)oC.L.A.2S 03 c _ 3rU%Z per EA (words) (figures) (figures) 20 256 EA PSIPESalixatrupurpurea'Nana' - 1 gal. 8-02SP $ G 16 ft i L�j(. Ca2S 6u e, — — 2� O y per EA (words) (figures) (figures) 21 50 CY Bark or Wood Chip Mulch 8-02 T� $ l �Y �i VIE �((,r�L� UU �J�, per CY P (words) (figures) (figures) 22 1 EST Plant Establishment - Three Years 8-02 $ Twenty Thousand and 00 Cents 20,000.00 20,000.00 per EST (words) (figures) (figures) 23 2,221 SF Reinforced Turf Paving 8-02SP $ SCVEf�I JJyLLA2S p �� _ ( S Sq per SF (words) (figures) (figures) 24 1 LS Irrigation System 8-03SP $T� 1V(,u5,.r� �(��zs �0 to, ,.— Io,oc�o " per L5 P (words) (figures) (figures) 25 15 TON Light Loose Riprapp 8-15 $ 5( , 1 f (JO c per TON P (words) (figures) (figures) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unh Prices to be Written in Words) Dollars Cts. Dollars Cts. 26 15 Cy Quant' Spalls B-15 g E 16 P--( R VE 00 (figures) Total Schedule D: per CY (words) (figures) (figures) Sub -Total Schedule D: L{ I Z '-7fo�j, �a (figures) 8.8% Sales Tax Schedule D: GS'Z NOT APPLICABLE (figures) Total Schedule D: ISri gz-j, 2° 4 IZ -j E 191 (figures) Total Schedule A: GS'Z fi ures) Total Schedule B: ISri gz-j, 2° (figures) Total Schedule C: I. (figures) Total Schedule D: 4(2- -7& , 60 (figures) TOTAL PROJECT COST: G 3; (figures) ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. 1 DATE�PT Z-ooS NO. DATE NO. DATE SIGNED �- t:SZ (Awl TITLE V - p2es NAME OF COMPANY Gaty �'7�'�'rino C onstr rt a,7 C n, I -I ADDRESS Z S - 1 p- A vE . So . CITY/STATE/ZIP S TELEPHONE (20 (.) -7 (o CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE # 2 Co O (o Z LICENSE # GAMY M c� 1 S O A4 W SW 27TH STJSTRANDER BLVD C'ONNEC'TION PHASE 1, SEGMENT 1 CITY OF RENTON IDLY 2005 ' BID BOND FORM Herewith find deposit in the form of a certified check, cashier's cheek, cash, or bid bond in the amount of L' t r : which amount is not less than five percent of the total bid. ' Signature ' Know All Men by TMesc .Presents: That we, Cary Merlino Construction Company I_nc.. Tr'ayelers Casi�a.lty and Suret as Pnnclpal, and ' ._ yds Surety, are held and firmly bound unto the City of Renton, ac Oblige penal sum of Five Percent (5%) of Bid Amoune, in the t- -Dollars, for the payment of which the principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these ' presents. ^'Company of America The condition of this obligation is such that if the Obligee shall make !u1y award to the Principal for SW 27th Street�Strander** according to the terms of the proposal or bid made by the Principal therefo Principal shall duly make and enter into a contract with the Obligee in accordancer, and the wit the terms of said proposal or bid and award and shall give band for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if }he Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit ' .the: call for bids, then this obligation shall be null specified in be attd re and void; otherwise it shall main in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond_ **Boulevard Connection Project Phase 1A Segment 1 SIGNED, SEALED AND DATED THIS 7th DAY OF September _,2005 ' rli. . C tructi.on Company, Inc. Pr inG�p 21aN 5. KmESpti1 Vte�-file-S�DEsr T. aye ers CasuAlty and Surety Company of America Jill A. Boyle, Attorney -in -Fact Received return of deposit in the sum of $ ' SW 27T11 ST✓STRANDFRBLVp CONNECTION P.HASk 1, SEGMENT i CITY OF RENTON ' JULY 2005 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY ' FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents ,take, constitute and appoint: Carl Newman, Peter H. Hammett, Deanna M. Meyer, Karen P. Dever, Jill A. Boyle, Stuart A. O'Farrell, Susan B. Larson, April L. Champagne, Scott Fisher, of Bellevue, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY 'COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and ' certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. Ci 11 (02-05) Unlimited ■ STPAUL TRAVELERS ■ IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE ■ On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term pro- gram under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are ' providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. ' Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act fur- ther provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of cov- ered losses caused by certain acts of terrorism which is in excess of an ' in- surer's statutorily established deductible for that year. The Act also caps the amount of terrorism -related losses for which the Federal Government or ■ an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in cov- erage under the attached policy or bond (or the policy or bond being ' quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium ' charge that is allocable to such coverage is inseparable from and imbed- ded in your overall premium, and is no more than one percent of your pre- mium. ' ILT-1018 (9/04) ' CITY OF RENTON Combined Affidavit and Certification form: Non -Collusion, Anti -Trust, and Minimum Wage ' (Non -Federal Aid) NON -COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to ' put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND ' CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice .overcharges resulting from anti-trust. violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting ' from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal ' contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT SW 27' STREET/ STRANDER BOULEVARD CONNECTION PROJECT Name of Project Geiy Merffne Constnurvo? cn., Inc. Name of Bidder's Firm ped Representative�off Bidder I C'E- 1 -flees!\ Subscribed and sworn to before me on this -7 day of , 2005 _=C,yP�s�o �A� • of lic and for the State of Washington 10 A G t Print t M . �'� cn� • ��� :' pX4y appointment expires: F, -1 -c,-7 1144 ' O6 SW 27r" ST./STRANDERBLVD CONNECTION PHASE 1, SEGMENT 1 F `S CITY OF RENTON tJULY 2005 I SUBCONTRACTOR LIST FORM ' RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract Price. The completed Subcontractor List form shall be submitted as part of the bid submittal. Failure to ' submit the completed for shall render the bidder's bid nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $1,000,000: A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price. Name: Title: Signature: IB. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) Bid Item (s) A S9 — A (p Z C C cc rre , cAt-> Subcontractor Name ' Address ` ia4 :0,- lvok��C Phone No. "tzs -s State Contractor's License No(� ' Bid Item (s) N p 4\JAC— 02 Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) ' Subcontractor Name Address ' Phone No. State Contractor's License No ' Bid Item (s) Subcontractor Name ' Address Phone No. State Contractor's License No ' SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF PENTON ' JULY 2005 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON INFORMATION ONLY FAI CONTRACT DOCUMENT FORMS DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD. SW 27" STJSTRAND$R BLVD. CONNECTION PHASE 1, SEGMENT 1 C= OF RENTON JULY 2005 F� 'I It BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Bond No. 104577416 Gary Merlino Construction Company, Inc. Travelers Casualty and Surety as principal, and corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ 2,426,532. 72 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. *Company of America This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Fenton. Dated at &Aa , Washington, this o2(a'A day of 200 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG -05-120 providing for construction of SW 27Tn STREETISTRANDER BOULEVARD CONNECTION: PHASE 1 SEGMENT I (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in thecontract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Gary Merlino Construction Travelers Casualty and Surety Company, Inc. Company of America Principal Signature Title Surety d 0'- kUr LQ-- Sig tore Jill A. Boyle Attorney -in -Fact Title sw 2711 m REE7r sTRANUER nomrvm D MNNHCnON rFL%SE !. SEMIENT I QTY OF RENTON IDLY 240S TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, -constitute and appoint: Carl Newman, Peter H. Hammett, Deanna M. Meyer, Karen P. Dever, Jill A. Boyle, Stuart A. O'Farrell, Susan B. Larson, April L. Champagne, Scott Fisher, of Bellevue, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by j' authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of. attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for ' purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. - / Cl T T. -C-. 4-A STPAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE ' On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term pro- gram under which the Federal Government will share in the payment of ' covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Ac -.t. The Act fur- ther provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of cov- ered losses caused by certain acts of terrorism which is in excess of an in- surer's statutorily established deductible for that .year. The Act also caps the amount of terrorism -related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000-00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in cov- erage under 'the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbed- ded in your overall premium, and is no more than one percent of your pre- mium. ILT-1018 (9104) it t t i CONTRACTS OTHER THAN FEDERAL -AID FHWA THIS AGREEMENT, made and entered into this c7V day of 68&&1f)_, 200 S . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and boar— Me r- ( I n C on S Ir"A on , hereinafter referred to as "CONTRACTOR." �-ornpan� o uric . WITNESSETH: 1) The Contractor shall within the time stipulated, (to -wit: within 100 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG 05-120 for improvement by construction and installation of: Work as described in "Scope of Work" included in bid documents. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof�as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) ' Technical Specifications, if any sw 27111 STREET/ sTRANDER BmEV ARD cONNEcnON PHASE 1, SEGMENT 1 CM OF RENTON IDLY 2005 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. SW 27� STREET/ STRANDER BOULEVARD CONNECTION PHASE 1. SEGMENT 1 CITY OF RENTON JULY 2005 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 100 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. sw 27111 STREET! STRANDER BOULEVARD CONNECTION PHASE I SEGMENT 1 CITY OF RENTON JULY 2005 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of �w_o �il��an4'�uQhw�.iQ�1}�►�x-�,e�.r��'►yelnur�.4�ti2�-v41a'�� which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above - written. CO ACTOR Tr—esidkIPirtnZi/Owner Secretary CITY OF RENTON Mayor — athy Keolker—Wheeler ATTEST Bonnie I. Walton City Clerk dbaConsARux—c n C& Ir1G. Firm Name check oDe ❑ Individual ❑ Partnership 0 Corporation Incorporated in WA Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. Sw 27TM sTREEr/STRANDER BOULEVARD CONNECTION PHASE 1, SEGMENT 1 CrrY OF RENTON JULY 2005 City of Renton Human Resources & Risk Management Department Insurance Information Form FOR: SW -777° STREET/ STRANDER BOULEVARD CONNECTION: PHASE 1. SEGMENT 1 PROTECT NUMBER: CAG 05-120 STAFF CONTACT: ROB LOCHMILLER ' Celhficate of Insurance indicates the coverages/limits specified in D'Yes ❑ No contract? ' Are the following coverages and/or conditions in effect? 2 -'Yes ❑ No The Commercial General Liability policy form is an ISO 1993 2Yes ❑ No Occurrence Form or Equivalent? ' (If no, attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* 2'Yes E] No General Aggregate provided on a "per project basis (CG2503)7* v Yes ❑ No Additional Insured wording provided?* QrYes ❑ No Coverage on a primary basis and non-contributing basis?* 9 T � ❑ No Waiver of Subrogation Clause applies?* 2,yes ❑ No ' Severability of Interest Clause (Cross Liability) applies? 9 -Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* 2Yes ❑ No *To be shown an cert ficate of insurance* AM BEST'S RATING FOR CARRIER GL Aj-)(V Auto +)(y Umb A+)(y Professional —1�1 I J4 This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CTTY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. _1 cL►r 1,�er. cru -1t6 �y1L. 5'{'t,l0.r 1- d F41rreAl Agency/Broker Completed B ype o Dint e) 12Y4't! "@e1l�eJLA4 Address m ted By (Signa �^ fe Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE. OF COVERAGE AND ATTACHED TO CERTIFICATE OFINSURANC , sw .7N STREET) sTRANDEn n oumARD CONNEMON PHASE 1, SEGNEW I CT{Y OF REMON HILY2005 ACORD-,- CERTIFICATE OF LIABILITY INSURANCEDATEE((2M Dm) PRODUCFA PARKER, SMITH & FEEK, INC. 2233 112th Avenue N.E. Bellevue, Washington 98004 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THiS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Phone: 425-709-3600 Fax: 425-709-7460 INSURERS AFFORDING COVERAGE INSURED GARY MERLiNO CONSTRUCTION COMPANY, INC. 912510`h Avenue South INSURER A NATIONAL UNION FiRE INSURANCE COMPANY A+ XV INSURER B NATIONAL UNiON FIRE INSURANCE COMPANY A+ XV INSURER C NATIONAL UNION FIRE INSURANCE COMPANY A+ XV Seattle, Washington 981084612 INSURER D: NATIONAL UNION FIRE INSURANCE COMPANY A+ XV INSURER E DATE (MWDD rnvFaer.Gc THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRTYPE OFINSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MWDDIYY) DATE (MWDD LIMITS GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 RRE DAMAGE (Arty ane ore) S 100,000 f CLAIMS MADE X I OCCUR MED EXP (Any one person) S 5,000 A GL 704-31-47 01/31/2005 01/31/2006 PER SONAL& ADV INJURY S 11000,000 GENERAL AGGREGATE S 2,000,000 GEWL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG S 2,000,000 POLICY X JECT PROX LOC AUTOMOBILE LIABILITY X ANY AUTO COMBINED SINGLE LIMiT (Ea amicient) S 2,000,000 ALL OWNED AUTOS BODILY INJURY $ B X SCHEDULED AUTOS HIRED CA 826-19-60 01/31/2005 01/31/2006 (Par pecan) BODILY INJURY (Per (Per acdderd) X AUTOS NON -OWNED AUTOS PROPERTY DAMAGE S (Per accident) GARAGE LIABILITY AUTO ONLY -EA ACCIDENT S ANY AUTO OTHERTHAN EAACC S AUTO ONLY: AGG $ EXCESS LIABILITY X OCCUR � CLAIMS MADE EACH OCCURRENCE S 11000,000 AGGREGATE S 1,000,000 C BE 2685028 01/31/2005 01/31/2006 s 9 X1DEDUCTIBLE RETENTION $ 10,000NA901 5 AN' EMPLOYERS' LIABiLnY WC STATU OTH_ X ITORYUMITS1 ER D WASHINGTON STOPGAP GL 704-31-47 01/31/2005 01/31/2006 E.L EACH ACCIDENT s 1,000,000 EL DISEASE -EACH EMPLOYEE S 1,000,000 EL DISEASE-POUCYLIMiT S 1,000,000 OTHER S S DESCRIPTION OF OPERATIONSILOCATiONSJVEHICI.FStEXCLU510NS ADDED BY ENpORSEMENi/SPECLAL PROVISIONS $ SW 271► Street/Strander Boulevard Connection; Phase 1, Segment 1. Project No. CAG 05-120. City of Renton Is Included as Additional Insured. Additional Insured status as set forth in the terms and conditions of Endorsement CG2010, Edition Date 10/01 attached. Coverage Is primary and non-contributory per coverage form CGo001, Edition Date 10/01 attached. Waiver of subrogation applies to General Liability Endorsement per CG2404, Edition Date 10/93 attached. Per project aggregate applies per Form CG2503, Edition Date 03197 attached. Contractual Liability Included per coverage form CG 0001, Edition Date 10101 attached. CANCELS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE. CERTIFICATF HM nr-m I Y I ennrmue, ...--- • _---- CITY OF RENTON 1055 South Grady Way Renton, WA 98055 'f ACORD 25-S (7/97) MERLCONS%CERT05(M2) ----- -- - W"YY — uanrVaynrom ur Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 6WafiAUGR,TC MAIL 45' DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 14 OR-RSPF16S6I+CFA�1U&S. %UTHORIZED REP ESENTA U ACORD CORPORATION 1988 CERT #343 - Revised POLICY NUMBER: GL 704-31-47 COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: "Where Required by Insured Contract" (if no entry appears above, information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement.) A. Section it -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with.respect to liability arising out of your ongoing operations performed for that insured B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after. (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project CG 20 10 10 01 MERLCONSICERT05 ISO Properties, Inc. 2000 Page 1 of 1 1 b. If a claim is made or "suit" is brought against any insured, you must: I' (11 Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as prac- ticable. •c. You and any other involved insured must: (1) Immediately send us copies of any de- mands, notices, summonses or legal papers received in connection with the claim or "suit"; ' (2)Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or ' settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the en- forcement of any right against any person ' or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. I' d. No insured. will, except at that insured's own cost, voluntarilymake a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 3, Legal Action Against Us Noerson or organization has a P g right under this Coverage Part: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an in- sured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against*an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the applicable limit of insurance. An agreed settle- ment means a settlement.and release of liability signed by us, the Insured and the claimant or the claimant's legal representative, 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance - This insurance is primary except when b. be- low applies. If this insurance is primary, our obligations are not affected unless any of the other insurance Is also primary. Then, we will share with all that other insurance by the method described in c, below. b. Excess insurance This insurance is excess over: (1) Any of the other insurance, whether pri- Mary, excess, contingent or on any other basis: (a) That is Fre, Extended Coverage, Build- er's Rislc, installation Risk or similar coverage for "your work", (b) That is Fire insurance for premises rented to you or temporarily occupied by you with permission of the owner; (c) That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; or (d) If the loss arises out of the mainten- ance or use of aircraft, "autos" or watercraftto the extent not subject to Exclusion g of Section 1 - Coverage A - Bodily Injury And Property Damage Liability. (2)Any other primary insurance available to you covering liability for damages arising out of the premises or operations for which You. have been added as an additional insured by attachment of an endorsement. CG 00 01 10 01. ©ISO Properties, Inc., 2000 Page 11 of 16 ❑ POLICY NUMBER: GL 704-31-47 COMMERCIAL GENERAL LIABILITY CG 24 0410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: "WHERE REQUIRED BY AN INSURED CONTRACT AND AS EVIDENCED BY CERTIFICATE OF INSURANCE ON FILE WITH THE COMPANY" (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section 1V - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc. 1992 POLICY NUMBER: GL 704-31-47 COMMERCIAL GENERAL LIABILITY CG 25 03 03 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. Designated Construction Projects: "ALL CONSTRUCTION PROJECTS" (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will payforthe sum of all damages under COVERAGE A, except damages because of bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 03 97 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: Copyright, Insurance Services Office, Inc. 1996 Page 1 of 2 ABC000\CERT02(E09) CERT #"Cert_" - Revised 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products - completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included In the "products - completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION Ill) not otherwise modified by this endorsement shall continue to apply as stipulated. NAMED INSURED: Gary Merlino Construction Company Inc. CG 25 03 03 97 Copyright, Insurance Services Office, Inc. 1996 ABC00010ERT02(EM ) Page 2 of 2 CERT k"Cert_ -Revised 3. "Bodily injury" means bodily injury, sickness or 9. "Insured contract" means: ' disease' sustained by a person, including death resulting from any of these at any time. a. A contract for a lease of premises. However, 4. "Coverage territory" means: that portion of the contract fora (ease of premises that indemnifies any person or ' a. The United States of America (including its organization for damage by fire to premises territories and possessions), Puerto Rico and while rented to you or temporarily occupied by Canada; you with permission of the owner is not an b. International waters or airspace, but only if "insured contract"; ' the injury or damage occurs in the course of b. A sidetrack agreement; travel or transportation between any places included in a. above; or c. Any easement or license agreement,(except in connection with construction or demolition ' c. All other parts of the world if the injury or operations on or within 50 feet of a railroad;, damage arises out of: d. An obligation, as required by ordinance, to (1)Goods or products made or sold by you indemnify municipality, except in connection ' in the territory described in a. above; with work for a municipality; (2) The activities of a person whose home is e. An elevator maintenance agreement; in the territory described in a. above, but is away for a short time on your business; or f. That part of any other contract or agreement pertaining to your business (including an (3) "Personal and advertising injury" indemnification of a municipality in connection offenses that take place through the with work performed for a municipality) under Internet or similar electronic means of which you assume the tort liability of another ' communication party to pay for "bodily injury" or "property provided the insured's responsibility to pay damage" to a third person or organization. damages is determined in a "suit" on the Tort liability means a liability that would be merits, in the territory described in a- above or imposed by law in the absence of any in a settlement we agree to. contract or agreement. 5. "Employee" includes a "leased worker ". "Em- Paragraph f. does not include that part of any ' ployee" does not include a "temporary worker". contract or agreement: 6. "Executive officer" means a person holding any {1}That indemnifies a railroad for "'bodily in - jury" or "property damage" arising out of of the officer positions created by your charter, construction or demolition operations, with- ' constitution, by-laws or any other similar gov- in 50 feet of any railroad property and af- erning document, fecting any railroad bridge or trestle, 7. "Hostile fire" means one which becomes uncon- tracks, road -beds, tunnel, underpass or trollable or breaks out from where it was intended crossing; ' to be. (2)That indemnifies an architect, engineer or 8. "Impaired property" means tangible property, surveyor for injury or damage arising out of: other than "your product" or "your work", that ' cannot be used or is less useful because: (a) Preparing, approving, or failing to pre - orates " " �� a. It incorporates your product or your work pare or approve, maps, shop drawings, that is known or thought to be defective, opinions, reports, surveys, field orders, change orders or drawings and specifi- deficient, inadequate or dangerous; or b. You have failed to fulfill the terms of a con- cations; or (b) Giving directions or instructions,or fail - tract or agreement; ing to give them, if that is the primary ' if such property can be restored to use by: cause of the injury or damage; or a. The repair, replacement, adjustment or re- (3) Under which the insured, if an architect, moval of "your product" or "your work"; or engineer or surveyor, assumes liability for b. Your fulfilling the terms of the contract or an injury or damage arising out of the in - agreement. sured's rendering or failure to render pro- fessional services, including those listed in (2) above and supervisory, inspection, ar- ' chitectural or engineering activities. CG 00 01 10 01 ©ISO Properties, inc., 2000 Page 13 of 16 r-1 V. CONTRACT SPECIFICATIONS v CITY OF RENTON CONTRACT SPECIFICATIONS SW 27" ST./STRANDERBLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 CONTENTS INTRODUCTION-------------------------------=-------------------------------------------------------1 AMENDMENTS TO THE STANDARD SPECIFICATIONS SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ---1 SECTION 1-09, MEASUREMENT AND PAYMENT -------=-------------=--------------------4 SECTION 1-10, TEMPORARY TRAFFIC CONTROL -----------------------------------------4 SECTION 1-99, APWA SUPPLEMENT ---------------------------------------------------------18 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS --------------19 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT ---------------------- 20 SECTION 2-09, STRUCTURE EXCAVATION ----------------------------------------------- 20 SECTION 2-10, DITCH EXCAVATION--------------------------=------------------------------ 20 SECTION 4-04, BALLAST AND CRUSHED SURFACING --------------------------------- 20 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION ---------------21 SECTION 5-04, HOT MIX ASPHALT ------------------------------------------------------------ 21 SECTION 5-05, CEMENT CONCRETE PAVEMENT --------------------------------------- 22 SECTION 6-02, CONCRETE STRUCTURES ----------------------------------------------- 23 SECTION 6-03, STEEL STRUCTURES -------------------------------------------------------- 36 SECTION 6-05, PILING---------------------------------------------------------------------------- 37 SECTION 6-06, BRIDGE RAILINGS ------------------------- ------------ --------------------- 38 SECTION 6-07, PAINTING ----------------------------------------- ------------------------------- 38 SECTION 6-10, CONCRETE BARRIER------------------------------------------------------- 38 SECTION 6-11, REINFORCED CONCRETE WALLS -------------------------------------- 39 SECTION 6-12, NOISE BARRIER WALLS --------------------------------------------------- 42 SECTION 6-13, STRUCTURAL EARTH WALLS-------------------------------------------- 47 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS ---------------------------------- 56 SECTION 6-15, SOIL NAIL WALLS----------------------------------------------------------- 60 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS-------------- 68 SECTION 6-17, PERMANENT GROUND ANCHORS ------------------------------------ 73 SECTION 6-18, SHOTCRETE FACING----------------------------------------------------- 82 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS--------- 86 SECTION 7-12, VALVES FOR WATER MAINS ------------------------------------------ 86 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 A SECTION7-14, HYDRANTS ---------------------------------------------------------------------- 87 SECTION 7-15, SERVICE CONNECTIONS -------------------------------------------------- 87 SECTION 7-17, SANITARY SEWERS ---------------------------------------------------------- 87 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL ------ 87 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS ----------------------------------- 88 SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB --------- 88 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE -=------------------------------ 89 SECTION 8-14, CEMENT CONCRETE SIDEWALKS -------------------------------------- 89 SECTION 8-15, RIPRAP-------------------------------------------------------------------------- 90 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS ---------------------------------------- 90 SECTION 8-18, MAILBOX SUPPORT-------------------------------------------------------- 91 SECTION 8-19, REDIRECTIONAL LAND FORM------------------------------------------- 92 SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL92 SECTION 8-22, PAVEMENT MARKING ------------------------------------------------------ 93 SECTION 9-01, PORTLAND CEMENT --------------------------------------------------------- 96 SECTION 9-02, BITUMINOUS MATERIALS------------------------------------------------- 97 SECTION 9-03, AGGREGATES----------------------------------------------------------------- 98 SECTION 9-04, JOINTAND CRACK SEALING MATERIALS ---------------------------- 99 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS -------- 99 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS -----------------100 SECTION 9-07, REINFORCING STEEL ------------------------------------------------------100 SECTION9-08, PAINTS--------------------------------------------------------------------------101 SECTION 9-09, TIMBER AND LUMBER -----------------------------------------------------101 SECTION 9-10, PILING--------------------------------------------------------------------------101 SECTION 9-14, EROSION CONTROLAND ROADSIDE PLANTING -----------------102 SECTION 9-15, IRRIGATION SYSTEM ------------------------------------------------------102 SECTION 9-16, FENCE AND GUARDRAIL -----------------------------------------------103 SECTION 9-17, FLEXIBLE GUIDE POSTS -------------------------------------------------107 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES -----------110 SECTION 9-28, SIGNING MATERIALS AND FABRICATION ----------------------------111 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL -----------------------------112 SECTION 9-30, WATER DISTRIBUTION MATERIALS ----------------------------------120 SECTION 9-32, MAILBOX SUPPORT -------------------------------------------------------120 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC---- -------------------------------- 121 SECTION 9-34, PAVEMENT MARKING MATERIAL ---------------------------------------128 SW 2f" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 7 CITY OF RENTON JULY 2005 B SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS ---------------------128 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 L INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2004 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14- 15 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 16 April 4, 2005 17 1-07.11(10)B Required Records and Retention 18 The third and fourth paragraphs are revised to read: 19 20 Monthly Employment Utilization Reports 21 WSDOT Form #820-010 or substitute form as approved by the Contracting Agency. 22 This form is required for all federally assisted projects if the contract is equal to or 23greater then $10,000 and for every associated subcontract equal to or greater than 24 $10,000. These monthly reports are to be maintained in the respective Contractor or 25 subcontractor's records. 26 27 In addition, for contracts with a value of $100,000 or more, the Contractor shall submit 28 copies of the completed WSDOT form 820-010 or approved substitute to the 29 Contracting Agency by the fifth of each month throughout the term of the contract. The 30 Contractor shall also collect and submit these forms monthly from every subcontractor 31 who holds a subcontract with a value of $100,000 or more. 32 33 Failure to submit the required reports by their due dates may result in the withholding of 34 progress estimate payments. 35 36 1-07.13(4) Repair of Damage 37 This section is revised to read: 38 39 The Contractor shall promptly repair all damage to either temporary or permanent work 40 as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 41 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4 using 42 the estimated bid item "Reimbursement for Third Party Damage". 43 44 In the event the Contracting Agency pays for damage to the Contractor's work or for 45 damage to the Contractor's equipment caused by third parties, any claim the Contractor 46 had or may have had against the third party shall be deemed assigned to the 47 Contracting Agency, to the extent of the Contracting Agency's payment for such 48 damage. 49 50 Payment will be limited to repair of damaged work only. No payment will be made for 51 delay or disruption of work. 52 53 For the purpose of providing a common proposal for all bidders, the Contracting Agency 54 has entered an amount for "Reimbursement For Third Party Damage" in the proposal to 55 become a part of the total bid by the Contractor. 56 SW 27TH STJSTRANDER BLVD. CONNECTION PHASEI,SEGMENT1 CITY OF RENTON JULY 2005 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 1-07.16(1) Private/Public Property This section is revised to read: The Contractor shall not use Contracting Agency owned or controlled property other than that directly affected by the contract work without the approval. of the Engineer. If the Engineer grants such approval, the Contractor shall then vacate the area when ordered to do so by the Engineer. Approval to temporarily use the property shall not create any entitlement to further use or to- compensation for any conditions or requirements imposed. The Contractor shall protect private or public property on or in the vicinity of the work site: The Contractor shall ensure that it is not removed, damaged, destroyed, or prevented from being used unless the contract so specifies. Property includes land, utilities, trees, landscaping, improvements legally on the right-of- way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines, signs, and other property of all description whether shown on the plans or not. If the Engineer orders or if otherwise necessary, the Contractor shall install protection, acceptable to the Engineer, for property such as that listed in the previous paragraph. The Contractor is responsible for locating and protecting all property that is subject to damage by the construction operation. If the Contractor (or agents/employees of the Contractor) damage, destroy, or interfere with the use of such property, the Contractor shall restore it to original condition. The Contractor shall also halt any interference with the property's use. If the Contractor refuses or does not respond immediately, the Engineer may have such property restored by other means and subtract the cost from money that will be or is due the Contractor. The Contractor may access the worksite from adjacent properties. The Contractor shall not use or allow others to use this access to merge with public traffic. During non- working hours, the Contractor shall provide a physical barrier that is either locked or physically unable to be moved without equipment. The access shall not go through any existing structures. The access may go through fencing. The Contractor shall control or prevent animals from entering the worksite to the same degree that they were controlled before the fence was removed. The Contractor shall prevent persons not involved in the contract work from entering the worksite through the access or through trails and pathways intersected by the access. If the contract documents require that existing trails or pathways be maintained during construction, the Contractor will insure the safe passage of trail or ,pathway users. The Contractor shall effectively control airborne particulates that are generated by use of the access. The location and use of the access shall not adversely affect wetlands or sensitive areas in any manner. The Contractor shall be responsible for obtaining all haul road agreements, permits and/or easements associated with the access. The Contractor shall replace any fence, repair any damage and restore the site to its original state when the access is no longer needed. The Contractor shall bear all costs associated with this worksite access. 1-07.16(2) Vegetation Protection and Restoration The new paragraph below is inserted to follow the third paragraph: Any pruning activity required to complete the work as specified shall be performed by persons qualified as a Certified Arborist at the direction of the Engineer. In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide for Plant Appraisal, Current Edition". 1-07.16(3) Fences, Mailboxes, Incidentals The first sentence in the first paragraph is revised to read: SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 2 3 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 The Contractor shall maintain any temporary fencing to prevent pedestrians from entering the worksite and to preserve livestock, crops, or property when working through or adjacent to private property. 1-07.18 Public Liability and Property Damage Insurance This section is revised to read: The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Secretary (Section 1-05.12). Owners and Contractors Protective Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 together with Washington State Department of Transportation Amendatory Endorsement No. CG 29 08, specifying the State of Washington as a named insured. The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer. In the event the Contractor elects to terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement to the Commercial General Liability Insurance described below that establishes the Contracting Agency on that policy as an additional insured. 2. Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the State named as an additional insured in connection with the Contractor's Performance of the contract. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. Prior to contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required .under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section SW 2f" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 shall be written and provided by "occurrence -based" policy forms rather than by "claims 2 made" forms. 3 4 Failure on the part of the Contractor to maintain the insurance as required shall 5 constitute a material breach of contract upon which the Contracting Agency may, after 6 giving five working days notice to the Contractor to correct the breach, immediately 7 terminate the contract or, at its discretion, procure or renew such insurance and pay any 8 and all premiums in connection therewith, with any sums so expended to be repaid to 9 the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, 10 offset against funds due the Contractor from the Contracting Agency. 11 12 All costs for insurance, including any payments of deductible amounts, shall be 13 considered incidental to and included in the unit contract prices and no additional 14. payment will be made. "15 16 1-07.23(1) Construction Under Traffic 17 The first paragraph is supplemented with the following: 18 19 The Contractor shall enter interstate highways only through legal movements from 20 existing roads, streets, and through other access points specifically allowed by the 21 contract documents. 22 23 The fourth sentence in the second paragraph is revised to read: 24 25 Deficiencies not caused by the Contractor's operations shall be repaired by the 26 Contractor, when ordered by the Engineer, at the Contracting Agency's expense. 27 28 In the sixth paragraph, 3. "C", the first sentence is revised to read: 29 30 Temporary concrete barrier or other approved barrier installed on the traffic side of the 31 drop-off with 2 feet between the drop-off and the back of the barrier and a new edge of 32 pavement stripe a minimum of 2 feet from the face of the barrier. 33 34 SECTION 1-09, MEASUREMENT AND PAYMENT 35 April 5, 2004 36 1-09.6 Force Account 37 On page 1-91, under "For Labor", the fourth and fifth sentences in the second paragraph 38 are deleted. 39 40 1-09.7 Mobilization 41 Under the second paragraph, item 3 is revised to read: 42 43 When the substantial completion date has been established for the project, payment of 44 any amount bid for mobilization in excess of 10 percent of the total original contract 45 amount will be paid. 46 47 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 48 December 6, 2004 49 Section 1-10 is revised in its entirety to read: 50 51 1-10.1 General 52 The Contractor, utilizing contractor labor and contractor -provided equipment and 53 materials (except when such labor, equipment or materials are to be provided by the 54 Contracting Agency as specifically identified herein), shall plan, manage, supervise and 55 perform all temporary traffic control activities needed to support the work of the contract. 56 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 1-10.1(1) Materials Materials shall meet the requirements of the following sections: Stop/Slow Paddles 9-35.1 Construction Signs 9-35.2 Wood Sign Posts 9-35.3 Sequential Arrow Signs 9-35.4 Portable Changeable Message Signs 9-35.5 Barricades 9-35.6 Traffic Safety Drums 9-35.7 Barrier Drums 9-35.8 Traffic Cones 9-35.9 Tubular Markers 9-35.10 Warning Lights and Flashers 9-35.11 Truck -Mounted Attenuator 9-35.12 1 11 r 1-10.1(2) Description The Contractor shall provide flaggers, spotters and all other personnel required for labor , for traffic control activities and not otherwise specified as being furnished by the Contracting Agency. The Contractor shall perform all procedures necessary to support the contract work. The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on or adjacent to highways, roads, or streets. No work shall be done on or adjacent to the roadway until all necessary signs and traffic control devices are in place. The traffic control resources and activities described shall be used for the safety of the public, of the Contractor's employees, and of the Contracting Agency's personnel and to facilitate the movement of the traveling public. Traffic control resources and activities may be used for the separation or merging of public and construction traffic when such use is in accordance with a specific approved traffic control plan. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or provide, erect, maintain, and remove other traffic control devices when ordered to do so by the Engineer, the Contracting Agency may, without further notice to the Contractor or the Surety, perform any of the above and deduct all of the costs from the Contractor's payments. The Contractor shall be responsible for providing adequate labor, sufficient signs, and other traffic control devices, and for performing traffic control procedures needed for the protection of the work and the public at all times regardless of whether or not the labor, devices or procedures have been ordered by the Engineer, furnished by the Contracting Agency, or paid for by the Contracting Agency. Wherever possible when performing contract work, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to that used for installation. This may require moving backwards through the workzone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. The Contractor is advised that the Contracting Agency may have entered into operating agreements with one or more law enforcement organizations for cooperative activities. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 1 Under such agreements, at the sole discretion of the Contracting Agency, law 2 enforcement personnel may enter the workzone for enforcement purposes and may 3 participate in the Contractor's traffic control activities. The responsibility under the 4 contract for all traffic control resides with the Contractor and any such participation by 5 law enforcement personnel in Contractor traffic control activities will be referenced in the 6 Special Provisions or will be preceded by an agreement and, if appropriate, a cost 7 adjustment. Nothing in this contract is intended to create an entitlement, on the part of 8 the Contractor, to the services or participation of the law enforcement organization. 9 10 1-10.2 Traffic Control Management 11 12 1-10.2(1) General 13 It is the Contractor's responsibility to plan, conduct and safely perform the work. The 14 Contractor shall 'manage temporary traffic control with his or her own staff. Traffic 15 control management responsibilities shall be formally assigned to one or more company 16 supervisors who are actively involved in the planning and management of field contract 17 activities. The Contractor shall provide the Engineer with a copy of the formal 18 assignment. The duties of traffic control management may not be subcontracted. 19 20 The Contractor shall designate an individual or individuals to perform the duties of the 21 primary Traffic Control Supervisor (TCS). The designation shall also identify an 22 alternate TCS who can assume the duties of the primary TCS in the event of that 23 person's inability to perform. The TCS shall be responsible for safe implementation of 24 approved Traffic Control Plans provided by the Contractor. 25 26 The designated individuals shall be certified as worksite traffic control supervisors by 27 one of the organizations listed in the Special Provisions. Possession of a current 28 flagging card by the TCS is mandatory. A traffic control management assignment and a 29 TCS designation are required on all projects that will utilize traffic control. 30 31 The Contractor shall maintain 24-hour telephone numbers at which the Contractor's 32 assigned traffic control management personnel and the TCS can be contacted and be 33 available upon the Engineer's request at other than normal working hours. These 34 persons shall have the resources, ability and authority to expeditiously correct any 35 deficiency in the traffic control system. 36 37 1-10.2(1)A Traffic Control Management 38 The responsibilities of the Contractor's traffic control management personnel shall 39 include: 40 41 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) 42 to ensure that proper safety and traffic control measures are implemented and 43 consistent with the specific requirements created by the Contractor's 44 workzones and the Contract. Some form of oversight shall be in place and 45 effective even when the traffic control management personnel are not present 46 at the jobsite. 47 48 2. Providing the Contractor's designated TCS with approved Traffic Control Plans 49 (TCPs) which are compatible with the work operations and traffic control for 50 which they will be implemented. Having the latest adopted edition of the 51 Manual On Uniform Traffic Control Devices for Streets and Highways 52 (MUTCD,) including the Washington State Modifications to the MUTCD and 53 applicable standards and specifications available at all times on the project. 54 55 3. Discussing proposed traffic control measures and coordinating implementation 56 of the Contractor -adopted traffic control plan(s) with the Engineer. 57 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 4. Coordinating all traffic control operations, including those of subcontractors and suppliers, with each other and with any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract that contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 7. Reviewing the TCS's diaries daily and being aware of field traffic control operations. 8. Being present on-site a sufficient amount of time to adequately satisfy the above -listed responsibilities. Failure to carry out any of the above -listed responsibilities shall be a failure to comply with the contract and may result in a suspension of work as described in Section 1-08.6. 1-10.2(1)B Traffic Control Supervisor A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized or less frequently, as authorized by the Engineer. The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be available to the job site within a 45 -minute time period after notification by the Engineer. The TCS's duties shall include: 1. Having a current set of approved traffic control plans, (TCPs), applicable contract provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality Guidelines for Work Zone Traffic Control Devices, and applicable standards and specifications. 2. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more shall also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). The TCS shall correct, or arrange to have corrected, any deficiencies noted during these inspections. 3. Preparing a daily traffic control diary on each day that traffic control is performed using DOT Forms 421-040A and 421-040B, and submitting them to the Engineer no later than the end of the next working day. The Contractor may use alternate forms if approved by the Engineer. Diary entries shall include, but not be limited to: a. Time of day when signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 e. Observations of traffic conditions. 2 3 4. Making minor revisions to the traffic control plan to accommodate site 4 conditions provided that the original intent of the traffic control plan is 5 maintained and the revision has the concurrence of both the Contractor and 6 the Engineer. 7 8 5. Attending traffic control coordinating meetings or coordination activities as 9 necessary for full understanding and effective performance. 10 11 6. Ensuring that all needed traffic control devices and equipment are available 12 and in good working condition prior to the need to install or utilize them. 13 14 The TCS may perform the work described in Section 1-10.3(1)A Flaggers and Spotters 15 or in Section 1-10.3(1)B Other Traffic Control Labor provided that the duties of the 16 TCS are accomplished. 17 18 1-10.2(2) Traffic Control Plans 19 The traffic control plan or plans appearing in the contract documents show a method of 20 handling traffic. All construction signs, flaggers, spotters and other traffic control 21 devices are shown on the traffic control plan(s) except for emergency situations. Where 22 mainline contract traffic control plans are developed with the intent of operating without 23 the use of flaggers or spotters, the plans shall contain a note that states, "NO 24 FLAGGERS OR SPOTTERS". The use of flaggers or spotters to supplement these 25 traffic control plans will not be allowed except in a case where no other means of traffic 26 control can be used or in the event of an emergency. If the Contractor proposes the use 27 of flaggers or spotters with one of these plans, this will constitute a modification 28 requiring approval by the Engineer. The modified plans shall show locations for all the 29 required advance warning signs and a safe, protected location for the flagging station. If 30 flagging is to be performed during hours of darkness, the plan shall include appropriate 31 illumination for the flagging station. 32 33 When the Contractor's chosen method of performing the work in the contract requires 34 some form of temporary traffic control, the Contractor shall either: (1.) designate and 35 adopt, in writing, the traffic control plan or plans from the contract documents that 36 support that method; or (2.) submit a Contractor's plan that modifies, supplements or 37 replaces a plan from the contract documents. Any Contractor -proposed modification, 38 supplement or replacement shall show the necessary construction signs, flaggers, 39 spotters and other traffic control devices required to support the work. Any Contractor - 40 proposed traffic control plan shall conform to the established standards for plan 41 development as shown in the MUTCD, Part VI. The Contractor's submittal, either 42 designating and adopting a traffic control plan from the contract documents or proposing 43 a Contractor -developed plan, shall be provided to the Engineer for approval at least ten 44 calendar days in advance of the time the signs and other traffic control devices are 45 scheduled to be installed and utilized. The Contractor shall be solely responsible for 46 submitting any proposed traffic control plan or modification, obtaining the Engineer's 47 approval and providing copies of the approved Traffic Control Plans to the Traffic 48 Control Supervisor. 49 50 1-10.2(3) Conformance to Established Standards 51 Flagging, signs, and all other traffic control devices and procedures furnished or 52 provided shall conform to the standards established in the latest WSDOT adopted 53 edition of the Manual On Uniform Traffic Control Devices for Streets and Highways 54 (MUTCD,) published by the U.S. Department of Transportation and the Washington 55 State Modifications to the MUTCD. Judgment of the quality of devices furnished will be 56 based upon Quality Guidelines for Work Zone Traffic Control Devices, published by the 57 American Traffic Safety Services Association. Copies of the MUTCD and Quality 58 Guidelines for Work Zone Traffic Control Devices may be purchased from the American 59 Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 Virginia 22406-1022. The Washington State Modifications to the MUTCD may be 2 obtained from the Department of Transportation, Olympia, Washington 98504. 3 4 In addition to the standards of the MUTCD described above, the Contracting Agency 5 has scheduled the implementation of crashworthiness requirements for most workzone 6 devices. The National Cooperative Highway Research Project (NCHRP) Report 350 7 has established requirements for crash testing. Workzone devices are divided into four 8 categories. Each of those categories and, where applicable, the schedule for 9 implementation is described below: 10 11 Category 1 includes those items that are small and lightweight, channelizing, and 12 delineating devices that have been in common use for many years and are, known to be 13 crashworthy by crash testing of similar devices or years of demonstrable safe 14 performance. These include cones, tubular markers, flexible delineator posts, and 15 plastic drums. All Category 1 devices used on the project shall meet the requirements 16 of NCHRP 350 as certified by the manufacturer of the device. 17 18 Category 2 includes devices that are not expected to produce significant vehicular 19 velocity change, but may otherwise be hazardous. Examples of this class are 20 barricades, portable sign supports and signs, intrusion alarms and vertical panels. All 21 new Category 2 devices purchased after October 1, 2000 shall meet the requirements 22 of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used 23 on the project until December 31, 2007. For the purpose of definition, a sign support 24 and sign shall be considered a single unit. A new sign may be purchased for an existing 25 sign support and the entire unit will be defined as "existing equipment." 26 27 Category 3 is for hardware expected to cause significant velocity changes or other 28 potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash 29 cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting 30 the definitions of Category 1 or 2 are examples from this category. Many Category 3 31 devices are defined in the design of the project. Where this is the case, NCHRP 350 32 requirements have been incorporated into the design and the Contractor complies with 33 the requirements by constructing devices according to the plans and specifications. 34 Where the device is a product chosen by the Contractor, the device chosen must be 35 compliant with the requirements of NCHRP 350. 36 37 Category 4 includes portable or trailer -mounted devices such as arrow displays, 38 temporary traffic signals, area lighting supports, and portable changeable message 39 signs. There is presently no implementation schedule for mandatory crashworthiness 40 compliance for these devices. 41 42 The condition of signs and traffic control devices shall be acceptable or marginal as 43 defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and will be 44 accepted based on a visual inspection by the Engineer. The Engineer's decision on the 45 condition of a sign or traffic control device shall be final. A sign or traffic control device 46 determined to be unacceptable shall be removed from the project and replaced within 47 12 hours of notification. 48 49 1-10.3 Traffic Control Labor, Procedures and Devices 50 51 1-10.3(1) Traffic Control Labor 52 The Contractor shall fumish all personnel for flagging, spotting, for the execution of all 53 procedures related to temporary traffic control and for the setup, maintenance and 54 removal of all temporary traffic control devices and construction signs necessary to 55 control traffic during construction operations. 56 57 Workers engaged as flaggers or spotters shall wear reflective vests and hard hats. 58 During hours of darkness, white coveralls or white or yellow rain gear shall also be 59 worn. The vests and other apparel shall be in conformance with Section 1-07.8. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 �1 I LJ 1 2 1-10.3(1)A Flaggers and Spotters 3 Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans 4 or where directed by the Engineer. All flaggers and spotters shall possess a current 5 flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The 6 flagging card shall be immediately available and shown to the Contracting Agency upon 7 request. 8 9 Flagging stations shall be shown on Traffic Control Plans at locations where 10 construction operations require stopping or diverting public traffic. Flagging stations 11 shall be staffed only when flagging is required. This staffing may be continuous or I 12 intermittent, depending on the nature of the construction activity. Whenever a flagger is 13 not required to stop or divert traffic, the flagger shall move away from the flagging 14 station to a safer location. During hours of darkness, flagging stations shall be 15 illuminated in a manner that insures that flaggers can easily be seen but that does not 16 cause glare to the traveling public. Flaggers shall be equipped with portable two-way 17 radios, with a range suitable for the project. The radios shall be capable of having direct 18 contact with project management (foremen, superintendents, etc.). 19 20 The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all flagging 21 operations. The specification for Stop/Slow paddles in Section 9-35.1 requires 24" 22 paddles and all new paddles purchased for the project shall conform to those 23 provisions. Previously specified 18" paddles may be used at the request of the 24 Contractor until December 31, 2005. 25 26 Spotting stations shall be shown on Traffic Control Plans at locations where a spotter 27 can detect errant drivers or other hazards and provide an effective warning to other 28 workers. Spotting stations will not be allowed at locations where the spotter will be in 29 unnecessary danger. The Contractor shall furnish noise -makers or other effective 30 warning devices for spotting operations. The duties of a spotter shall not include ' 31 - flagging. 32 33 1-10.3(1)B Other Traffic Control Labor 34 In addition to flagging or spotting duties, the Contractor shall provide personnel for all 35 other traffic control procedures required by the construction operations and for the labor 36 to install, maintain and remove any traffic control devices shown on Traffic Control 37 Plans. 38 39 1-10.3(2) Traffic Control Procedures 40 41 1-10.3(2)A One -Way Traffic Control 42 The project work may require that traffic be maintained on a portion of the roadway 43 during the progress of the work using one-way traffic control. If this is the case, the 44 Contractor's operation shall be confined to one-half the roadway, permitting traffic on the 45 other half. If shown on an approved traffic control plan or directed by the Engineer, one - 46 way traffic control, in accordance with the MUTCD, shall be provided and shall also 47 conform to the following requirements: 48 1 49 In any one-way traffic control configuration, side roads and approaches will be closed or 50 controlled by a flagger or by appropriate approved signing. A side road flagger will 51 coordinate with end flaggers where there is line of sight and with the pilot car where the 52 end flaggers cannot be seen. 53 54 Queues of vehicles will be allowed to take turns passing through the workzone in the 55 single open lane. When one-way traffic control is in effect, Contractor vehicles shall not 56 use the open traffic lane except while following the same rules and routes required of 57 the public traffic. 58 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 10 �1 I LJ 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 As conditions permit, the Contractor shall, at the end of each day, leave the work area in such condition that it can be traveled without damage to the work, without danger to traffic, and without one-way traffic control. If, in the opinion of the Engineer, one-way traffic control cannot be dispensed with after working hours, then the operation will be continued throughout the non -working hours. 1-10.3(2)6 Rolling Slowdown For work operations on multi -lane roadways, that necessitate short-term roadway closures of 15 minutes or less, the Contractor may implement a rolling slowdown. Where included in an approved traffic control plan, a rolling slowdown shall be accomplished using one traffic control vehicle with flashing amber lights for each lane to be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of the blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area in front of the moving blockade to accomplish the work without a total stoppage of traffic. A portable changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the work to avoid any expected backup of vehicles. The location where the traffic control vehicles shall begin the slowdown and the speed at which the moving blockade will be allowed to travel will be calculated to accommodate the estimated time needed for closure. The chase control vehicle shall follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the Contractor may begin the work operation. In the event that the work operation is not completed when the moving blockade reaches the site, all work except that necessary to clear the roadway shall cease immediately and the roadway shall be cleared and reopened as soon as possible. All ramps and entrances to the roadway between the moving blockade and work , operation shall be temporarily closed using flaggers. Radio communications between the work operation and the moving blockade shall be established and utilized to adjust the speed of the blockade to accommodate the closure time needed. 1-10.3(2)C Lane Closure Setup/Takedown Where allowed by the contract and where shown on approved traffic control plans or directed by the Engineer, the Contractor shall set up traffic control measures to close one or more lanes of a multi -lane facility. When this is to occur, the following sequence shall be followed: 1. Advance warning signs are set up on the shoulder of the roadway opposite the i lane to be closed, 2. Advance warning signs are set up on the same shoulder as the lane to be closed, 3. A truck -mounted attenuator, with arrow board, is moved into place at the beginning of the closure taper, 4. Channelization devices are placed to mark the taper and the length of the closure as shown on the traffic control plan. , Once the lane is closed, the TMA/arrow board combination may be replaced with an arrow board without attenuator. If additional lanes are to be closed, this shall be done in sequence with previous lane closures using the same sequence of activities. A truck -mounted attenuator with arrow board is required during the process of closing each additional lane and may be , SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 11 I u fl �L� t t 1 1 replaced with an arrow board without attenuator after the lane is closed. Each closed 2 lane shall be marked with a separate arrow board at all times. 3 4 Traffic control for lane closures shall be removed in the reverse order of its installation. 5 6 1-10.3(2)D Mobile Operations 7 Where construction operations are such that movement along the length of a roadway is 8 continuous or near -continuous to the extent that a stationary traffic control layout will not 9 be effective, the Contractor shall implement a moving, or mobile; traffic control scheme. 10 Such moving control shall always be conducted in the same direction as the adjacent 11 traffic. 12 13 Where shown on an approved traffic control plan or where directed by the Engineer, 14 mobile traffic control shall consist of portable equipment, moving with the operation. A 15 portable changeable message sign shall be established in advance of the operation, far 16 enough back to provide warning of both the operation and of any queue of traffic that 17 has formed during the operation. The advance sign shall be continuously moved to stay 18 near the back of the queue at all times. A truck -mounted attenuator, with arrow board, 19 shall be positioned and maintained at a fixed distance upstream of the work. A shadow 20 vehicle, with truck -mounted attenuator shall be positioned and maintained immediately 21 upstream of the work. 22 23 1-10.3(2)E Patrol & Maintain Traffic Control Measures 24 At all times, when temporary traffic control measures are in place, the Contractor shall 25 provide for patrolling and maintaining these measures. The work shall consist of 26 resetting mislocated devices, assuring visibility of all devices, cleaning and repairing 27 where necessary, providing maintenance for all equipment, including replacing batteries 28 and light bulbs as well as keeping motorized and electronic items functioning, and 29 adjusting the location of devices to respond to actual conditions, such as queue length, 30 unanticipated traffic conflicts and other areas where planned traffic control has proven 31 ineffective. 32 33 This work shall be performed by the Contractor, either by or under the direction of the 34 Traffic Control Supervisor. Personnel, with vehicles if necessary, shall be dispatched so 35 that all traffic control can be reviewed at least once per hour during working hours and 36 at least once during each non -working day. 37 38 1-10.3(3) Traffic Control Devices 39 40 1-10.3(3)A Construction Signs 41 All construction signs required by approved traffic control plans, as well as any other 42 appropriate signs directed by the Engineer shall be furnished by the Contractor. The 43 Contractor shall provide the posts or supports and erect and maintain the signs in a 44 clean, neat, and presentable condition until the need for them has ended. Post 45 mounted signs shall be installed as shown in Standard Plans G-1 and G -4a. Sign 46 attachment to posts shall conform to the applicable detail shown in Standard Plan G -9b. 47 When the need for construction signs has ended, the Contractor, upon approval of the 48 Engineer, shall remove all signs, posts, and supports from the project and they shall 49 remain the property of the Contractor. 50 51 No passing zones on the existing roadway that are marked with paint striping and which 52 striping is to be obliterated by construction operations shall be replaced by "Do Not 53 Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts 54 and signs. The signs shall be maintained by the Contractor until they are removed or 55 until the contract is physically completed. When the project includes striping by the '56 Contractor, the signs and posts shall be removed by the. Contractor when the no 57 passing zones are reestablished by striping. The signs and posts will become the 58 property of the Contractor. When the Contractor is not responsible for striping and 59 when the striping by others is not completed when the project is physically completed, SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 12 1 the posts and signs shall be left in place and shall become the property of the 2 Contracting Agency. 3 4 All existing signs, new permanent signs installed under this contract, and construction 5 signs installed under this contract that are inappropriate for the traffic configuration at a 6 given time shall be removed or completely covered with metal, plywood, or an Engineer 7 approved product specifically manufactured for sign covering during periods when they 8 are not needed. 9 10 Construction signs will be divided into two classes. Class A construction signs are those 11 signs that remain in service throughout the construction or during a major phase of the 12 work. They are mounted on posts, existing fixed structures, or substantial supports of a -13 semi-permanent :nature. Class A signs will be designated as such on the approved 14 Traffic Control Plan. "Do Not Pass" and "Pass With Care" signs are classified as Class 15 A construction signs. Sign and support installation for Class A signs shall be in 16 accordance with the Contract Plans or the Standard Plans. Class B construction signs 17 are those signs that are placed and removed daily, or are used for short durations which 18 may extend for one or more days. They, are mounted on portable or temporary 19 mountings. , 20 21 Where it is necessary to add weight to signs for stability, the only allowed method will be 22 a bag of sand that will rupture on impact. The bag of sand shall have a maximum 23 weight of 40 pounds, and shall be suspended no more than 1 foot from the ground. 24 25 Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the 26 Engineer deems to be unacceptable while their use is required on the project shall be 27 replaced by the Contractor. 28 29 1-10.3(3)B Sequential Arrow Signs 30 Where shown on an approved traffic control plan or where ordered by the Engineer, the ' 31 Contractor shall provide, operate and maintain sequential arrow signs. In some 32 locations, the sign will be shown as a unit with an attenuator. In other locations, the 33 plan will indicate a stand-alone unit. 34 35 1-10.3(3)C Portable Changeable Message Sign 36 Where shown on an approved traffic control plan or where ordered by the Engineer, the 37 Contractor shall provide, operate and maintain portable changeable message signs. , 38 These signs shall be available, on-site, for the entire duration of their projected use. 39 40 1-10.3(3)D Barricades 41 Where shown on an approved traffic control plan or where ordered by the Engineer, the 42 Contractor shall provide, install and maintain barricades. Barricades shall be kept in 43 good repair and shall be removed immediately when, in the opinion of the Engineer, 44 they are no longer functioning as designed. 45 46 Where it is necessary to add weight to barricades for stability, the only allowed method 47 will be a bag of sand that will rupture on impact. The bag of sand shall have a 48 maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the 49 ground. 50 51 1-10.3(3)E Traffic Safety Drums 52 Where shown on an approved Traffic Control Plan, or where ordered by the Engineer, ' 53 the Contractor shall provide, install and maintain traffic safety drums. 54 55 Used drums may be utilized, provided all drums used on the project are of essentially , 56 the same configuration. 57 58 The drums shall be designed to resist overturning by means of a weighted lower unit 59 that will separate from the drum when impacted by a vehicle. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 13 1 Ll fl 1 t 1 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 86 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Drums shall be regularly maintained to ensure that they are clean and that the drum and reflective material are in good condition. If the Engineer determines that a drum has been damaged beyond usefulness, or provides inadequate reflectivity, a replacement drum shall be furnished. When the Engineer determines that the drums are no longer required, they shall be removed from the project and shall remain the property of the Contractor. 1-10.3(3)F Barrier Drums Where shown on approved Traffic Control Plans and as ordered by the Engineer, barrier drums shall be placed on temporary concrete barrier at the following approximate spacing: Concrete Barrier Placement Tangents Y2 mile or less Tangents greater than '/2 mile Tapers and Curves Barrier Drum Spacing in Feet 2 times posted speed limit 4 times posted speed limit posted speed limit Note 1 A minimum of 3 barrier drums shall be used. Note 2 A minimum of 5 barrier drums shall be used. Temporary concrete barrier reflectors may be excluded when using barrier drums. Both legs of the barrier drums shall be completely filled with sand. The top oval should not be filled. Used barrier drums may be used, provided all barrier drums used on the project are of essentially the same configuration. Barrier drums shall be regularly maintained to ensure that they are clean and that the barrier drum and reflective material are in good condition. If the Engineer determines that a barrier drum has been damaged beyond usefulness, or provides inadequate reflectivity, a replacement barrier drum shall be furnished. When the Engineer determines that the drums are no longer required, they shall be removed from the project and shall remain the property of the Contractor. 1-10.3(3)G Traffic Cones Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good repair and shall be removed immediately when directed by the Engineer. Where wind or moving traffic frequently displace cones, an effective method of stabilizing cones, such as stacking two together at each location, shall be employed. 1-10.3(3)H Tubular Markers Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and -maintain tubular markers. Tubular markers shall be kept in good repair and shall be removed immediately when directed by the Engineer. Tubular markers are secondary devices and are not to be used as substitutes for cones or other delineation devices without an approved traffic control plan. Where the Traffic Control Plan shows pavement -mounted tubular markers, the adhesive used to fasten the base to the pavement shall be suitable for the purpose, as approved by the Engineer. During the removal of pavement -mounted tubular markers, care shall be taken to avoid damage to the existing pavement. Any such damage shall be repaired by the Contractor at no cost to the Contracting Agency. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 14 1 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 1-10.3(3)1 Warning Lights and Flashers Where shown attached to traffic control devices on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide and maintain flashing warning lights. Lights attached to advance warning signs shall be Type B, high-intensity. Lights attached to traffic safety drums, barricades or other signs shall be Type C, steady -burning low intensity or, where attention is to be directed to a specific device, Type A, flashing low -intensity units. 1-10.3(3)) Truck -Mounted Attenuator Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate and maintain truck -mounted impact attenuators (TMA). These attenuators shall be available, on-site, for the entire duration of their projected use. _ The TMA shall be positioned to separate and protect construction workzone activities from normal traffic flow. During use, the attenuator shall be in the full down -and -locked position. For stationary operations, the truck's parking brake shall be set. 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) When the bid proposal contains the item "Project Temporary Traffic Control", there will be no measurement of unit items for work defined by Section 1-10 except as described in Section 1-10.4(3). Also, except as described in Section 1-10.4(3), all of Sections 1- 10.4(2) and 1-10.5(2) is deleted. No specific unit of measurement will apply to the lump sum item of "Project Temporary Traffic Control." 1-10.4(2) Item Bids with Lump Sum for Incidentals When the bid proposal does not contain the item "Project Temporary Traffic Control", Sections 1-10.4(1) and 1-10.5(1) are deleted and the bid proposal will contain some or all of the following items, measured as noted. No specific unit of measurement will apply to the lump sum item of "Traffic Control Supervisor." "Flaggers and Spotters" will be measured by the hour. Hours will be measured for each flagging or spotting station, shown on an approved Traffic Control Plan, when that station Is staffed in accordance with Section 1-10.3(1)A. When a flagging station is staffed on an intermittent basis, no deduction will be made in measured hours provided that the person staffing the station is in a standby mode and is not performing other duties. "Other Traffic Control Labor" will be measured by the hour. With the exception of patrolling and maintaining, hours will be measured for each person engaged in any one of the following activities: Operating a pilot vehicle during one-way piloted traffic control. Operating a traffic control vehicle or a chase vehicle during a rolling slowdown operation. Operating a vehicle or placing/removing traffic control devices during the setup or takedown of a lane closure. Performing preliminary work to prepare for placing and removing these devices. SW 27TH ST.ISTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 15 [J 1 0 Operating any of the moving traffic control equipment, or adjusting signing 2 during a mobile operation as described in Section 1-10.3(2)D. 3 4 0 Patrolling and maintaining traffic control measures as described in Section 1- 5 10.3(2)E. The hours of one person will be measured for each patrol route 6 necessary to accomplish the review frequency required by the provision, 7 regardless of the actual number of persons per route. 8 9 0 Placing and removing Class B construction signs. Performing preliminary work 10 to prepare for placing and removing these signs. 11 12 0 Relocation of Portable Changeable Message Signs within the project limits. 13 14 0 Installing and removing Barricades, Traffic Safety Drums, Barrier Drums, 15 Cones, Tubular Markers and Warning Lights and Flashers to carry out 16 approved Traffic Control Plan(s). Performing preliminary work to prepare for 17 installing these devices. 18 19 Time spent on activities other than those listed will not be measured under this 20 item. 21 22 "Construction Signs, Class A" will be measured by the square foot of panel area for 23 each sign designated on an approved Traffic Control Plan as Class A or for each 24 construction sign installed as ordered by the Engineer and designated as Class A at the 25 time of the order. Class A signs may be used in more than one location and will be 26 measured for each new installation. Class B construction signs will not be measured. 27 Sign posts or supports will not be measured. 28 29 "Sequential Arrow Sign" will be measured by the hour for the time that each sign is 30 operating as shown on an approved Traffic Control Plan or as directed by the Engineer. -31 32 "Portable Changeable Message Sign" will be measured per each one time only for each 33 portable changeable message sign used on the project. The final pay quantity shall be 34 the maximum number of such signs in place at any one time as approved by the 35 Engineer. 36 37 "Operation of Portable Changeable Message Sign" will be measured by the hour for 38 each hour of operation. The hours of operation will be determined by the Engineer. 39 Hours of operation in excess of those determined by the Engineer will be at the 40 Contractor's expense. 41 42 "Truck Mounted Impact Attenuator" will be measured per each one time only for each 43 truck with mounted impact attenuator used on the project. The final pay quantity shall 44 be the maximum number of truck -mounted impact attenuators in place at any one time. 45 46 "Operation of Truck -Mounted Impact Attenuator" will be measured by the hour for each 47 truck -mounted attenuator manned and operated. Manned and operated shall be when 48 the truck -mounted impact attenuator has an operator and is required to move, in 49 operating position, with the construction operation or when moving the TMA from one 50 position to another on the project. 51 52 No specific unit of measurement will apply to the force account item of "Repair Truck - 53 Mounted Impact Attenuator". 54 55 No specific unit of measurement will apply to the lump sum item of "Other Temporary 56 Traffic Control". 57 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 16 1 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control 2 The contract provisions may establish the project as lump sum, in accordance with 3 Section 1-10.4(1) and also include one or more of the items included above in Section 4 1-10.4(2). When that occurs, the corresponding measurement provision in Section 1- 5 10.4(2) is not deleted and the work under that item will be measured as specified. 6 7 1-10.4(4) Owner -Provided Resources 8 The contract provisions may call for specific items of labor, materials or equipment, 9 noted in Section 1-10 as the responsibility of the Contractor, to be supplied by the 10 Contracting Agency. When this occurs, there will be no adjustment in measurement of 11 unit quantities. 12 13 1-10.5 Payment 14 15 1-10.5(1) Lump Sum Bid for Project (No Unit Items) 16 "Project Temporary Traffic Control", lump sum. 17 The lump sum contract payment shall be full compensation for all costs incurred by the 18 Contractor in performing the contract work defined in Section 1-10, except for costs 19 compensated by bid proposal items inserted through contract provisions as described in 20 Section 1-10.4(3). 21 22 1-10.5(2) Item Bids with Lump Sum for Incidentals 23 "Traffic Control Supervisor", lump sum. 24 The lump sum contract payment shall be full compensation for all costs incurred by the 25 Contractor in performing the contract work defined in Section 1-10.2(1)B. 26 27 "Flaggers and Spotters", per hour. 28 The unit contract price, when applied to the number of units measured for this item in 29 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 30 the Contractor in performing the contract work defined in Section 1-10.3(1)A. 31 32 "Other Traffic Control Labor", per hour. 33 The unit contract price, when applied to the number of units measured for this item in 34 accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred 35 by the Contractor in performing the contract work specifically mentioned for this item in 36 Section 1-10.4(2). 37 38 "Construction Signs Class A", per square foot. 39 The unit contract price, when applied to the number of units measured for this item in 40 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 41 materials and equipment incurred by the Contractor in performing the contract work 42 described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" 43 signs must be left in place, a change order, as described in Section 1-04.4, will be 44 required. 45 46 "Sequential Arrow Sign", per hour. 47 The unit contract price, when applied to the number of units measured for this item in 48 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 49 materials and equipment incurred by the Contractor in performing the contract work 50 described in Section 1-10.3(3)B. 51 .52 "Portable Changeable Message Sign", per each. 53 The unit contract price, when applied to the number of units measured for this item in 54 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 55 materials and equipment incurred by the Contractor in procuring all portable changeable 56 message signs required for the project and for transporting these signs to and from the 57 project. 58 59 "Operation of Portable Changeable Message Sign", per hour. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 17 1 The unit contract price, when applied to the number of units measured for this item in 2 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 3 materials and equipment incurred by the Contractor in performing the contract work 4 described in Section 1-10.3(3)C except for costs compensated separately under the 5 items "Other Traffic Control Labor" and "Portable Changeable Message Sign". 6 7 "Truck -Mounted Impact Attenuator", per each. 8 The unit contract price, when applied to the number of units measured for this item in 9 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 10 materials and equipment incurred by the Contractor in performing the contract work 11 described in Section 1-10.3(3)J except for costs compensated separately under the 12 items "Operation of Truck -Mounted Impact Attenuator" and "Repair Truck -Mounted 13 Impact Attenuator". 14 15 "Operation of Truck -Mounted Impact Attenuator", per hour. 16 The unit contract price, when applied to the number of units measured for this item in 17 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 18 19 materials and equipment incurred by the Contractor in operating truck -mounted impact attenuators on the project. 20 21 "Repair Truck -Mounted Impact Attenuator", by force account. 22 All costs of repairing or replacing truck -mounted impact attenuators that are damaged 23 by the motoring public while in use as shown on an approved Traffic Control Plan will be 24 paid for by force account as specified in Section 1-09.6. To provide a common proposal 25 for all bidders, the Contracting Agency has estimated the amount of force account for 26 'Repair Truck -Mounted Impact Attenuator" and has entered the amount in the Proposal ' 27 to become a part of the total bid by the Contractor. Truck -mounted attenuators 28 damaged due to the Contractor's operation or damaged in any manner when not in use ' 29 30 shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. 31 32 "Other Temporary Traffic Control", lump sum. 33 The lump sum contract payment shall be full compensation for all costs incurred by the 34 Contractor in performing the contract work defined in Section 1-10, and which costs are 35 not compensated by one of the above -listed items. 36 37 1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control 38 The contract provisions may establish the project as lump sum, in accordance with 39 Section 1-10.4(1) and also reinstate the measurement of one or more of the items 40 described in Section 1-10.4(2). When that occurs, the corresponding payment provision 41 in Section 1-10.5(2) is not deleted and the work under that item will be paid as specified. 42 43 SECTION 1-99, APWA SUPPLEMENT 44 April 4, 2005 45 Section 1-04.2 (APWA Only) page 1-125 46 The second paragraph is revised to read: 47 48 Any inconsistency in the parts of the contract shall be resolved by following this order of 49 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 5 511 1. Addenda, 52 2. Proposal Form, 53 13. Special Provisions, 54 4. Contract Plans, 55 5. Amendments to Division 1-99 APWA Supplement 56 6. Division 1-99 APWA Supplement 57 7. Amendments to the WSDOT/APWA Standard Specifications, 58 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal SW 27TH ST./STRANDER BLVD. CONNECTION ' PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 18 1 Construction 2 9. Contracting Agency's Standard Plans (if any) 3 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 4 5 Section 1-07.18.4 (APWA Only) Page 1-134 and 1-135 6 This section is revised to read: 7 8 When the Contractor delivers the executed contract for the work to the Contracting 9 Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for 10 each policy of insurance meeting the requirements set forth above. The certificate must 11 conform to the following requirements: 12 13 An ACORD certificate Form 25-S, showing the insuring company, policy effective dates, 14 limits of liability and the Schedule. of Forms and Endorsements. 15 16 A copy of the endorsement naming Contracting Agency and any other entities required 17 by the Contract Provisions as Additional Insured(s), and stating that coverage is primary 18 and noncontributory, showing the policy number, and signed by an authorized 19 representative of the insurance company on Form CG2010 (ISO) or equivalent. 20 21 The certificate(s) shall not contain the following or similar wording regarding cancellation 22 notification to the Contracting Agency: "Failure to mail such notice shall impose no 23 obligation or liability of any kind upon the company." 24 25 Section 1-10 Temporary Traffic Control (APWA Only) page 141 26 This section is revised to read: 27 28 1-10.1(2) Description (APWA only) 29 The third paragraph is revised to read: 30 31 The Contractor. shall provide flaggers, signs, and other traffic control devices not 32 otherwise specified as being furnished by the Contracting Agency. The Contractor 33 shall erect and maintain all construction signs, warning signs, detour signs, and 34 other traffic control devices necessary to warn and protect the public at all times 35 from injury or damage as a result of the Contractor's operations which may occur 36 on highways, roads, streets, sidewalks, or paths. No work shall be done on or 37 adjacent to any traveled way until all necessary signs and traffic control devices are 38 in place 39 40 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 41 April 5, 2004 42 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs 43 The section title is revised to read: 44 45 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 46 47 The first sentence is revised to read: 48 49 In removing pavement, sidewalks, curbs, and gutters, the Contractor shall: 50 51 Item 3 is revised to read: 52 53 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter 54 that is to remain and the portion to be removed. 55 56 2-02.5 Payment 57 The second paragraph is revised to read: 58 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 19 1 If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal 2 will be paid for as part of the quantity removed in excavation. 3 4 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 5 January 5, 2004 6 2-03.3(14)D Compaction and Moisture Control Tests 7 This section is revised to read: 8 9 Maximum density and optimum moisture content shall be determined by one of the 10 following methods: 11 12 1. materials with less than 30 percent by weight retained on the U.S. No. 4 sieve 13 shall be determined using FOP for AASHTO T 99 Method A. 14 15 2. materials with 30 percent or more by weight retained on the U.S. No. 4 sieve 16 and less than 30 percent retained on the 3/4 inch sieve shall be determined by 17 WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The 18 determination of which test procedure to use will be made solely by the 19 Contracting Agency. 20 21 3. materials with 30 percent or more retained on the 3/4 inch sieve shall be 22 determined by WSDOT Test Method No. 606. 23 24 In place density will be determined using Test Methods WSDOT FOP for AASHTO T 25 310 and WSDOT SOP for T 615. 26 27 SECTION 2-09, STRUCTURE EXCAVATION 28 December 6, 2004 29 2-09.3(1)E Backfilling 30 The first paragraph under Timing is revised to read: 31 32 Backfill shall not be placed against any concrete structure until the concrete has 33 attained 90 percent of its design strength and a minimum age of 14 days, except that 34 reinforced concrete retaining walls 15 feet in height or less may be backfilled after the 35 wall has attained 90 percent of its design compressive strength and curing requirements 36 of Section 6-02.3(11) are met. Footings and columns maybe backfilled as soon as 37 forms have been removed, so long as the backfill is brought up evenly on all sides. 38 39 2-09.4 Measurement 40 In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18 41 inches. 42 43 SECTION 2-10, DITCH EXCAVATION 44 April 5, 2004 45 2-10.1 Description 46 The second paragraph is supplemented with the following: 47 ' 48 Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the 49 requirements of Section 2-03.3(14)M. 50 51 SECTION 4-04, BALLAST AND CRUSHED SURFACING ' 52 January 5, 2004 53 4-04.3(5) Shaping and Compaction ' 54 In the first paragraph, the first sentence is revised to read: 55 ' SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 20 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of the standard density determined by the requirements of Section 2-03.3(14)D before the next succeeding layer of surfacing or pavement is placed. SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION August 2, 2004 5-01.3(6) Dowel Bar Retrofit The sixth paragraph is revised to read: All slot surfaces shall be cleaned to bare concrete by sand blasting or pressure washing. The cleaning shall remove all slurry, parting compound, and other foreign materials prior to installation of the dowel. If a pressure washer is used to clean the slots the pressure at the nozzle shall not exceed 4000 psi. Any damage to the concrete shall be repaired by the Contractor at no cost to the Contracting Agency. All washwater shall be cleaned from the slots prior to placement of any slot patching material. Traffic shall not be allowed on slots where concrete has been removed. 5-01.5 Payment The paragraph following the item "Sealing Transverse and- Longitudinal Joints" is revised to read: The unit contract price per linear foot for "Sealing Transverse and Longitudinal Joints", shall be full payment for all costs to complete the work as specified, including removing incompressible material, preparing and sealing existing transverse and longitudinal joints where existing transverse and longitudinal joints are cleaned and for all incidentals required to complete the work as specified. SECTION 5-04, HOT MIX ASPHALT April 4, 2005 5-04.3(7)A Mix Design The first paragraph 1. General', is revised to read: 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall provide test data demonstrating that the design meets the requirements of Sections 9-03.8(2) and 9- 03.8(6) on WSDOT HMA Mix Design Submittal form 350-042. In no case shall the paving begin before the determination of anti -strip requirements has been made. 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture In Item 2 (Aggregates) the second sentence is revised to read: The acceptance criteria for aggregate properties of sand equivalent, fine aggregate angularity and fracture will be their conformance to the requirements of Section 9- 03.8(2). In item 3, C. (Test Results), the second and third paragraphs are revised to read: Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within five working days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Lab or the State Materials Lab as determined by the Project Engineer. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 21 1 t i� F 1 1 r J 1 2 3 4 6 7 8 10 11, 12 13 14, 15- 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U.S. No. 4 sieve and larger U.S. No. 8 sieve U.S. No. 200 sieve Asphalt binder % Va % Item 3, D. (Test Methods) is revised to read: Percent passing ±4.0 Percent passing ±2.0 Percent passing ±0.4 Percent binder content ±0.3 Percent Va ±0.7 D. Test Methods Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOR for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. In item 3,E (Test Section - HMA Mixture) the first sentence in the third paragraph is revised to read: For a test section to be acceptable, with or without a verified mix design, the pay factor (PFi) for each of gradation, asphalt binder, VMA, VFA and Va shall be 0.95 or greater, and the remaining test requirements in Section 9-03.8(2) (dust/asphalt ratio, sand equivalent, fine aggregate angularity and fracture) shall conform to the requirements of that Section. 5-04.3(13) Surface Smoothness In the first paragraph, the second sentence is revised to read: The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. 5-04.4 Measurement The first sentence is revised to read: HMA CL. PG _, HMA for CL. PG , and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the mixture. SECTION. 5-05, CEMENT CONCRETE PAVEMENT December 6, 2004 5-05.3(1) Concrete Mix Design for Paving Number 1. Materials, is revised to read: 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9-03.1(4) AASHTO grading No. 467. An alternate combined gradation may be proposed, which has a maximum aggregate size equal to or greater than a 2 -inch square sieve. The combined aggregate gradation shall conform to Section.9-03.1(5). 22 ' SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 22 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material, shall conform to Section 9-23.9 and shall be limited to Class F with a maximum CaO content of 15 percent by weight. Ground granulated blast furnace slag, if used, shall not exceed 25 percent by weight of the total cementitious material and shall conform to Section 9-23.10. When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 35 percent by weight of the total cementitious material. As an alternative to the use of fly ash, ground granulated blast furnace slag and cement as separate components, a blended hydraulic cement that meets the requirements of Section 9-01.2(4) Blended Hydraulic Cements may be used. 1 The water/cement ratio shall be calculated on the total weight of cementitious material. The following are considered'cementifious materials: Portland cement, , fly ash, ground granulated blast furnace slag and microsilica. The minimum cementitious material for any mix design shall be 564 pounds per cubic yard. SECTION 6-02, CONCRETE STRUCTURES April 4, 2005 6-02.2 Materials This section is supplemented with the following: Microsilica Fume 9-23.11 6-02.3(2) Proportioning Materials This section is revised to read: The total water soluble Chloride ion (Cl-) content of the mixed concrete shall not exceed 0.06 percent by weight of cementitious material for prestressed concrete nor 0.10 percent by weight of cementitious material for reinforced concrete. An initial evaluation may be obtained by testing individual concrete ingredients for total chloride ion content per AASHTO T 260 and totaling these to determine the total water soluble Chloride ion (Cl-) or the total water soluble Chloride ion (Cl-) in accordance with ASTM C 1218. Unless otherwise specified, the Contractor shall use Type I or II Portland cement in all concrete as defined in Section 9-01.2(1). The use of fly ash is required for Class 4000D and 4000P concrete. The use of fly ash and ground granulated blast furnace slag is optional for all other classes of concrete. Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material and shall conform to Section 9-23.9. Ground granulated blast furnace slag, if used, shall not exceed 25 percent by weight of the total cementitious material and shall conform to Section 9-23.10. When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 35 percent by weight of the total cementitious material. The water/cement ratio shall be calculated on the total weight of cementitious material. The following are considered cementitious materials: Portland cement, fly ash, ground granulated blast furnace slag and microsilica. As an alternative to the use of fly ash, ground granulated blast furnace slag and cement as separate components,, a blended hydraulic cement that meets the requirements of Section 9-01.2(4) Blended Hydraulic Cements may be used. 6-02.3(2)A Contractor Mix Design The seventh paragraph is revised to read: SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 23 11 Ll ' 1 2 A high -range water reducer (superplasticizer) may be used in all mix designs. 3 Microsilica fume may be used in all mix designs. The use of a high -range water reducer 4 or microsilica fume shall be submitted as a part of the Contractor's concrete mix design. ' 5 6 6-02.3(4) Ready -Mix Concrete ' 7 8 This section is revised to read: 9 All concrete, except commercial concrete and lean concrete shall be batched in a 10 prequalified manual, semi-automatic, or automatic plant as described in Section 6- 11 02.3(4)A. The Engineer is not responsible for any delays to the Contractor due to 12 problems in getting the plant certified. 13 14 6-02.3(4)A Qualification of Concrete Suppliers 15 The first paragraph is revised to read: 16 17 Prequalification may be obtained through an inspection conducted by the Plant ' 18 19 Manager, defined as the person directly responsible for the daily plant operation, using the NRMCA or WSDOT checklist, through certification by NRMCA, or by an 20 independent evaluation certified by a professional engineer using NRMCA or 21 Contracting Agency guidelines. Information concerning NRMCA certification may be 22 obtained from the National Ready Mix Concrete Association at 900 Spring Street, Silver ' 23 Springs, MD 20910. The Contracting Agency and the NRMCA certification have similar 24 requirements for plant and delivery equipment. Whereas Plant Manager certification 25 shall be done prior to the start of a project and every six months throughout the life of 26 the project, the NRMCA certification shall be good for a two year period. ' 27 28 If prequalification is done by the Plant Manager the following shall be performed: ' 29 30 1. The checklist cover page shall be signed by the Plant Manager and notarized. 31 32 2. The signed and notarized cover page shall be submitted to the Project 33 Engineer with the concrete mix design (WSDOT Form 350-040), water meter 34 verification, truck list, and admixture dispensing certification. 35 36 3. The checklists shall be maintained by the Plant Manager and are subject to 37 review at any time by the Contracting Agency. ' 38 39 4. The water meter shall be verified every six months. 40 41 In the first sentence of the eighth paragraph, "Engineer" is revised to "Plant Manager". 42 43 6-02.3(5)A General 44 In the fourth paragraph, item 2 is revised to read: 45 46 2. An individual strength test averaged with the two preceding individual strength tests 47 meets or exceeds specified strength (for the same class and exact mix I.D. of 48 concrete on the same contract). 49 50 6-02.3(5)C Conformance to Mix Design 51 This section is revised to read: ' 52 53 Cement, coarse and fine aggregate weights shall be within the following tolerances of 54 the mix design: 55 ' 56 Batch Volumes less than or equal to 4 cubic yards 57 Cement +5% _1% 58 Aggregate +10% -2% '59 SW 277H STJSTRANDER BLVD. CONNECTION ' PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 24 1 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34. 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Batch Volumes more than 4 cubic Yards Cement +5% -1% Aggregate +2% -2% If the total cementitious material weight is made up of different components, these component weights shall be within the following tolerances: 1. Portland cement weight plus 5% or minus 1 percent of that specified in the mix design. 2. Fly ash weight plus or minus 5 percent of that specified in the mix design. 3. Microsilica weight plus or minus 10 percent of that specified in the mix design. Water shall not exceed the maximum water specified in the mix design. 6-02.3(6)A Weather and Temperature Limits to Protect Concrete The section "Cold Weather Protection" is revised to read: The Contractor is solely responsible for protecting concrete from inclement weather during the entire curing period. The Contractor shall provide a written procedure for cold weather concreting to the Engineer for review and approval. The procedure shall detail how the Contractor will prevent the concrete temperature from falling below 50°F. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). Permission given by the Engineer to place concrete during cold weather will in no way ensure acceptance of the work by the Contracting Agency. Should the concrete placed under such conditions prove unsatisfactory in any way, the Engineer shall still have the right to reject the work although the plan and the work were carried out with the Engineer's permission. If weather forecasts predict air temperatures below 35° F during the seven days just after the concrete placement, the Contractor may place the concrete only if his approved cold weather concreting plan is implemented. 1 1 The Contractor shall provide and maintain a maturity meter in the concrete at a location specified by the Engineer for each concrete placement. During curing, data from the I maturity meter shall be readily available to the Engineer. The Contractor shall record and provide time and temperature data on hourly intervals. The Contractor shall not mix nor place concrete while the air temperature is below 35° F, unless the water or aggregates (or both) are heated to at least 70° F. The aggregate shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with the aggregates before the cement is added. Any equipment and methods shall heat the materials evenly. Concrete placed in shafts and piles is exempt from such preheating requirements. The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying flame directly or under sheet metal. If the aggregates are in bins, steam or water coils or other heating methods may be used if aggregate quality is not affected. Live steam heating is not permitted on or through aggregates in bins. If using dry heat, the Contractor shall increase mixing time enough to permit the super -dry aggregates to absorb moisture. Any concrete placed in air temperatures below 35° F shall be immediately protected. In addition to the monitoring of the concrete temperature with a maturity meter the Contractor shall provide recording thermometers or other approved devices to monitor the surface temperature of the concrete. The concrete surface temperature shall be maintained at or above 50° F and the relative humidity shall be maintained above 80 percent. These conditions shall be maintained for a minimum of seven days or for SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 25 1 ' 1 the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is 2 used to maintain the temperature inside an enclosure, moisture shall be added to the 3 enclosure to maintain the humidity as stated above. The Contractor shall stop adding 4 moisture 24 hours before removing the heat. 5 6 If at any period during curing the concrete temperature falls below 50° F on the maturity 7 meter or recording thermometer, no curing time is awarded for that day and the required 8 curing time will be extended day for day where the temperature falls below 50° F. Should the 9 Contractor fail to adequately protect the concrete and the temperature of the concrete falls 10 below 35° F during curing, the Engineer may reject it. ' 11 12 6-02.3(11) Curing Concrete 13 In the first paragraph, item 3 is supplemented with the following: 14 15 When continuous moisture or wet curing is required, the Contractor shall keep the 16 concrete surfaces wet with water during curing. 17 18 In the second paragraph, the first sentence is revised to read: 19 20 The Contractor may provide continuous moisture by watering a covering of heavy 21 quilted blankets, by keeping concrete surfaces wet with water continuously and 22 covering with a white reflective type sheeting, or by wetting the outside surfaces of 23 wood forms. 24 25 6-02.3(17)K Concrete Forms on Steel Spans 26 The following new paragraph is inserted between the second and third paragraphs: ' 27 28 The compression member or bottom connection of cantilever formwork support brackets 29 shall bear either within six inches maximum vertically of the bottom flange or within six 30 inches maximum horizontally of a vertical web stiffener. The Contractor shall also ' 31 furnish and install temporary struts and ties to prevent rotation of the steel girder. Partial 32 depth cantilever formwork support brackets that do _not conform to the above 33 requirements shall not be used, unless the Contractor submits details showing .the 34 _additional formwork struts and ties used to brace the steel girder against web distortion 35 caused by the partial depth bracket, and receives the Engineer's approval of the 36 submittal. 37 ' 38 6-02.3(17)0 Early Concrete Test Cylinder Breaks 39 The third sentence in the first paragraph is revised to read: 40 41 The Contractor shall retain a testing laboratory to perform this work. ' 42 43 The first paragraph is supplemented with the following: 44 45 Testing laboratories' equipment shall be calibrated within one year prior to testing and 46 testers must be ACI certified. 47 ' 48 49 The first sentence in the fifth paragraph is revised to read: 50 The Contractor shall furnish the Engineer with all test results, proof of equipment 51 calibration, and tester's certification. 52 ' 53 The sixth paragraph is deleted. 54 55 6-02.3(19)A Elastomeric Bearing Pads ' 56 This section including title is revised to read: 57 58 6-02.3(19)A Vacant 59 Sw 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 26 1 6-O2.3(19)B Bridge Bearing Assemblies 2 Item 4 is deleted. 3 4 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 5 The eighth paragraph is supplemented with the following: 6 7 The grout pad may be loaded when a minimum of 4000 psi compressive strength is 8 attained. 9 10 6-02.3(21) Drainage of Box Girder Cells 11 This section. is supplemented with the following: 12 13 All drainage holes shall be screened in accordance with the Plan details. 14 15 6-02.3(22) Drainage of Substructure 16 The second sentence in the first paragraph is supplemented with the following: 17 18 Weep holes shall be covered with geotextile meeting the requirements of Section 9- 19 33.2, Table 2 Class C before backfilling. Geotextile screening shall be bonded to the 20 concrete with an approved adhesive. 21 22 6-O2.3(24)C Placing and Fastening 23 The fifteenth paragraph beginning with 'Reinforcing steel bars shall not vary..." is 24 supplemented with the following: 25 26 Drilled Shafts top of rebar cage elevation +6 in./ -3 in. 27 28 6-O2.3(24)E Welding Reinforcing Steel 29 The ninth paragraph is revised to read: 30 31 The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars 32 shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon 33 equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars 34 and other splice members within 6 inches of the weld, unless limited by the available 35 lengths of the bars or splice member. 36 37 The twelfth paragraph is revised to read: 38 39 Under supervision of the State Materials and Fabrication Inspector, the welder shall 40 weld three test joints of the largest size reinforcing bar to be weld spliced, per type of 41 joint shown in the Plans. Two of the test welds shall be test loaded to no less than 125 42 percent of the minimum specified yield strength of the bar. The remaining test weld 43 shall be mechanically cut perpendicular to the direction of the welding and 44 macroetched. The macroetch specimen for Flare V groove welds will be inspected for 45 the weld size and effective throat as shown in the Plans. Indirect butt splices shall be 46 cut mechanically at two locations to provide a transverse cross-section of each of the 47 bars spliced in the test assembly. The sections shall show the ,full cross-section of the 48 weldment, the root of the weld, and any reinforcement. The etched cross-section shall 49 have complete penetration and complete fusion with the base metal and between 50 successive passes in the weld. Groove welds of direct butt splices and flare -groove 51 welds shall not have reinforcement exceeding 1/8 inch in height measured from the 52 main body of the bar and shall have a gradual transition to the base metal surface. No 53 cracks will be allowed in either the weld metal or heat -affected zone. All craters shall be 54 filled to the full cross-section of the weld. Weld metal shall be free from overlay. 55 Undercutting deeper than 1/32 inch will not be allowed except at points where welds 56 intersect the raised pattern of deformations where undercutting less than 1/16 inch deep 57 will be acceptable. The sum of diameters of piping porosity in groove welds shall not 58 exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6 -inch length of SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 27 1 weld. Corrections to welds with shielded metal arc, gas metal arc, or flux -cored arc 2 . welding processes shall be made in accordance with Engineer's approval. 3 4 6-02.3(25) Prestressed Concrete Girders 5 The fourth paragraph is replaced with the following: 6 7 The various types of girders are: 8 9 Prestressed Concrete Girder — Refers to prestressed concrete girders of all 10 types, including prestressed concrete I girders, prestressed concrete wide flange I 11 girders, bulb tee girders, deck bulb tee girders, thin flange deck bulb tee girders, 12 precast prestressed concrete members, spliced prestressed concrete girders, and 13 prestressed concrete tub girders. 14 15 Prestressed Concrete I Girder — Refers to a prestressed concrete girder with a 16 flanged I shaped cross section, requiring a cast -in-place concrete deck to support 17 traffic loads. WSDOT standard girders in this category include Series W42G, 18 W50G, W58G, and W74G. 19 20 Prestressed Concrete Wide Flange I Girder — Refers to a prestressed concrete 21 girder with an I shaped cross section with wide top and bottom flanges, requiring a 22 cast -in-place concrete deck to support traffic loads. WSDOT standard girders In 23 this category include Series WF42G, W1750G, WF58G, WF74G, W83G, and W95G. 24 25 Bulb Tee Girder — Refers to a prestressed concrete girder, with a wide top flange 26 requiring a cast -in-place concrete deck to support traffic loads. WSDOT standard 27 girders in this category include Series W32BTG, W38BTG, W50BTG, and W62BTG. 28 29 Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to 30 support traffic loads, and designed to be mechanically connected at the flange 31 edges to adjacent girders at the job site. Except where specific requirements are 32 otherwise specified for these girders, deck bulb tee girders shall conform to all 33 requirements specified for bulb tee girders. WSDOT standard girders in this 34 category include Series W35DG, W41 DG, W53DG, and W65DG. 35 36 Thin Flange Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange 37 width equal to the girder spacing and requiring a cast -in-place concrete deck to 38 support traffic loads. Except where specific requirements are otherwise specified 39 for these girders, thin flange deck bulb tee girders shall conform to all requirements 40 specified for bulb tee girders. WSDOT standard girders in this category include 41 Series W32TFG, W38TFG, W50TFG, W62TFG, and W74TFG. 42 43 Precast Prestressed Member (PCPS Member) — Refers to a precast prestressed 44 slab, precast prestressed ribbed section, or a deck double tee girder. PCPS 45 members are designed to be mechanically connected at the flange or member 46 edges to adjacent PCPS members at the job site. Except where specific 47 requirements are otherwise specified for these girders, PCPS members shall 48 conform to all requirements specified for deck bulb tee girders. 49 50 Double Tee Girder — Refers to a hybrid PCPS member that is similar to a deck 51 double tee girder, except that the top surface is a thin top flange requiring a cast -in - 52 place concrete deck to support traffic loads. Double tee girders shall conform to all 53 requirements specified for bulb tee girders and PCPS members. 54 55 Spliced Prestressed Concrete Girder — Refers to prestressed concrete girders 56 initially fabricated in segments to be longitudinally spliced together with cast -in - 57 place concrete closures at the job site. Except where specific requirements are 58 otherwise specified for these girders, spliced prestressed concrete girders shall 59 conform to all requirements specified for prestressed concrete girders. Anchorages SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 28. 1 shall conform to Sections 6-02.3(26)B, 6-02.3(26)C, and 6-02.3(26)D. Ducts shall 2 conform to the Section 6-02.3(26)E requirements for internal embedded installation, 3 and shall be round, unless the Engineer approves use of elliptical shaped ducts. 4 Duct -wedge plate transitions shall conform to Section 6-02.3(26)E. Prestressing 5 reinforcement shall conform to Section 6-02.3(26)F. WSDOT standard girders in 6 this category include Series WF74PTG, W83PTG, and W95PTG. 7 8 Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal 9 box or bathtub girders including those fabricated in segments to be spliced together 10 with cast -in-place concrete closures at the job site. Except where specific 11 requirements are otherwise specified for these girders, prestressed concrete tub 12 girders shall conform to all requirements specified for prestressed concrete girders 13 and spliced prestressed concrete girders. WSDOT standard girders in this 14 . category include Series U**G* or Series OF**G*, where U specifies webs without 15 flanges, OF specifies webs with flanges, ** specifies the girder height -in inches, and 16 * specifies the bottom flange width in feet. 17 18 6-02.3(25)A Shop Plans 19 The second, third and fourth paragraphs are revised to read: 20 21 Shop plans shall show the size and location of all cast -in holes for installation of deck 22 formwork hangers and/or temporary bracing. Holes for formwork hangers shall match 23 approved deck formwork plans designed in accordance with Section 6-02.3(16). There 24 shall be no field -drilled holes in prestressed concrete girders. Post -tensioning ducts in 25 spliced prestressed concrete girders shall be located so their center of gravity is in 26 accordance with the Plans. 27 28 The Contractor shall have the option to furnish Series W74G prestressed concrete 29 girders with minor dimensional differences from those shown in the Plans. The 2 5/8- 30 inch top flange taper may be reduced to 1 5/8 inches and the bottom flange width may 31 be increased to 2 feet 2 inches. Other dimensions of the girder shall be adjusted as 32 necessary to accommodate the above mentioned changes. Reinforcing steel shall be 33 adjusted as necessary. The overall height and top flange width shall remain 34 unchanged. 35 36 If the Contractor elects to provide a prestressed concrete girder with an increased web 37 thickness, shop plans along with supporting design calculations shall be submitted to 38 the Engineer for approval prior to girder fabrication. The girder shall be designed for at 39 least the same load carrying Capacity as the girder shown in the Plans. The load 40 carrying capacity of the mild steel reinforcement shall be the same as that shown in the 41 Plans. 42 43 The sixth paragraph is revised to read: 44 45 The Contractor shall provide five copies of the shop plans to the Engineer for approval, 46 except as otherwise noted. Shop drawings for spliced prestressed concrete girders 47 shall conform to Section 6-02.3(26)A, and seven copies of the shop drawings shall be 48 submitted to the Engineer for approval. The shop drawings for spliced prestressed 49 concrete girders shall include all details related to the post -tensioning operations in the 50 field, including details of hardware required, tendon geometry, blockout details, and 51 details of additional or modified steel reinforcing bars required in cast -in-place closures. 52 Approval of shop plans means only that the Engineer accepts the methods and 53 materials. Approval does not imply correct dimensions. 54 55 6-02.3(25)B Casting 56 The first paragraph is revised to read: 57 58 Before casting girders, the Contractor shall have possession of an approved set of shop 59 drawings. Side forms shall be steel except that cast -in-place concrete closure forms for SW 27TH ST./STRANDER BLVD. CONNECTION PHASE1,SEGMENT1" CITY OF RENTON JULY 2005 29 1 spliced prestressed concrete girders, interior forms of prestressed concrete tub girders, ' 2 and end bulkhead forms of prestressed concrete girders may be plywood. Interior voids 3 for precast prestressed slabs with voids shall be formed by either wax soaked 4 cardboard or expanded polystyrene forms. The interior void forms shall be secured in 5 the position as shown in the Plans and shall remain in place. 6 7 The fourth paragraph is revised to read: 8 9 Air-entrainment is not required in the concrete placed into prestressed precast concrete 10 girders, including cast-in-place concrete closures ,for spliced prestressed concrete 11 girders, unless otherwise noted. The Contractor shall use air-entrained concrete in the 12 top two inches, minimum, of the roadway deck flange of deck bulb-tee girders, deck 13 double tee girders, and precast prestressed ribbed sections. All concrete for precast 14 prestressed slabs shall be air entrained, except for slabs where the Engineer approves 15 use of air-entrained concrete in the top two inches, only. Maximum and minimum air 16 content shall be as specified in Section 6-02.3(2)A. 17. 18 The sixth paragraph is revised to read: 19 20 The Contractor may form circular block-outs in the girder top flanges to receive 21 falsework hanger rods. These block-outs shall: 22 23 1. Not exceed 1 inch in diameter; 24 25 2. Be spaced no more than 72 inches apart longitudinally on the girder; 26 27 3. Be located 3 inches or more from the outside edge of the top flange on Series 28 W42G, W50G, and W58G girders, 6 inches or more for Series W74G girders, 29 and 7 inches or more for Series WF42G, WF50G, WF58G, WF74G, WF74PTG, 30 W83G, W83PTG, W95G, W95PTG, W32BTG, W38BTG, W50BTG, W62BTG 31 girders and other bulb tee girders. 32 33 6-02.3(25)C Prestressing 34 The sixth paragraph is revised to read: 35 36 Post-tensioning of spliced prestressed concrete girders shall conform to Section 6- 37 02.3(26)G, and the following requirements: 38 39 1. Before tensioning, the Contractor shall remove all side forms from the cast-in- 40 place concrete Closures. From this point until 48 hours after grouting the 41 tendons, the Contractor shall keep all construction and other live loads off the 42 superstructure and shall keep the falsework supporting the superstructure in 43 place. 44 45 2. Once the post-tensioning steel is installed, no welds or welding grounds shall 46 be attached to, metal forms, structural steel, or steel reinforcing bars of the 47 structural member. 48 49 3. The Contractor shall not tension the post-tensioning reinforcement until the 50 - concrete in the cast-in-place closures reaches the minimum compressive 51 strength specified in the Plans (or 5,000 psi if the concrete strength is not 52 specified in the Plans). This strength shall be measured with concrete 53 cylinders made of the same concrete and cured under the same conditions as 54 the cast-in-place closures. 55 56 4. All post-tensioning shall be completed before placing the sidewalks and 57 barriers on the superstructure. 58 1 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 ' CITY OF RENTON JULY 2005 30 1 6-02.3(25)D Curing 2 The fourth paragraph is revised to read: 3 4 Curing of cast -in-place concrete closures for spliced prestressed concrete girders shall 5 conform to Section 6-02.3(11). 6 7 6-02.3(25)E Contractors Control Strength 8 The sixth through eleventh paragraphs are revised to read: 9 10 For precast prestressed members, a test shall consist of four cores measuring 3 inches 11 in diameter by 6 inches in height (for slabs) and by the thickness of the web (for ribbed 12 sections). Two cores shall be taken from each side of the member and on each side of 13 the member -'s span midpoint, at locations approved by the Engineer. The core locations 14 for precast prestressed slabs shall be near mid -depth of the slab, within the middle third 15 of the span length, and shall avoid all prestressing strands and steel reinforcing bars. 16 The core locations for precast prestressed ribbed sections shall be immediately beneath 17 the top flange, within the middle third of the span length, and shall avoid all prestressing 18 strands and steel reinforcing bars. 19 20 For prestressed concrete tub girders, a test shall consist of four cores measuring 3 21 inches in diameter by the thickness of the web, taken from each web approximately 22 three feet to the left and to the right of the center of the girder span. The cores shall 23 avoid all prestressing strands and steel reinforcing bars. 24 25 For all other prestressed concrete girders, a test shall consist of three cores measuring 26 3 inches in diameter by the thickness of the web and shall be removed from just below 27 the top flange; one at the midpoint of the girder's length and the other two approximately 28 3 feet to the left and approximately 3 feet to the right. 29 30 The cores shall be taken in accordance with AASHTO T 24 and shall be tested in 31 accordance with WSDOT FOP for AASHTO T 22. The Engineer may accept the girder 32 if the average compressive strength of the four cores from the precast prestressed 33 member, or prestressed concrete tub girder, or of the three cores from any other 34 prestressed concrete girder, is at least 85 percent of the specified compressive strength 35 with no one core less than75 percent of specified compressive strength. 36 37 If the girder is cored to determine the release strength, the required patching and curing 38 of the patch shall be done prior to shipment. If there are more than three holes or if they 39 are not in a neutral location, the prestress steel shall not be released until the holes are 40 patched and the patch material has attained a minimum compressive strength equal to 41 the required release compressive strength or 4,000 psi, whichever is larger. 42 43 The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes 44 using the same type concrete as that in the girder, or a mix approved during the annual 45 plant review and approval. The epoxy bonding agent shall meet the requirements of 46 Section 9-26.1 for Type II, Grade 2 epoxy. The girder shall not be shipped until tests 47 show the patch material has attained a minimum compressive strength of 4,000 psi. 48 49 6-02.3(25)F Prestress Release 50 The third paragraph is revised to read: 51 52 The Contractor may request permission to release the prestressing reinforcement at a 53 minimum concrete compressive strength less than specified in the Plans. This request 54 shall be submitted to the Engineer for approval in accordance with Section 6-01.9 and 55 shall be accompanied with calculations showing the adequacy of the proposed release 56 concrete compressive strength. The release strength shall not be less than 3,500 psi, 57 except that the release strength for spliced prestressed concrete girders shall not be 58 less than 4,000 psi. The calculated release strength shall meet the requirements 59 outlined in the Washington State Department of Transportation Bridge Design Manual SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 31 [I t PJ F1 i 1 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 for tension and compression at release. The proposed minimum concrete compressive strength at release will be evaluated by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the Contracting Agency has provided written approval of the revised release compressive strength. If a reduction of the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that results from the change. 6-02.3(25)G Protection of Exposed Reinforcement The second paragraph is revised to read: Grouting of post -tensioning ducts for spliced prestressed concrete girders shall conform to Section 6-02.3(26)H. 6-02.3(25)H Finishing The fourth paragraph is revised to read: On the deck bulb tee girder section and all precast prestressed members, the Contractor shall test the roadway deck surface portion for flatness. This test shall occur after floating but while the concrete remains plastic. Testing shall be done with a 10 -foot straightedge parallel to the girder centerline and with a flange width straightedge at right angles to the girder centerline. The Contractor shall fill depressions, cut down high spots, and refinish to correct any deviation of more than 1/4 inch within the straightedge length. This section of the roadway surface shall be finished to meet the requirements for finishing roadway slabs, as defined in Section 6-02.3(10) except that, if approved by the Engineer, a coarse stiff broom may be used to provide the finish in lieu of a metal tined comb. 6-02.3(25)1 Tolerances The title, first paragraph, and items 7, 10, and 21 following the first paragraph are revised to read: 6-02.3(25)1 Fabrication Tolerances The girders shall be fabricated as shown in the Plans and shall meet the dimensional tolerances listed below. Construction tolerances of cast -in-place closures for spliced prestressed concrete girders shall conform to the tolerances specified for spliced prestressed concrete girders. Actual acceptance or rejection will depend on how the Engineer believes a defect outside these tolerances will affect the structure's strength or appearance: 7. Flange Depth: For I and Wide Flange I girders: ± 1/4 inch For bulb tee and deck bulb tee girders: + 1/4 inch, - 1/8 inch For PCPS members: + 1/4 inch, - 1/8 inch 10. Longitudinal Position of the Harping Point: Single harping point ± 18 inches Multiple bundled strand groups First bundled strand group ±.6 inches Second bundled strand group ± 18 inches Third bundled strand group ± 30 inches 21. Differential Camber Between Girders in a Span (measured in place at the job site): For 1, Wide Flange I, bulb tee, and spliced prestressed concrete girders: For deck bulb tee girders: SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 32 1/8 inch per 10 feet of beam length. Cambers shall be equalized by 1 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 For PCPS members: For prestressed concrete tub girders: 6-02.3(25)J Horizontal Alignment The fourth paragraph is revised to read: an approved method when the differences in cambers between adjacent girders or stages measured at mid -span exceeds 1/4 inch. ± 1/4 inch per ten feet of member length measured at midspan, but not greater than ± 1/2 inch total. ± 1/4 inch per ten feet of member length measured at midspan, but not greater than ± 1/2 inch total. The maximum deviation of the side of the precast prestressed slab, or the edge of the roadway deck slab of the deck double tee girder or the precast prestressed ribbed section, measured from a chord that extends end to end of the member, shall be ± 1/8 inch per 10 feet of member length, but not greater than 1/2 inch total. 6-02.3(25)L Handling and Storage The first and second paragraphs are revised to read: During handling and storage, each girder shall always be kept plumb and upright, and each precast prestressed member and prestressed concrete tub girder shall always be kept in the horizontal position as shown in the Plans. It shall be lifted only by the lifting devices (strand lift loops or high-strength threaded steel bars) at either end. For strand lift loops, a minimum 2 inch diameter straight pin of a shackle shall be used through the loops. For high-strength threaded steel bars, the lifting hardware that connects to the bars shall be designed, detailed, and furnished by the Contractor. Series W42G, WF42G, W50G, WF50G, W58G, and WF58G girders, and Series W32BTG, W3813TG, W50BTG, W6213TG, and W74G girders up to 145 feet in length, can be picked up at a minimum angle of 60 degrees from the top of the girder. All other prestressed girders shall be picked up within 10 degrees of perpendicular to the top of the girder. For some girders, straight temporary top flange strands may be specified in the Plans. Pretensioned top temporary strands for full length prestressed concrete girders shall be unbonded over all but the end 10 feet of the girder length. As an alternative for full length prestressed concrete girders, temporary top strands may be post -tensioned prior to shipment. When temporary top strands are specified for spliced prestressed concrete girders, the temporary top strands shall be post -tensioned prior to lifting the assembled girder. When the post -tensioned alternative is used, the Contractor shall be responsible for properly sizing the anchorage plates, and the reinforcement adjacent to the anchorage plates, to prevent bursting or splitting of the concrete in the top flange. Temporary strands shall be cut or released in accordance with Section 6-02.3(25)N. 6-02.3(25)M Shipping The third and fourth paragraphs are revised to read: No double tee girder, deck double tee girder, precast prestressed slab or precast prestressed ribbed section shall be shipped for at least three days after concrete placement. No deck bulb tee girder or prestressed concrete tub girder shall be shipped for at least seven days after concrete placement, except that deck bulb tee girders or prestressed concrete tub girders may be shipped three days after concrete placement when U(bd) is less than or equal to 5.0, where L equals the shipping length of the girder, b equals the girder top flange width (for deck bulb tee girders) or the bottom flange width (for prestressed concrete tub girders), and d equals the girder depth, all in feet. No other girder shall be shipped for at least ten days after concrete placement. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 33 ll 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Girder support during shipping shall be located as follows unless otherwise shown in the Plans: Type of Girder Centerline Support Within This Distance From Either End Precast Prestressed Members 2 feet Series W42G, WF42G, W50G and WF50G 3 feet All bulb tee and CITY OF RENTON deck bulb tee girders, except as noted 3 feet Series W58G, WF58G; and W62BTG 4 feet Series W74G and WF74G 5 feet Series W83G and W95G 8 feet Series WF74PTG, W83PTG, and W95PTG segments 4 feet Prestressed concrete tub girder segment 4 feet The sixth, seventh and eighth paragraphs are revised to read: If the Contractor elects to assemble spliced prestressed concrete girders into components of two or more segments prior to shipment, the Contractor shall submit shipment support location working drawings with supporting calculations to the Engineer in accordance with Section 6-01.9. The calculations shall show that concrete stresses in the assembled girders will not exceed those listed below. Lateral bracing for shipping is not required for prestressed concrete tub girders and precast prestressed members. Other prestressed concrete girders of lengths equal or shorter than the following will not require lateral bracing for shipping: Type of Girder Series W42G, WF42G, W32BTG, and W38BTG Series W50G and WF50G Series W58G, WF58G, W5013TG, and W62BTG All deck bulb tee girders Series W74G and WF74G Maximum Length Not Requiring Bracing for Shipping 80 feet 100 feet 105 feet 120 feet 130 feet For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG, W95G, and W95PTG girders, the Contractor shall provide bracing to control lateral bending during shipping, unless the Contractor furnishes calculations in accordance with Section 6-01.9 demonstrating that bracing is not necessary. External bracing shall be attached securely to the top flange of the girder. The Contractor is cautioned that more conservation guidelines for lateral bracing may be required for some delivery routes. The Contractor shall submit a bracing plan, with supporting calculations, to the Engineer for approval in accordance with Section 6-01.9. The Contractor shall not begin shipping the girders until receiving the Engineer's approval of the bracing plan, and shall perform all bracing operations at no additional cost to the Contracting Agency. Criteria for Checking Girder Stresses At the Time of Lifting or Transporting and Erecting Stresses at both support and harping points shall be satisfied based on these criteria: Allowable compression stress, fc = 0.60f'cm a. fcm = compressive strength at time of lifting or transporting verified by test but shall not exceed design compressive strength (f'c) at 28 days in psi + 1,000 psi 34 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 34 1 2. Allowable tension stress, ksi 2 a. With no bonded reinforcement = 3 times square root (f'cm) 5 0.20 ksi 3 b. With bonded reinforcement to resist total tension force in the concrete 4 computed on the basis of an uncracked section 6.0 times square root 5 (f'cm). The allowable tensile stress in the reinforcement is 30 ksi 6 (AASHTO M-31, Gr. 60) 7 3. Prestress losses 8 a. 1 day to 1 month = computed losses 9 b. 1 month to 1 year = 75 percent of computed final losses 10 c. 1 year or more = computed final losses 11 4. Impact on dead load 12 a. Lifting from casting beds = 0 percent 13 b. Transporting and erecting = 20 percent 14 _ 15 6-02.3(25)N Prestressed Concrete Girder Erection 16 The fifth paragraph is revised to read: 17 18 The concrete in piers and crossbeams shall reach at least 80 percent of design strength 19 before girders are placed on them. The Contractor shall hoist girders only by the lifting 20 devices at the ends, always keeping the girders plumb and upright. Once erected, the 21 girders shall be braced to prevent tipping until the intermediate diaphragms are cast and 22 cured. When temporary strands in the top flange are used, they shall be cut after 23 the girders are braced and before the intermediate diaphragms are cast. The 24 Contractor shall place the cast -in-place deck on the girders within 30 calendar days of 25 cutting the temporary strands, except as otherwise approved by the Engineer. 26 27 For situations where the Contractor proposes to delay placing the cast -in-place deck on 28 the girders beyond 30 calendar days after cutting the temporary strands, the Contractor 29 shall submit supporting girder camber calculations to the Engineer for approval in 30 accordance with Section 6-01.9. The Contractor shall not cut the temporary strands 31 until receiving the Engineer's approval of the girder camber calculations. 32 33 The seventh paragraph is deleted 34 35 The eighth paragraph is revised to read: 36 37 The Contractor shall check the horizontal alignment of both the top and bottom flanges 38 of each girder after girder erection but before placing concrete in the bridge diaphragms 39 as described in Section 6-02.3(25)J. 40 41 6-02.3(25)0 peck Bulb Tee Girder Flange Connection_ 42 This section is revised to read: 43 44 The Contractor shall submit a method of equalizing deck bulb tee girder (and precast 45 prestressed member) deflections to the Engineer for approval in accordance with 46 Section 6-01.9, except that the submittal shall be made a minimum of 60 days prior to 47 field erection of the deck bulb tee girder. Deflection equalizing methods approved for 48 previous Contracting Agency contracts will be acceptable providing the bridge 49 configuration is similar and the previous method was satisfactory. A listing of the 50 previous Contracting Agency contract numbers for which the method was used shall be 51 included with the submittal. The weld -ties may be used as a component of the 52 equalizing system provided the Contractor's procedure outlines how the weld -ties are to 53 be used, and that the Contractor's submittal includes a list and description of previous 54 bridge projects where the Contractor has successfully used weld -ties as a component of 55 the equalizing system. 56 57 The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive 58 strength of 2,500 psi before any camber equalizing equipment is removed. 59 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 35 1 On deck bulb tee girders, girder deflection shall be equalized utilizing the approved 2 method before girders are weld -tied and before keyways are filled. Keyways between 3 tee girders shall be filled flush with the surrounding surfaces with nonshrink grout. This 4 nonshrink grout shall have a compressive strength of 5,000 psi before the equalizing 5 equipment Is removed. Compressive strength shall be determined by fabricating and 6 testing cubes in accordance with WSDOT Test Method 813 and testing in accordance 7 with WSDOT FOP for AASHTO T-106. 8 9 Welding ground shall be attached directly to the steel plates being welded when welding 10 the weld -ties on bulb tee girders. 11 12 No construction equipment shall be placed on the structure, other than equalizing 13 equipment, until the girders have been weld -tied and the keyway grout has attained a 14 compressive strength of 5,000 psi. 15 16 6-02.3(26) Cast -in -Place Prestressed Concrete 17 6-02.3(26)C Bearing Type Anchorages 18 Item 6 in the first paragraph is revised to read: 19 20 6. For transverse post -tensioning of roadway 'slabs, the bearing stress shall not 21 exceed 0.9f'c at Pack of all strands (before seating) or 4,000 psi at service load after 22 all losses. 23 24 6-02.3(26)H Grouting 25 The first sentence in the sixth paragraph is revised to read: 26 27 The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 28 seconds as determined by WSDOT Test Method for ASTM C 939, Flow of Grout for 29 Preplaced Aggregate Concrete (Flow Cone Method). 30 31 The third sentence in the seventh paragraph is revised to read: 32 33 Cubes shall be made in accordance with WSDOT Test Method T 813 and stored in 34 accordance with WSDOT FOP for AASHTO T 23. 35 36 6-02.3(27) Concrete for Precast Units 37 This section is supplemented with the following: 38 39 Self compacting concrete (SCC) may be used for precast concrete barrier covered 40 under Section 6-10 and drainage items covered under Section 9-12. If self compacting 41 concrete has been approved for use the requirements of Section 6-02.3(4)C 42 consistency shall not apply. Self compacting concrete is concrete that is able to flow 43 under its own weight and completely fill the formwork, even in the presence of dense 44 reinforcement, without the need of any vibration, while maintaining homogeneity. When 45 using SCC modified testing procedures for air content and compressive strength will be 46 used. The modification shall be that molds will be filled completely in one continuous lift 47 without any rodding, vibration, tamping or other consolidation methods other than lightly 48 taping around the exterior of the mold with a rubber mallet to allow entrapped air 49 bubbles to escape. In addition the fabricators QC testing shall include Slump Flow Test 50 results, which do not indicate segregation. As part of the plants approval for use of SCC 51 the plant fabricator shall cast one barrier, or drainage item and have that barrier or 52 drainage item sawed in half for examination by the Contracting Agency to determine 53 that segregation has not occurred. 54 55 SECTION 6-03, STEEL STRUCTURES 56 December 6, 2004 57 6-03.3(14) Edge Finishing 58 The first and second paragraphs are revised to read: SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 36 1 2 All rolled, sheared, and thermal cut edges shall be true to line and free of rough corners 3 and projections. Corners along exposed edges shall be rounded to a minimum radius 4 of 1/16 inch. 5. 6 Sheared edges on plates more than 5/8 inch thick shall be planed, milled, ground, or 7 thermal cut to a depth of at least 1/8 inch. 8 9 6-03.3(33) Bolted Connections 10 Table 4 and the paragraph beneath it are revised to read: 11 Table 4 Turn -of -Nut Tightening Method Nut Rotational from Snug -Tight Condition Bolt Length Disposition of Outer Faces of Bolted Parts P Condition 1 Condition 2 Condition 3 L <= 4D 1/3 turn 1/2 turn 2/3 turn 4D < L<= 1/2 turn 2/3 turn 5/6 turn 8D 8D < L<- 2/3 turn 5/6 turn 1 turn 12D 12 13 Bolt length measured from underside of head to top of nut. 14 15 6-03.3(39) Swinging the Span 16 The second paragraph is revised to read: 17 18 After the falsework is released (spans swung free) the masonry plates, shoes, and 19 keeper plates are grouted, and before any load is applied, the Engineer will (or, if the 20 Contractor is specified as responsible for surveying, the Contractor shall) measure 21 elevations at the tenth points along the tops of girders and floorbeams. 22 23 The Engineer will compare steel mass camber elevations with the elevations measured 24 above, and will furnish the Contractor with new dead -load camber dimensions. 25 26 SECTION 6-05, PILING 27 December 6, 2004 28 6-05.3(9)A Pile Driving Equipment Approval 29 The first sentence of the second paragraph is revised to read: 30 31 The Contractor shall submit a wave equation analysis for all pile driving systems used to 32 drive piling with required ultimate bearing capacities of greater than 300 tons. 33 34 Under the second paragraph the default values and definition for 'Rust' are revised as 35 follows: 36 37 Rust is the resistance of the pile used in the wave equation analyses. If the ultimate 38 bearing capacity equals the maximum driving resistance, a setup factor of 1.3 may be 39 used in the wave equation analysis to account for pile setup. To use a setup factor in 40 the wave equation analysis, Ruit in the analysis is the ultimate bearing capacity divided 41 by 1.3. If the maximum driving resistance exceeds ther ultimate bearing capacity, no SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 0A 1 setup factor should be used, and R,,it is equal to the maximum driving resistance of the 2 pile. 3 4 SECTION 6-06, BRIDGE RAILINGS 5 January 5, 2004 6 6-06.2 Materials 7 This section is revised to read: 8 9 Materials shall meet the requirements of the following sections: 10 11 Timber Railing 9-09 12 Metal Railing 9-06.18 13 14 SECTION 6-07, PAINTING 15 August 2, 2004 16 6-07.3(2)A Bridge Cleaning 17 The third sentence under Pressure Flushing is revised to read: 18 19 The pressure flushing equipment shall produce (at the nozzle) at least 3,000 psi with a 20 discharge of at least 4 gpm. 21 22 SECTION 6-10, CONCRETE BARRIER 23 April 4, 2005 24 6-10.2 Materials 25 The first sentence of the fourth paragraph is revised to read: 26 27 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9- 28 06.5(4) and be galvanized in accordance with AASHTO M 232, except that testing for 29 embrittlement after galvanizing is not required. 30 31 6-10.3 Construction Requirements 32 This section is supplemented with the following: 33 34 Concrete barrier installed in conjunction with light standard foundations and sign bridge 35 foundations, regardless of the barrier shape, shall be cast -in-place using stationary 36 forms. 37 38 Concrete barrier transition Type 2 to bridge f -shape shall be precast. 39 40 6-10.3(2) Cast -in -Place Concrete Barrier 41 The first paragraph of this section is revised to read as follows: 42 43 Forms for cast -in-place concrete barrier, including traffic barrier, traffic -pedestrian 44 barrier, and pedestrian barrier on bridges and related structures, shall be made of steel 45 or exterior plywood coated with plastic. The Contractor may construct the barrier by the 46 slip -form method. 47 48 6-10.4 Measurement 49 This section is supplemented with the following: 50 51 Concrete barrier transition Type 2 to bridge f -shape will be measured by the linear foot 52 installed. 53 54 Single slope concrete barrier light standard foundation will be measured by the unit for 55 each light standard foundation installed. 56 SW 2fH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 38 1 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 Traffic barrier, traffic pedestrian barrier, and pedestrian barrier will be measured as t specified for cast -in-place concrete barrier. 6-10.5 Payment The following bid items are inserted to precede "Single Slope Concrete Barrier", per linear foot. "Traffic Barrier", per linear foot. "Traffic Pedestrian Barrier", per linear foot. "Pedestrian Barrier" per linear foot. The unit contract price per linear foot for "Traffic Barrier", "Traffic Pedestrian Barrier', and "Pedestrian Barrier' shall be full pay for constructing the barrier on top of the bridge deck, and associated bridge approach slabs, curtain walls and wingwalls, excluding the steel reinforcing bars that extend from the bridge deck, bridge approach slab, curtain walls, and wingwalls. The new bid items listed below are inserted to precede "Cast -in -Place Conc. Barrier Light Standard Section", per each. "Conc. Barrier Transition Type 2 to Bridge F -Shape", per linear foot. The unit contract price per linear foot for "Conc. Barrier Transition Type 2 to Bridge F - Shape" shall be full pay for performing the work as specified, excluding bridge traffic barrier modifications necessary for this installation. "Single Slope Conc. Barrier Light Standard Foundation", per each. SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS April 5, 2004 This section including title is revised to read: SECTION 6-11, REINFORCED CONCRETE WALLS 6-11.1 Description This work consists of constructing reinforced concrete retaining walls, including those shown in the Standard Plans, L walls, and counterfort walls. 6-11.2 Materials Materials shall meet the requirements of the following sections: Cement 9-01 Aggregates for Portland Cement ent Concrete 9-03.1 Gravel Backfill 9-03.12 Premolded Joint Filler 9-04.1(2) Steel Reinforcing Bar 9-07.2 Epoxy -Coated Steel Reinforcing Bar 9-07.3 Concrete Curing Materials and Admixtures 9-23 Fly Ash 9-23.9 Water 9-25 Other materials required shall be as specified in the Special Provisions. 6-11.3 Construction Requirements 6-11.3(1) Submittals The Contractor shall submit all excavation shoring plans to the Engineer for approval in accordance with Section 2-09.3(3)D. The Contractor shall submit all falsework and formwork plans to the Engineer for approval in accordance with Sections 6-02.3(16) and 6-02.3(17). SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 39 I � i t 'I r t 11 i 1 2 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the 3 following information shall be submitted to the Engineer for approval in accordance with 4 Sections 6-01.9 and 6-02.3(28)A: 5 6 1. Working drawings for fabrication of the wall stem panels, showing dimensions, 7 steel reinforcing bars, joint and joint filler details, surface finish details, lifting 8 devices with the manufacturer's recommended safe working capacity, and 9 material specifications. 10 11 12 2. Working drawings and design calculations for the erection of the wall stem panels showing dimensions, support points, support footing sizes, erection 13 blockouts, member sizes, connections, and material specifications. 14 15 3. Design calculations for the precast wall stem panels, the connection between 16 the precast panels and the cast-in-place footing, and all modifications to the 17 cast-in-place footing details as shown in the Plans or Standard Plans. 18 19 The Contractor shall not begin excavation and construction operations for the retaining 20 walls until receiving the Engineer's approval of the above submittals. 21 22 23 6-11.3(2) Excavation and Foundation Preparation Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages 24 shown in the Plans. Foundation soils found to be unsuitable shall be removed and 25 replaced in accordance with Section 2-09.3(1)C. 26 27 6-11.3(3) Precast Concrete Wall Stem Panels 28 The Contractor may fabricate precast concrete wall stem panels for construction of 29 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast 30 concrete wall stem panels may be used for construction of non -Standard Plan retaining 31 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels 32 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. 33 34 The precast concrete wall stem panels shall be designed in accordance with the 35 requirements for Load Factor Design in the following codes: 36 37 1. For all loads except as otherwise noted - AASHTO Standard Specifications for 1 38 Highway Bridges, latest edition and current interims. The seismic design shall 39 use the acceleration coefficient and soil profile type as specified in the Plans. 40 41 2. For all wind loads - AASHTO Guide Specifications for Structural Design of 42 Sound Barriers, latest edition and current interims. 43 44 45 The precast concrete wall stem panels shall be fabricated in accordance with the dimensions and details shown in the Plans, except as modified in the shop drawings as 46 approved by the Engineer. 47 48 The precast concrete wall stem panels shall be fabricated full height, and shall be 49 fabricated in widths of 8 feet, 16 feet, and 24 feet. 50 51 The construction tolerances for the precast concrete wall stem panels shall be as 52 follows: 53 54 Height +'/4 inch 55 56 Width ±'/4 inch Thickness +% inch 57 1/8 inch 58 Concrete cover for steel reinforcing bar +3/8 inch 59 -1/8 inch SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 40 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 Width of precast concrete wall stem panel joints +'/4 inch Offset of precast concrete wall stem panels +'/4 inch (Deviation from a straight line extending 5 feet on each side of the panel joint) The precast concrete wall stem panels shall be constructed with a mating shear key between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5- 1/2 inches maximum. The shear key shall be continuous and shall be of uniform width over the entire height of the wall stem. The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall stem panels shall be cast in a vertical position if the Plans call for a form liner texture on both sides of the wall stem panel. The precast concrete wall stem panel shall be rigidly held in place during placement and curing of the footing concrete. The precast concrete wall stem panels shall be placed a minimum of one inch into the footing to provide a shear key. The base of the precast concrete wall stem panel shall be sloped %2 inch per foot to facilitate proper concrete placement. To ensure an even flow of concrete under and against the base of the wall panel, a form shall be placed parallel to the precast concrete wall stem panel, above the footing, to allow a minimum one foot head to develop in the concrete during concrete placement. The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast concrete wall stem panel by 1-1./2 inches minimum. All precast concrete wall stem panel joints shall be constructed with joint filler installed on the rear (backfill) side of the wall. The joint filler material shall extend from two feet below the final ground level in front of the wall to the top of the wall. The joint filler shall be a nonorganic flexible material and shall be installed to create a waterproof seal at panel joints. The soil bearing pressure beneath the falsework supports for the precast concrete wall stem panels shall not exceed the maximum design soil pressure shown in the Plans for the retaining wall. 6-11.3(4) Cast -lin -Place Concrete Construction Cast -in-place concrete for concrete retaining walls shall be formed, reinforced, cast, cured, and finished in accordance with Section 6-02, and the details shown in the Plans and Standard Plans. All cast -in-place concrete shall be Class 4000. , The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions. Cast -in-place concrete for adjacent wall stem sections (between vertical expansion joints) shall be formed and placed separately, with a minimum 12 hour time period between concrete placement operations. Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem expansion joints in accordance with Section 6-01.14. SW 27TH ST./STRANDER BLVD. CONNECTION , PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 41 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 6-11.3(5) Backfill, Weepholes and Gutters Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone defined as bridge approach embankment in Section 1-01.3 shall be compacted in accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified. Cement concrete gutter shall be constructed as shown in the Standard Plans. 6-11.3(6) Traffic Barrier and Pedestrian Barrier When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans and Standard Plans. 6-11.4 Measurement Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. Steel reinforcing bar for retaining wall and epoxy -coated steel reinforcing bar for retaining wall will be measured as specified in Section 6-02.4. Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for cast -in-place concrete barrier. 6-11.5 Payment Payment will be made in accordance with Section 1-04.1 for each of the following bid items when they are included in the proposal: "Cone. Class 4000 For Retaining Wall", per cubic yard. All costs in connection with furnishing and installing weep holes and premolded joint filler shall be included in the unit contract price per cubic yard for "Cone. Class 4000 for Retaining Wall". "St. Reinf. Bar For Retaining Wall", per pound. "Epoxy -Coated St. Reinf. Bar For Retaining Wall", per pound. "Traffic Barrier", per linear foot. "Pedestrian Barrier", per linear foot. The unit contract price per linear foot for "_ Barrier" shall be full pay for constructing the barrier on top of the retaining wall, except that when these bid items are not included in the proposal, all costs in connection with performing the work as specified shall be included in the unit contract price per cubic yard for "Cone. Class 4000 For Retaining Wall", and the unit contract price per pound for " Bar For Retaining Wall". SECTION 6-12, NOISE BARRIER WALLS April 5, 2004 6-12.1 Description This work consists of constructing cast -in-place concrete, precast concrete, masonry, and timber noise barrier walls, including those shown in the Standard Plans. 6-12.2 Materials Materials shall meet the requirements of the following sections: Cement 9-01 Aggregates for Portland Cement Concrete 9-03.1 Gravel Backfill 9-03.12 Premolded Joint Filler 9-04.1(2) SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 42 1 Bolts, Nuts, and Washers 9-06.5(1) 2 Steel Reinforcing Bar 9-07.2 3 Epoxy -Coated Steel Reinforcing Bar 9-07.3 4 Paints 9-08 5 Concrete Curing Materials and Admixtures 9-23 6 Fly Ash 9-23.9 7 Water 9-25 8 9 Other materials required shall be as specified in the Special Provisions. 10 11 6-12.3 Construction Requirements 12 13 6-12.3(1) Submittals 14 All noise barrier walls not constructed immediately adjacent to the roadway, and which 15 require construction of access for work activities, shall have a noise barrier wall access plan. 16 The Contractor shall submit the noise barrier wall access plan to the Engineer for approval in 17 accordance with Section 6-01.9. The noise barrier wall access plan shall include, but not be 18 limited to, the locations of access to the noise barrier wall construction sites, and the 19 method, materials, and equipment used to construct the access, remove the access, and 20 recontour and reseed the disturbed ground. 21 22 For construction of all noise barrier walls with shafts, the Contractor shall submit a shaft 23 construction plan to the Engineer for approval in accordance with Section 6-01.9, including 24 but not limited to the following information: 25 26 1. List and description of equipment to be used to excavate and construct the shafts, 27 including description of how the equipment is appropriate for use in the expected 28 subsurface conditions. 29 30 2. The construction sequence and order of shaft construction. 31 32 3. Details of shaft excavation methods, including methods to clean the shaft 33 excavation. 34 35 4. Details and dimensions of the shaft, and casing if used. 36 37 5. The method used to prevent ground caving (temporary casing, slurry, or other 38 means). 39 40 6. Details of concrete placement including procedures for deposit through a conduit, 41 tremie, or pump. 42 43 7. Method and equipment used to install and support the steel reinforcing bar cage. 44 45 For construction of precast concrete noise barrier walls, the Contractor shall submit shop 46 drawings for the precast concrete panels to the Engineer in accordance with Section 6- 47 02.3(28)A. In addition to the items listed in Section 6-02.3(28)A, the precast concrete panel 48 shop drawings shall include the following: 49 50 1. Construction sequence and method of forming the panels. 51 52 2. Details of additional reinforcement provided at lifting and support locations. 53 54 3. Method and equipment used to support the panels during storage, transporting, 55 and erection. 56 57 4. Erection sequence, including the method of lifting the panels, placing and adjusting 58 the panels to proper alignment and grade, and supporting the panels during bolting, 59 grouting, and backfilling operations. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 43 ' 1 2 The Contractor shall not begin noise barrier wall construction activities, including access 3 construction and precast concrete panel fabrication, until receiving the Engineer's approval 4 of all appropriate and applicable submittals. 5 6 6-12.3(2) Work Access and Site Preparation 7 The Contractor shall construct work access in accordance with the work access plan as 8 approved by the Engineer. The construction access roads shall minimize disturbance to the the 9 existing vegetation, especially trees. Only trees and shrubs in direct conflict with 10 approved construction access road alignment shall be removed. Only one access road into 11 the noise barrier wall from the main roadway and one access road from the noise barrier wall 12 to the main roadway shall be constructed at each noise barrier wall. 13 14 Existing vegetation that has been identified by the Engineer shall be protected in accordance 1 15 with Sections 1-07.16 and 2-01, and the"Special Provisions. 16 17 6-12.3(3) Shaft Construction 18 The Contractor shall excavate and construct the shafts in accordance with the shaft 19 construction plan as approved by the Engineer. 20 21 The shafts shall be excavated to the required depth as shown in the Plans. The excavation 22 shall be completed in a continuous operation using equipment capable of excavating through 23 the type of material expected to be encountered. 24 25 If the shaft excavation is stopped, the Contractor shall secure the shaft by installing a safety 26 cover over the opening. The Contractor shall ensure the safety of the shaft and surrounding 27 soil and the stability of the side walls. A temporary casing, slurry, or other methods approved 28 by the Engineer shall be used as necessary to ensure such safety and stability. 29 30 When caving conditions are encountered, the Contractor shall stop further excavation until 31 implementing the method to prevent ground caving as specified in the shaft construction 32 plan approved by the Engineer. 33 34 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An 35 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and 36 man made objects) encountered during the shaft excavation operation which prevents or 37 hinders the advance of the shaft excavation. When efforts to advance past the obstruction to 38 the design shaft tip elevation result in the rate of advance of the shaft drilling equipment 39 being is significantly reduced relative to the rate of advance for the rest of the shaft 40 excavation, then the Contractor shall remove the obstruction under the provisions of Section 41 6-12.5 as supplemented in the Special Provisions. The method of removal of such 42 obstructions, and the continuation of excavation shall be as proposed by the Contractor and 43 approved by the Engineer. 44 45 The Contractor shall use appropriate means to clean the bottom of the excavation of all 46 shafts. No more than two inches of loose or disturbed material shall be present at the 47 bottom of the shaft just prior to beginning concrete placement. 48 49 The Contractor shall not begin placing steel reinforcing bars and concrete in the shaft until 50 receiving the Engineer's approval of the shaft excavation. 51 52 The steel reinforcing bar cage shall be rigidly braced to retain its configuration during 53 handling and construction. The Contractor shall not place individual or loose bars. The 54 Contractor shall install the steel reinforcing bar cage as specified in the shaft construction 55 plan as approved by the Engineer. The Contractor shall maintain the minimum concrete 56 cover shown in the Plans. 57 58 If casings are used, the Contractor shall remove the casing during concrete placement. A ' 59 minimum five feet head of concrete shall be maintained to balance soil and water pressure SW 27TH ST./STRANDER BLVD. CONNECTION . PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 44 1 at the bottom of the casing. The casing shall be smooth. Where the top of the shaft is ■ 2 above the existing ground, the Contractor shall case the top of the hole prior to placing the 3 concrete. 4 5 Concrete for shafts shall conform to Class 400OP. The Contractor shall place concrete in the 6 shaft immediately after completing the shaft excavation and receiving the Engineer's 7 approval of the excavation. The Contractor shall place the concrete in one continuous 8 operation to the elevation shown in the Plans, using a method to prevent segregation of 9 aggregates. The Contractor shall place the concrete as specified in the approved shaft 10 construction plan. If water is present, concrete shall be placed in accordance with Section 6- 11 02.3(6)B. 12 13 6-12.3(4) Trench, Grade Beam, or Spread Footing Construction 14 Where the noise barrier wall foundations exist below the existing groundline, excavation 15 shall conform to Section 2-09.3(4), and to the limits and construction stages shown in the 16 Plans. Foundation soils found to be unsuitable shall be removed and replaced in 17 accordance with Section 2-O9.3(1)C. 18 19 Where the noise barrier wall foundations exist above the existing groundline, the Contractor 20 shall place and compact backfill material in accordance with Section 2-03.3(14)C. 21 22 Concrete for trench, grade beam, or spread footing foundations shall conform to Class 4000. , 23 24 Cast -in-place concrete shall be formed, placed, and cured in accordance with Section 6-02, 25 except that concrete for trench foundations shall be placed against undisturbed soil. 26 27 The excavation shall be backfilled in accordance with item 1 of the Compaction subsection 28 of Section 2-09.3(1)E. 29 30 The steel reinforcing bar cage and the noise barrier wall anchor bolts shall be installed and 31 rigidly braced prior to grade beam and spread footing concrete placement to retain their 32 configuration during concrete placement. The Contractor shall not place individual or loose 33 steel reinforcing bars and anchor bolts, and shall not install anchor bolts during or after 34 concrete placement. 35 36 6-12.3(5) Cast -In -Place Concrete Panel Construction 37 Construction of cast -in-place concrete panels for noise barrier walls shall conform to Section 38 6-11.3(4). For noise barrier walls with traffic barrier, the construction of the traffic barrier 39 shall also conform to Section 6-10.3(2). 40 41 The top of the cast -in-place concrete panels shall conform to the top of wall profile shown in 42 the Plans. Where a vertical step is constructed to provide elevation change between 43 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between 44 steps shall be a minimum of 48 feet. 45 46 6-12.3(6) Precast Concrete Panel Fabrication and Erection 47 The Contractor shall fabricate and erect the precast concrete panels in accordance with 48 Section 6-02.3(28), and the following requirements: 49 50 1. Concrete shall conform to Class 4000. 51 52 2. Except as otherwise noted in the Plans and Special Provisions, all concrete 53 surfaces shall receive a Class 2 finish in accordance with Section 6-O2.3(14)B. 54 55 3. The precast concrete panels shall be cast in accordance with Section 6-02.3(28)B. 56 The Contractor shall cast the precast concrete panels horizontally, with the traffic 57 side surface cast against the form liner on the bottom. The Contractor shall fully 58 support the precast concrete panel to avoid bowing and sagging surfaces. 59 SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 45 1 After receiving the Engineer's approval of the shop drawings, the Contractor shall 2 cast one precast concrete panel to be used as the sample panel. The Contractor 3 shall construct the sample panel in accordance with the procedure and details 4 specified in the shop drawings approved by the Engineer. The Contractor shall 5 make the sample panel available to the Engineer for approval. 6 7 Upon receiving the Engineer's approval of the sample panel, the Contractor shall 8 continue production of precast concrete panels for the noise barrier wall. All 9 precast concrete panels will be evaluated against the sample panel for the quality 10 of workmanship exhibited. The sample panel shall be retained at the fabrication 11 site until all precast concrete panels have been fabricated and have received the 12 Engineer's approval. After completing precast concrete panel fabrication, the 13 Contractor may utilize the sample panel as a production noise barrier wall panel. 14 15 4. In addition to the fabrication tolerance requirements of Section 6-02.3(28)F, the 16 precast concrete panels for noise barrier walls shall not exceed the following scalar 17 tolerances: 18 19 Length and Width: ± 1/8 inch per five feet, not to exceed 1/4 inch, total. 20 21 Thickness: + 1/4 inch. 22 23 The difference obtained by comparing the measurement of the diagonal of the 24 face of the panels shall not be greater than 1/2 inch. 25 26 Dimension tolerances for the traffic barrier portion of precast concrete panels 27 formed with traffic barrier shapes shall conform to Section 6-10.3(2). 28 29 5. After erection, the precast concrete panels shall not exceed the joint space 30 tolerances shown in the Plans. The panels shall not exceed 3/8 inch out of plumb 31 in any direction. 32 33 The Contractor shall seal the joints between precast concrete panels with a backer 34 rod and sealant system as specified. The Contractor shall seal both sides of the 35 joint full length. 36 37 The top of precast concrete panels shall conform to the top of wall profile shown in the 38 Plans. Where a vertical step is constructed to provide elevation change between 39 adjacent panels, the dimension of the step shall be 2 feet. Each horizontal run between 40 steps shall be a minimum of 48 feet. 41 42 6-12.3(.') Masonry Wall Construction 43 Construction requirements for masonry noise barrier wall panels shall be as specified in the 44 Special Provisions. 45 46 6-12.3(8) Fabricating and Erecting Timber Noise Barrier Wall Panels 47 Construction requirements for timber noise barrier wall panels shall be as specified in the 48 Special Provisions. 49 50 6-12.3(9) Access Doors and Concrete Landing Pads 51 The Contractor shall install access doors and door frames as shown in the Plans and 52 Standard Plans. The Contractor shall install the access doors to open toward the roadway 53 side. The door frames shall be set in place with grout conforming to Section 6-02.3(20), with 54 the grout completely filling the void between the door frame and the noise barrier wall panel. 55 56 The Contractor shall apply two coats of paint, as specified in the Special Provisions, to all 57 exposed metal surfaces of access doors and frames, except for stainless steel surfaces. 58 Each coat shall be 3 mils minimum wet film thickness. 59 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE1,SEGMENT1 CITY OF RENTON JULY 2005 46 1 The Contractor shall construct a concrete landing pad on the roadway side of each access 2 door location as shown in the Plans. The concrete shall conform to Section 6-02.3(2)B. 3 4 6-12.3(10) Finish Ground Line Dressing 5 The Contractor shall contour and dress the ground line on both sides of the noise barrier 6 wall, providing the minimum cover over the foundation as shown in the Plans. The 7 Contractor shall contour the ground adjacent to the barrier to ensure good drainage away 8 from the barrier. 9 10 After the access roads are no longer needed for noise barrier wall construction activities, the 11 Contractor shall restore the area to the original condition. The Contractor shall recontour the 12 access roads to match into the surrounding ground and shall reseed all disturbed areas in 13 accordance with the Section 8-01 and the Special Provisions, and the noise barrier wall 14 -access plan as approved by the Engineer. 15 16 6-12.4 Measurement 17 Noise barrier wall will be measured by the square foot area of one face of the completed wall 18 panel in place. Except as otherwise noted, the bottom limit for measurement will be the top 19 of the trench footing, spread footing, or shaft cap. For Noise Barrier Type 5, the bottom 20 measurement limit will be the optional construction joint at the base of the traffic barrier. For 21 Noise Barrier Type 7, the bottom measurement limit will be base of the traffic barrier. For 22 Noise Barrier Types 8, 11, 12, 14, 15, and 20, the bottom measurement limit will be the base 23 of the wall panel. 24 25 Noise barrier wall access door will be measured once for each access door assembly with 26 concrete landing pad furnished and installed. 27 28 6-12.5 Payment 29 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 30 when they are included in the proposal: 31 32 "Noise Barrier Wall Type _", per square foot. 33 The unit contract price per square foot for "Noise Barrier Wall Type_" shall be full pay 34 for constructing the noise barrier walls as specified, including constructing and removing 35 access roads, excavating and constructing foundations and grade beams, constructing 36 cast -in-place concrete, and masonry wall panels, fabricating and erecting precast 37 concrete, and timber wall panels, applying sealer, and contouring the finish ground line 38 adjacent to the noise barrier walls. 39 40 "Noise Barrier Wall Access Door", per each. 41 The unit contract price per each for "Noise Barrier Wall Access Door" shall be full pay for 42 furnishing and installing the access door assembly as specified, including painting the 43 installed access door assembly and constructing the concrete landing pad. 44 45 SECTION 6-13, STRUCTURAL EARTH WALLS 46 April 4, 2005 47 6-13.1 Description 48 This work consists of constructing structural earth walls (SEW). 49 50 6-13.2 Materials 51 Materials shall meet the requirements of the following sections: 52 53 Cement 9-01 54 Aggregates for Portland Cement Concrete 9-03.1 55 Gravel Backfill 9-03.12(2) 56 Premolded Joint Filler 9-04.1(2) 57 Steel Reinforcing Bar 9-07.2 58 Epoxy -Coated Steel Reinforcing Bar 9-07.3 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 47 1 Concrete Curing Materials and Admixtures 9-23 2 Fly Ash 9-23.9 3 Water 9-25 4 5 Other materials required shall be as specified in the Special Provisions. 6 7 6-13.3 Construction Requirements 8 Proprietary structural earth wall systems shall be as specified in the Special Provisions. 9 10 6-13.3(1) Quality Assurance 11 The structural earth wall manufacturer shall provide a qualified and experienced 12 representative to resolve wall construction problems as approved by the Engineer. The 13 structural earth wall manufacturer's representative shall be present at the beginning of wall 14 construction activities, and at other times as . needed throughout construction. 15 Recommendations made by the structural earth wall manufacturer's representative and 16 approved by the Engineer shall be followed by the Contractor. 17 18 The completed wall shall meet the following tolerances: 19 20 1. Deviation from the design batter and horizontal alignment, when measured along a 21 ten foot straight edge, shall not exceed the following: 22 23 a. Welded wire faced structural earth wall: 2 inches 24 25 b. Precast concrete panel and 26 concrete block faced structural earth wall: 3/4 inch 27 28 2. Deviation from the overall design batter of the wall shall not exceed the following 1 29 30 per ten feet of wall height: 31 a. Welded wire faced structural earth wall: 1.5 inches 32 33 b. Precast concrete panel and 34 concrete block faced structural earth wall: 1/2 inch 35 36 3. The maximum outward bulge of the face between welded wire faced structural 37 earth wall reinforcement layers shall not exceed two inches. The maximum 38 allowable offset in any precast concrete facing panel joint shall be 3/4 inch. The 39 maximum allowable offset in any concrete block joint shall be 3/8 inch. 40 41 4. The base of the structural earth wall excavation shall be within three inches of the 42 staked elevations, unless otherwise approved by the Engineer. 43 44 5. The external structural earth wall dimensions shall be placed within two inches of 45 that staked on the ground. 46 47 6. The backfill reinforcement layers shall be located horizontally and vertically within 48 one inch of the locations shown in the structural earth wall working drawings as 49 approved by the Engineer. 50 51 52 At least five working days prior to the Contractor beginning any structural earth wall work at the site, a structural earth wall preconstruction conference shall be held to discuss 53 construction procedures, personnel, and equipment to be used, and other elements of 54 structural earth wall construction. Those attending shall include: 55 56 1. (representing the Contractor) The superintendent, on site supervisors, and all 57 foremen in charge of excavation, leveling pad placement, concrete block and soil 58 reinforcement placement, and structural earth wall backfill placement and 1 59 compaction. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 48 1 2 2. (representing the Structural Earth Wall Manufacturer) The qualified and 3 experienced representative of the structural earth wall manufacturer as specified at 4 the beginning of this Section. 5 6 3. (representing the Contracting Agency) The Project Engineer, key inspection 7 personnel, and representatives from the WSDOT Construction Office and Materials 8 Laboratory Geotechnical Services Branch. 9 10 6-13.3(2) Submittals 11 The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer a 12 Manufacturer's Certificate of Compliance in accordance with Section 1-06.3, certifying that 13 the structural earth wall materials conform to the specified material requirements. This 14 includes providing a Manufacturer's Certificate of Compliance for all concrete admixtures, 15 cement, fly ash, steel reinforcing bars, reinforcing strips, reinforcing mesh, tie strips, 16 fasteners, welded wire mats, backing mats, construction geotextile for wall facing, drainage 17 geosynthetic fabric, block connectors, and joint materials. The Manufacturer's Certificate of 18 Compliance for geogrid reinforcement shall include the information specified in Section 9- 19 33.4(4) for each geogrid roll, and shall specify the geogrid polymer types for each geogrid 20 roll. 21 22 A copy of all test results, performed by the Contractor or the Contractor's supplier, which are 23 necessary to assure compliance with the specifications, shall submitted to the Engineer 24 along with each Manufacturer's Certificate of Compliance. 25 26 Before fabrication, the Contractor shall submit a field construction manual for the structural 27 earth walls, prepared by the wall manufacturer, to the Engineer for approval in accordance 28 with Section 6-01.9. This manual shall provide step-by-step directions for construction of the 29 wall system. 30 31 The Contractor, or the supplier as the Contractor's agent, shall submit detailed design 32 calculations and working drawings to the Engineer for approval in accordance with Section 33 6-01.9. 34 35 The design calculation and working drawing submittal shall include detailed design 36 calculations and all details, dimensions, quantities, and cross-sections necessary to 37 construct the wall. The calculations shall include a detailed explanation of any symbols and 38 computer programs used in the design of the walls. All computer output submitted shall be 39 accompanied by supporting hand calculations detailing the calculation process. 40 41 The design calculations shall be based on the current AASHTO Standard Specifications for 42 Highway Bridges including current interims, and also based on the following: 43 44 1. The factor of safety for overturning and sliding are 2.0 and 1.5 respectively for 45 AASHTO Load Group I, and 1.5 and 1.1 respectively for AASHTO Load Group VII. 46 47 2. The wall surcharge conditions (backfill slope) shown in the Plans. 48 49 3. If a highway is adjacent to and on top of the wall, a two foot surcharge shall be 50 used in the design. 51 52 4. If the Plans detail a traffic barrier on top of the wall, the barrier and wall shall be 53 capable of resisting a 10,000 pound horizontal load applied at the top of the barrier. 54 55 5. The geotechnical design parameters for the wall shall be as specified in the Special 56 Provisions. 57 58 A minimum of six sets of working drawings shall be fully detailed and shall include, but not 59 be limited to, the following items: SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 49 L� fl 1 r� t t t 1 1 2 1. A plan and elevation sheet or sheets for each wall, containing the following: 3 4 a. An elevation view of the wall which shall include the following: 5 6 i. the elevation at the top of the wall, at all horizontal and vertical 7 break points, and at least every 50 feet along the wall; 1 8 9 ii. elevations, at the base of welded wire mats or the top of leveling 10 pads and foundations, and the distance along the face of the wall 11 to all steps in the welded wire mats, foundations and leveling � � 12 p ads; 13 14 iii. the designation as to the type of panel, block, or module; 15 16 iv. the length, size, and number of geogrids or mesh or strips, and 17 the distance along the face of the wall to where changes in 18 length of the geogrids or mesh or strips occur; or 19 20 v. the length, size, and wire sizes and spacings of the welded wire 21 mats and backing mats, and the distance along the face of the 22 wall to where changes in length, size, and wire sizes and 23 spacings of the welded wire mats and backing mats occur; and 24 25 vi. the location of the original and final ground line. 26 27 b. A plan view of the wall which shall indicate the offset from the construction 28 centerline to the face of the wall at all changes in horizontal alignment; the 29 limit of the widest module, geogrid, mesh, strip or welded wire mat, and 1 30 the centerline of any drainage structure or drainage pipe which is behind 31 or passes under or through the wall. 32 33 c. General notes, if any, required for design and construction of the wall. 34 35 d. All horizontal and vertical curve data affecting wall construction. --- 36 37 e. A listing of the summary of quantities provided on the elevation sheet of 38 each wall for all items including incidental items. 39 40 f. Cross-section showing limits of construction. In fill sections, the Cross - 41 section shall show the limits and extent of select granular backfill material 42 placed above original ground. 43 44 g. Limits and extent of reinforced soil volume. 45 46 2. All details including steel reinforcing bar bending details. Bar bending details shall 47 be in accordance with Section 9-07.1. 48 49 3. All details for foundations and leveling pads, including details for steps in the 50 foundations or leveling pads, as well as allowable and actual maximum bearing 51 pressures for AASHTO Load Groups I and VII. 52 53 4. All modules and facing elements shall be detailed. The details shall show all 54 dimensions necessary to construct the element, all steel reinforcing bars in the 55 element, and the location of reinforcement element attachment devices embedded 56 in the precast concrete facing panel or concrete block. 57 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 50 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 51 1 5. All details for construction of the wall around drainage facilities, sign, signal, 2 luminaire, and noise barrier wall foundations, and structural abutment and 3 foundation elements shall be clearly shown. 4 5 6. All details for connections to traffic or pedestrian barriers, coping, parapets, noise 6 barrier walls, and attached lighting shall be shown. 7 8 7. All details for the traffic or pedestrian barrier attached to the top of the wall (if shown 9 in the Plans) including interaction with bridge approach slabs. 10 11 The Contractor shall not begin wall construction (including precast concrete facing panel ' 12 fabrication) until receiving the Engineer's written approval of the material certifications and 13 test results, design calculations and working drawing submittals. 14 15 6-13.3(3) Excavation and Foundation Preparation 16 Excavation shall conform to Section 2-09.3(4) and to the limits and construction stages 17 shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced 18 in accordance with Section 2-09.3(1)C. The foundation for the structure shall be graded 19 level for a width equal to or exceeding the length of reinforcing as shown in the structural 20 earth wall working drawings as approved by the Engineer and, for walls with geogrid 21 reinforcing, in accordance with Section 2-12.3. Prior to wall construction, the foundation, if 22 not in rock, shall be compacted as approved by the Engineer. 23 24 At the foundation level of the bottom course of precast concrete facing panels and concrete 25 blocks, an unreinforced concrete leveling pad shall be provided as shown in the Plans. The 26 leveling pad shall be cured a minimum of 12 hours and have a minimum compressive 27 strength of 1500 psi before placement of the precast concrete facing panels or concrete 28 blocks. 29 30 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication 31 Concrete for precast concrete facing panels shall meet the following requirements: 32 33 1. Have a minimum 28 day compressive strength of 4,000 pounds per square inch, 34 unless otherwise specified in the Special Provisions for specific proprietary wall 35 systems. 36 37 _ 2. Contain awater-reducing admixture meeting AASHTO M 194 Type A, D, F, or G. 38 39 3. Be air -entrained, 6 percent± 1 1/2 percent. 40 41 4. Have a maximum slump of four inches, or six inches if a Type F or G water reducer 42 is used. 43 44 Concrete for dry cast concrete blocks shall meet the following requirements: 45 46 1. Have a minimum 28 day compressive strength of 4,000 psi. 47 48 2. Conform to ASTM C 1372, except as otherwise specified. 49 50 3. The lot of blocks produced for use in this project shall conform to the following 51 freeze -thaw test requirements when tested in accordance with ASTM C 1262. 52 Minimum acceptable performance shall be defined as weight loss at the conclusion 53 of 150 freeze -thaw cycles not exceeding one percent of the block's initial weight for 54 a minimum of four of the five block specimens tested. 55 56 4. The concrete blocks shall have a maximum water absorption of one percent above 57 the water absorption content of the lot of blocks produced and successfully tested 58 for the freeze -thaw test specified in item 3 above. 59 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 51 1 Precast concrete facing panels and concrete blocks will be accepted based on successful 2 compressive strength tests and visual inspection. The precast concrete facing panels and 3 concrete blocks shall be considered acceptable regardless of curing age when compressive 4 test results indicate that the compressive strength conforms to the 28 -day requirements and 5 when the visual inspection is satisfactorily completed. Testing and inspection of precast 6 concrete facing panels shall conform to Section 6-02.3(28). Testing and inspection of dry 7 cast concrete blocks shall conform to ASTM C 140. 8 9 All precast concrete facing panels shall be five feet square, except: 10 11 1. for partial panels at the top, bottom, and ends of the wall, and 12 1.3 2. as otherwise shown in the Plans. 14 15 All precast concrete facing panels shall be manufactured within the following tolerances: 16 17 1. All dimensions ± 3/16 inch. 18 19 2. Squareness, as determined by the difference between the two diagonals, shall not 20 exceed 1/2 inch. 21 22 3. Surface defects on smooth formed surfaces measured on a length of 5 feet shall 23 not exceed 1/8 inch. Surface defects on textured -finished surfaces measured on a 24 length of five feet shall not exceed 5/16 inch. 25 26 All concrete blocks shall be manufactured within the following tolerances: 27 28 1. Vertical dimensions shall be + 1/16 inch of the plan dimension, and the rear height 29 shall not exceed the front height. 30 31 2. The dimensions of the grooves in the top and bottom faces of the concrete blocks 32 shall be formed within the tolerances specified by the proprietary wall manufacturer, 33 for the fit required for the block connectors. 34 35 3. All other dimensions shall be ± 1/4 inch of the plan dimension. 36 37 Tie attachment devices, except for geosynthetic reinforcement, shall be set in place to the 38 dimensions and tolerances shown in the Plans prior to casting. 39 40 The forms forming precast concrete facing panels, including the forms for loop pockets and 41 access pockets, and the forms forming the concrete blocks, shall be removed in accordance 42 with the recommendations of the wall manufacturer, without damaging the concrete. 43 44 The concrete surface for the precast concrete facing panel shall have the finish shown in the 45 Plans for the front face and an unformed finish for the rear face. The rear face of the precast 46 concrete facing panel shall be roughly screeded to eliminate open pockets of aggregate and 47 surface distortions in excess of 1/4 inch. 48 49 The concrete surface for the front face of the concrete block shall be flat, and shall be a 50 conventional "split face" finish in accordance with the wall manufacturer's specifications. 51 The concrete surface of all other faces shall be Class 2 in accordance with Section 6- 52 O2.3(14)B. The finish and appearance of the concrete blocks shall also conform to ASTM C 53 1372. The color of the concrete block shall be concrete gray, unless otherwise shown in the 54 Plans. 55 56 The date of manufacture, production lot number, and the piece -mark, shall be clearly marked 57 on the rear face of each precast concrete facing panel, and marked or tagged on each pallet 58 of concrete blocks. 59 SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 52 1 All precast concrete facing panels and concrete blocks shall be handled, stored, and shipped 2 in accordance with Sections 6-02.3(28)G and 6-02.3(28)H to prevent chipping, cracks, 3 fractures, and excessive bending stresses. 4 5 Precast concrete facing panels in storage shall be supported on firm blocking located 6 immediately adjacent to tie strips to avoid bending the tie strips. 7 8 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection 9 The precast concrete facing panels shall be placed vertically. During erection, precast 10 concrete facing panels shall be handled by means of a lifting device set into the upper edge 11 of the panels. 12 13 Concrete blocks shall be erected in a running bond fashion in accordance with the wall 14 manufacturer's field construction manual, and may be placed by hand. The top surface of 15 each course of concrete blocks, including all pockets and recesses, shall be cleaned of 16 backfill and all extraneous materials prior to connecting the reinforcing strips or geosynthetic 17 reinforcing, and placing the next course of concrete blocks. Concrete blocks receiving 18 geosynthetic reinforcement shall be connected as specified in the Special Provisions. Cap 19 block top courses shall be bonded to the lower course of concrete blocks as specified below. 20 All other concrete blocks shall be connected with block connectors or pins placed into the 21 connector slots. 22 23 Precast concrete facing panels and concrete blocks shall be placed in successive horizontal 24 lifts as backfill placement proceeds in the sequence shown in the structural earth wall 25 working drawings as approved by the Engineer. 26 27 External bracing is required for the initial lift for precast concrete facing panels. 28 29 As backfill material is placed behind the precast concrete facing panels, the panels shall be 30 maintained in vertical position by means of temporary wooden wedges placed in the joint at 31 the junction of the two adjacent panels on the external side of the wall. 32 33 Reinforcing shall be placed normal to the face of the wall, unless otherwise shown in the 34 Plans or directed by the Engineer. Prior to placement of the reinforcing, backfill shall be 35 compacted. 36 37 Geosynthetic reinforcing shall be placed in accordance with Section 2-12.3 and as follows: 38 39 1. The Contractor shall stretch out the geosynthetic in the direction perpendicular to 40 the wall face to remove all slack and wrinkles, and shall hold the geosynthetic in 41 place with soil piles or other methods as recommended by the geosynthetic 42 manufacturer, before placing backfill material over the geosynthetic to the specified 43 cover. 44 45 2. The geosynthetic reinforcement shall be continuous in the direction perpendicular 46 to the wall face from the back face of the concrete panel to the end of the 47 geosynthetic or to the last geogrid node at the end of the specified reinforcement 48 length. Geosynthetic splices parallel to the wall face will not be allowed. 49 50 At the completion of each course of concrete blocks and prior to installing any block 51 connectors or geosynthetic reinforcement at this level, the Contractor shall check the blocks 52 for level placement in all directions, and shall adjust the blocks by grinding or rear face 53 shimming, or other method as recommended by the structural earth wall manufacturer's 54 representative and as approved by the Engineer, to bring the blocks into a level plane. 55 56 For concrete block wall systems receiving a cap block top course, the cap blocks shall be 57 bonded to the lower course with mortar, or with an adhesive capable of bonding the concrete 58 block courses together. 59 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 53 1 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 2 The Contractor shall erect the welded wire wall reinforcement in accordance with the wall 3 manufacturer's field construction manual and as approved by the Engineer. Construction 4 geotextile for wall facing shall be placed between the backfill material within the reinforced 5 zone and the coarse granular material immediately behind the welded wire wall facing, as 6 shown in the Plans and the structural earth wall working drawings as approved by the 7 Engineer. 8 9 6-13.3(7) Backfill 10 Backfill placement shall closely follow erection of each course of welded wire mats and 11 backing mats, precast concrete facing panels, or concrete blocks. Backfill shall be placed in 12 such 'a manner as to avoid any damage or disturbance to the wall materials or misalignment 13 of the welded wire mats and backing mats, precast concrete facing panels, or concrete 14 blocks. Backfill shall be placed in a manner that segregation does not occur. 15 16 The Contractor shall place wall backfill over geosynthetic reinforcement, or construction 17 geotextile for wall facing, in accordance with Section 2-12.3 and as follows: 18 19 1. The Contractor shall ensure that six inches minimum of backfill shall be between 20 the geogrid reinforcement, or construction geotextile for wall facing, and any 21 construction vehicle or equipment tires or tracks at all times. 22 23 Misalignment or distortion of the precast concrete facing panels or concrete blocks due to 24 placement of backfill outside the limits of this specification shall be corrected in a manner as 25 approved by the Engineer. 26 27 The moisture content of the backfill material prior to and during compaction shall be 28 uniformly distributed throughout each layer of material. The moisture content of all backfill 29 material shall conform to Sections 2-O3.3(14)C and 2-O3.3(14)D. 30 31 Backfill shall be compacted in accordance with Method C of Section 2-O3.3(14)C, except as 32 follows: 33 34 1. The maximum lift thickness after compaction shall not exceed ten inches. 35 36 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the 37 specified density. 38 39 3. The Contractor shall not use sheepsfoot rollers or rollers with protrusions for 40 compacting backfill reinforced with geosynthetic layers, or for compacing the first lift 41 of backfill above the construction geosynthetic for wall facing for each layer of 42 welded wire mats. Rollers shall have sufficient capacity to achieve compaction 43 without causing distortion to the face of the wall in accordance with the tolerances 44 specified in Section 6-13.3(1). 45 46 4. The Contractor shall compact the zone within three feet of the back of the wall 47 facing panels without causing damage to or distortion of the wall facing elements 48 (welded wire mats, backing mats, construction geotextile for wall facing, precast 49 concrete facing panels, and concrete blocks) by using light mechanical tampers as 50 approved by the Engineer. No soil density tests will be taken within this area. 51 52 5. For wall systems with geosynthetic reinforcement, the minimum compacted backfill 53 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six 54 inches. 55 56 At the end of each day's operation, the Contractor shall shape the last level of backfill to 57 permit runoff of rainwater away from the wall face. In addition, the Contractor shall not allow 58 surface runoff from adjacent areas to enter the wall construction site. 59 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 54 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 Wall materials damaged or disturbed during backfill placement shall be either removed and replaced, or adjusted and repaired, by the Contractor as approved by the Engineer at no additional expense to the Contracting Agency. 6-13.3(8) Guardrail Placement Where guardrail posts are required, the Contractor shall not begin installing guardrail posts until completing the structural earth wall to the top of wall elevation shown in the Plans. The Contractor shall install the posts in a manner that prevents movement of the precast concrete facing panels or concrete blocks, and prevents ripping, tearing, or pulling of the wall reinforcement. The Contractor may cut welded wire reinforcement of welded wire faced structural earth walls to facilitate placing the guardrail posts, but only in the top two welded wire reinforcement layers and only with the approval of. the Engineer in a manner that prevents bulging of the wall face and prevents ripping or pulling of the welded wire reinforcement. Holes through the welded wire reinforcement shall be the minimum size necessary for -the post. The Contractor shall demonstrate to the Engineer prior to beginning guardrail post installation that the installation method will not rip, tear, or pull the wall reinforcement. The Contractor shall place guardrail posts between the reinforcing strips, reinforcing mesh, and tie strips of the non-geosynthetic reinforced precast concrete panel or concrete block faced structural earth walls. Holes through the reinforcement of geosynthetic reinforced walls, if necessary, shall be the minimum size necessary for the guardrail post. 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with Sections 6-O2.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth wall working drawings as approved by the Engineer: 6-13.4 Measurement Structural earth wall will be measured by the square foot of completed wall in place. The bottom limits for vertical measurement will be the bottom of the bottom mat, for welded wire faced structural earth walls, or the top of the leveling pad (or bottom of wall if no leveling pad is present) for precast concrete panel or concrete block faced structural earth walls. The top limit for vertical measurement will be the top of wall as shown in the Plans. The horizontal limits for measurement are from the end of the wall to the end of the wall. Backfill for structural earth wall including haul will be measured by the cubic yard in place determined by the limits shown in the Plans. SEW traffic barrier, and SEW pedestrian barrier will be measured as specified in Section 6- 10.4 for cast -in-place concrete barrier. Structure excavation Class B, structure excavation Class B including haul, and shoring or extra excavation Class B, will be measured in accordance with Section 2-09.4. 6-13.5 Payment Payment will be made in accordance with Section 1-04.1 for each of the following bid items when they are included in the proposal: "Structural Earth Wall", per square foot. All costs in connection with furnishing materials for, and constructing, structural earth walls, including constructing leveling pads when specified, shall be included in the unit contract price per square foot for "Structural Earth Wall". "Backfill for Structural Earth Wall Incl. Haul", per cubic yard. All costs in connection with furnishing and placing backfill for structural earth wall, including hauling and compacting the backfill, and furnishing and placing the wall facing SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 55 1 Cl i 1 1 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 backfill for welded wire faced structural earth walls, shall be included in the unit contract price per cubic yard for "Backfill for Structural Earth Wall Incl. Haul". "SEW Traffic Barrier', per linear foot. "SEW Pedestrian Barrier', per linear foot. The unit contract price per linear foot for "SEW Barrier' shall be full pay for constructing the barrier on top of the structural earth wall, except that when these bid items are not included in the proposal, all costs in connection with performing the work as specified shall be included in the unit contract price per square foot for "Structural Earth Wall". "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. "Shoring Or Extra Excavation Class B", per square foot.- SECTION oot: SECTION 6-14, GEOSYNTHETIC RETAINING WALLS April 4, 2005 6-14.1 Description This work consists of constructing geosynthetic retaining walls, including those shown in the Standard Plans. 6-14.2 Materials Materials shall meet the requirements of the following sections: Gravel Borrow For Geosynthetic Retaining Wall 9-03.14(4) Construction Geosynthetic 9-33 The requirements specified in Section 2-12.2 for geotextiles shall also apply to geosynthetic and geogrid materials used for permanent and temporary geosynthetic retaining walls. Other materials required shall be as specified in the Special Provisions. 6-14.3 Construction Requirements Temporary geosynthetic retaining walls are defined as those walls and wall components constructed and removed or abandoned before the physical completion date of the project or as shown in the Plans. All other geosynthetic retaining walls shall be considered as permanent. 6-14.3(1) Quality Assurance The Contractor shall complete the base of the retaining wall excavation to within plus or minus three inches of the staked elevations unless otherwise directed by the Engineer. The Contractor shall place the external wall dimensions to within plus or minus two inches of that staked on the ground. The Contractor shall space the reinforcement layers vertically and place the overlaps to within plus or minus one inch of that shown in the Plans. The completed wall(s) shall meet the following tolerances: Deviation from the design batter and horizontal alignment for the face when measured along a ten foot straight edge at the midpoint of each wall layer shall not exceed: Deviation from the overall design batter per ten feet. of wall SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 Permanent Wall 611 3 inches Temporary Wall 5 inches 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 '57 58 height shall not exceed: Maximum outward bulge of the face between backfill reinforcement layers shall not exceed: 2 inches 3 inches 4 inches 6 inches 6-14.3(2) Submittals A minimum of 14 calendar days prior to beginning construction of each wall the Contractor shall submit detailed plans for each wall in accordance with Section 6-01.9. As a minimum, the submittals shall include the following: 1. Detailed wall plans showing the actual lengths proposed for the geosynthetic reinforcing layers and the locations of each geosynthetic product proposed for use in each of the geosynthetic reinforcing layers. 2. The Contractor's proposed wall construction method, including proposed forming systems, types of equipment to be used and proposed erection sequence. 3. Manufacturer's Certificate of Compliance, samples of the retaining wall geosynthetic and sewn seams for the purpose of acceptance as specified. 4. Details of geosynthetic retaining wall corner construction, including details of the positive connection between the wall sections on both sides of the corner. 5. Details of terminating a top layer of retaining wall geosynthetic and backfill due to a changing retaining wall profile. Approval of the Contractor's proposed wall construction details and methods shall not relieve the Contractor of their responsibility to construct the walls in accordance with the requirements of these Specifications. 6-14.3(3) Excavation and Foundation Preparation Excavation shall conform to Section 2-09.3(4), and to the limits and construction stages shown in the Plans. Foundations soils found to be unsuitable shall be removed and replaced in accordance with Section 2-O9.3(1)C. The Contractor shall direct all surface runoff from adjacent areas away from the retaining wall construction site. 6-14.3(4) Erection and Backfill The Contractor shall begin wall construction at the lowest portion of the excavation and shall place each layer horizontally as shown in the Plans. The Contractor shall complete each layer entirely before beginning the next layer. Geotextile splices shall consist of a sewn seam or a minimum 1'-0" overlap. Geogrid splices shall consist of adjacent geogrid strips butted together and fastened using hog rings, or other methods approved by the Engineer, in such a manner to prevent the splices from separating during geogrid installation and backfilling. Splices exposed at the wall face shall prevent loss of backfill material through the face. The splicing material exposed at the wall face shall be as durable and strong as the material to which the splices are tied. The Contractor shall offset geosynthetic splices in one layer from those in the other layers such that the splices shall not line up vertically. Splices parallel to the wall face will not be allowed, as shown in the Plans. The Contractor shall stretch out the geosynthetic in the direction perpendicular to the wall face to ensure that no slack or wrinkles exist in the geosynthetic prior to backfilling. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 57 11 1 1 t 1 t 1 For geogrids, the length of the reinforcement required as shown in the Plans shall be defined 2 as the distance between the geosynthetic wrapped face and the last geogrid node at the end 3 of the reinforcement in the wall backfill. 4 5 The Contractor shall place fill material on the geosynthetic in lifts such that six inches 6 minimum of fill material is between the vehicle or equipment tires or tracks and the 7 geosynthetic at all times. The Contractor shall remove all particles within the backfill material 8 greater than three inches in size. Turning of vehicles on the first lift above the geosynthetic 9 will not be permitted. The Contractor shall not end dump fill material directly on the 10 geosynthetic,without the prior approval of the Engineer. 11 12 Should the geosynthetic be damaged or the splices disturbed, the backfill around the 13 damaged or displaced area shall be removed and the damaged strip of geosynthetic 14 replaced by the Contractor at no expense to the Contracting Agency. 15 16 The Contractor shall use a temporary form system to prevent sagging of the geosynthetic 17 facing elements during construction. A typical example of a temporary form system and 18 sequence of wall construction required when using this form are detailed in the Plans. Soil 19 piles or the geosynthetic manufacturer's recommended method, in combination with the 20 forming system shall be used, to hold the geosynthetic in place until the specified cover 21 material is placed. 22 23 The Contractor shall place and compact the wall backfill in accordance with the wall 24 construction sequence detailed in the Plans and Method C of Section 2-O3.3(14)D, except as 25 follows: 26 27 1. The maximum lift thickness after compaction shall not exceed ten inches 28 29 2. The Contractor shall decrease this lift thickness, if necessary, to obtain the 30 specified density. 31 32 3. Rollers shall have sufficient capacity to achieve compaction without causing 33 distortion to the face of the wall in accordance with Section 6-14.3(1). 34 35 4. The Contractor shall not use sheepsfoot rollers or rollers with protrusions. 36 37 5. The Contractor shall compact the zone within three feet of the back of the wall 38 facing panels without causing damage to or distortion of the wall facing elements 39 (welded wire mats, backing mats, construction geotextile for wall facing, precast 40 concrete facing panels, and concrete blocks) by using light mechanical tampers as 41 approved by the Engineer. No soil density tests will be taken within this area. 42 43 6. For wall systems with geosynthetic reinforcement, the minimum compacted backfill 44 lift thickness of the first lift above each geosynthetic reinforcement layer shall be six 45 inches. 46 47 The Contractor shall construct wall corners at the locations shown in the Plans, and in 48 accordance with the wall corner construction sequence and method submitted by the 49 Contractor and approved by the Engineer. Wall angle points with an interior angle of less 50 than 150 degrees shall be considered to be a wall corner. The wall corner shall provide a 51 positive connection between the sections of the wall on each side of the corner such that the 52 wall backfill material cannot spill out through the corner at any time during the design life of 53 the wall. The Contractor shall construct the wall corner such that the wall sections on both 54 sides of the corner attain the full geosynthetic layer embedment lengths shown in the Plans. 55 56 Where required by retaining wall profile grade, the Contractor shall terminate top layers of 57 retaining wall geosynthetic and backfill in accordance with the method submitted by the 58 Contractor and approved by the Engineer. The end of each layer at the top of the wall shall 59 be constructed in a manner which prevents wall backfill material from spilling out the face of SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 58 SW 27TH STJSTRANDER BLVD. CONNECTION , PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 59 1 1 the wall throughout the life of the wall. If the profile of the to of the wall changes at a rate of 9 P P 9 2 1:1 or steeper, this change in top of wall profile shall be considered to be a corner. 3 4 6-14.3(5) Guardrail Placement 5 The Contractor shall install guardrail posts as shown in the Plans after completing the wall, 6 but before the permanent facing is installed. The Contractor shall install the posts in a 7 manner that prevents bulging of the wall face and prevents ripping, tearing, or pulling of the 8 geosynthetic reinforcement. Holes through the geosynthetic reinforcement shall be the 9 minimum size necessary for the post. The Contractor shall demonstrate to the Engineer 10 prior to beginning guardrail post installation that the installation method will not rip, tear, or 11 pull the geosynthetic reinforcement. 12 13 6-14.3(6) Permanent Facing 14 The Contractor shall apply a permanent facing to the surface of all permanent geosynthetic ' 15 retaining walls as shown in the Plans. Shotcrete facing, if shown in the Plans, shall conform 16 to Section 6-18. Concrete fascia panel, if shown in the Plans, shall conform to Section 6- 17 15.3(9). 18 19 20 6-14.3(7) Geosynthetic Retaining Wall Traffic Barrier and Geosynthetic Retaining Wall Pedestrian Barrier 21 Geosynthetic wall traffic barrier (single slope and f -shape) and geosynthetic retaining wall 22 pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6- , 23 10.3(2), and the details in the Plans. 24 25 6-14.4 Measurement 26 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be 27 measured by the square foot of face of completed wall. 28 29 Borrow for geosynthetic retaining wall backfill will be measured as specified in Section 2- 30 03.4. 31 32 Shotcrete facing and concrete fascia panel will be measured by the square foot surface area 33 of the completed facing or fascia panel, measured to the neat lines of the facing or panel as 34 shown in the Plans. 35 36 Geosynthetic wall single slope traffic barrier, geosynthetic wall f -shape traffic barrier, and 37 geosynthetic retaining wall pedestrian barrier will be measured as specified in Section 6-10.4 38 for cast -in-place concrete barrier. 39 40 Structure excavation Class B, structure excavation Class B including haul, and shoring or ' 41 extra excavation Class B, will be measured in accordance with Section 2-09.4. 42 43' 6-14.5 Payment 44 Payment will be made in accordance with Section 1-04.1 for each of the following bid items ' 45 when they are included in the proposal: 46 47 "Geosynthetic Retaining Wall", per square foot. 48 "Temporary Geosynthetic Retaining Wall", per square foot. 49 All costs in connection with constructing the temporary or permanent geosynthetic 50 retaining wall as specified shall be included in the unit contract price per square foot for "Temporary 51 "Geosynthetic Retaining Wall" and Geosynthetic Retaining Wall", including 52 compaction of the backfill material and furnishing and Installing the temporary forming 53 system. 54 55 "Borrow for Geosynthetic Wall Incl. Haul", per ton or per cubic yard. 56 All costs in connection with furnishing and placing backfill material for temporary or 57 permanent geosynthetic retaining walls as specified shall be included in the unit contract 58 price per ton or per cubic yard for "Borrow for Geosynthetic Wall Incl. Haul". , 59 SW 27TH STJSTRANDER BLVD. CONNECTION , PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 59 1 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 "Concrete Fascia Panel", per square foot. All costs in connection with constructing the concrete fascia panels as specified shall be included in the unit contract price per square foot for "Concrete Fascia Panel", including all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, pvc pipe for weep holes, exterior surface, finish, and pigmented sealer (when specified). . Shotcrete facing will be paid for in accordance with Section 6-18.5. "Geosynthetic Wall Single Slope Traffic Barrier", per linear foot. "Geosynthetic Wall F -Shape Traffic Barrier", per linear foot. "Geosynthetic Retaining Wall Pedestrian Barrier", per linear foot. The unit contract price per linear foot for "Geosynthetic Wall Single Slope Traffic Barrier", "Geosynthetic Wall F -Shape Traffic Barrier", and "Geosynthetic Retaining Wall Pedestrian Barrier" shall be full pay for constructing the barrier on top of the geosynthetic retaining wall. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. "Shoring Or Extra Excavation Class B", per square foot. SECTION 6-15, SOIL NAIL WALLS April 5, 2004 6-15.1 Description This work consists of constructing soil nail walls. 6-15.2 Materials Materials shall meet the requirements of the following section: Prefabricated Drainage Mat 9-33.2(3) Other materials required, including materials for soil nails, shall be as specified in the Special Provisions. 6-15.3 Construction Requirements 6-15.3(1) General Description Soil nailing shall consist of excavating to the layer limits shown in the Plans, drilling holes at the specified angle into the native material, placing and grouting epoxy coated or encapsulated steel reinforcing bars (soil nails) in the drilled holes, placing prefabricated drainage material and steel reinforcement, and applying a shotcrete facing over the steel reinforcement. After completing the wall to full height, the Contractor shall construct the concrete fascia panels as shown in the Plans. All proprietary items used in the soil nailed structure shall be installed in accordance with the manufacturer's recommendations. In the event of a conflict between the manufacturer's recommendations and these specifications, these specifications shall prevail. 6-15.3(2) Contractor's Experience Requirements The Contractor or Subcontractor performing this work shall have completed at least five projects, within the last five years, involving construction of retaining walls using soil nails or ground anchors or shall have completed the construction of two or more projects totaling at least 15,000 square feet of retaining wall with a minimum total of 500 soil nails or ground anchors. The Contractor shall assign an engineer with at least three years of experience in the design and construction of permanently anchored or nailed structures to supervise the work. The Contractor shall not use consultants or manufacturer's representatives in order to meet the SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 60 1 requirements of this section. Drill operators and on-site supervisors shall have a minimum of 2 one year experience installing permanent soil nails or ground anchors. 3 4 Contractors or Subcontractors that are specifically prequalified in Class 36 work will be 5 considered to have met the above experience requirements. 6 7 6-15.3(3) Submittals 8 Work shall not begin on any soil nail wall system until the Engineer has approved all of the , 9 required submittals. The Contractor shall submit the following information in accordance 10 with Section 6-01.9 not less than 30 calendar days prior to the start of wall excavation. 11 1. A brief description of each project satisfying the Contractors Experience ,12 13 Requirements with the Owner's name and current phone number (this item is 14 not required if the Contractor or Subcontractor is prequalified in. Class 36). 15 , 16 2. A list identifying the following personnel assigned to this project and their 17 experience with permanently anchored or nailed structures: 18 a. Supervising Engineer ,19 20 21 b. Drill Operators 22 23 c. On-site Supervisors who will be assigned to the project. 24 25 26 3. The proposed detailed construction procedure which includes: , 27 a. Proposed method(s) of excavation of the soil and/or rock. 28 29 b. A plan for the removal and control of groundwater encountered during 30 excavation, drilling, and other earth moving activities. Include a list of the 31 equipment used to remove and control groundwater. 32 33 c Proposed drilling methods and equipment. 34 35 d. Proposed hole diameter(s). 36 37 e. Proposed method of soil nail installation. , 38 39 f. Grout mix design and procedures for placing the grout. 40 g. Shotcrete mix design with compressive strength test results. ,41 42 43 h. Procedures for placing the shotcrete (include placement in conditions 44 when ground water is encountered). , 45 46 i. Encapsulation system for additional corrosion protection selected for the 47 soil nails and anchorages requiring encapsulation. 48 49 4. Detailed working drawings of the method proposed for the soil nail testing which 50 includes: 51 52 a. All necessary drawings and details to clearly describe the proposed 53 system of jacking support, framing, and bracing to be used during testing. 54 55 b. Calibration data for each load cell, test jack, pressure gauge, stroke 56 counter on the grout pump, and master gauge to be used. The calibration , 57 tests shall have been performed by an independent testing laboratory, and 58 tests shall have been performed within 60 calendar days of the date 59 submitted. Testing or work shall not commence until the Engineer has t SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 61 1 approved the load cell, jack, pressure gage, and master pressure gauge 2 calibrations. 3 4 5. Certified mill test results and typical stress -strain curves along with samples from 5 each heat, properly marked, for the soil nail steel. The typical stress -strain curve 6 shall be obtained by approved standard practices. The guaranteed ultimate 7 strength, yield strength, elongation, and composition shall be specified. 8 9 6-15.3(4) Preconstruction Conference 10 A soil nail preconstruction conference shall be held at least five working days prior to the 11 Contractor beginning any permanent soil nail work at the site to discuss construction 12 procedures, personnel and equipment to be used. The list of materials specified on the 13 Record of Materials Form (ROM) for this item of work will also be discussed. Those 14 attending shall include: 15 16 1. (representing the Contractor) The superintendent, on site supervisors, and all 17 foremen in charge of excavating the soil face, drilling the soil nail hole, placing the 18 soil nail and grout, placing the shotcrete facing, and tensioning and testing the soil 19 nail. 20 21 2. (representing the Contracting Agency) The Project Engineer, key inspection 22' personnel, and representatives from the WSDOT Construction Office and Materials 23 Laboratory Geotechnical Services Branch. 24 25 If the Contractor's key personnel change, or if the Contractor proposes a significant revision 26 of the approved permanent soil nail installation plan, an additional conference shall be held 27 before any additional permanent soil nail operations are performed. 28 29 6-15.3(5) Earthwork 30 The ground contour above the wall shall be established to its final configuration and 31 backslope as shown in the Plans prior to beginning excavation of the soil for the first row of 32 soil nails. All excavation shall conform to Section 2-03. 33 34 The excavation shall proceed from the top down in a horizontal lift sequence with the ground 35 level excavated no more than 3 feet below the elevation of the row of nails to be installed in 36 that lift. The excavated vertical wall face should not be left open more than 24 hours for any 37 reason. A lift shall not be excavated until the nail installation and reinforced shotcrete 38 placement for the preceding lift has been completed and accepted. After a lift is excavated, 39 the cut surface shall be cleaned of all loose materials, mud, rebound, and other foreign 40 matter that could prevent or reduce shotcrete bond. 41 42 The accuracy of the ground cut shall be such that the required thickness of shotcrete can be 43 placed within a tolerance of plus or minus 2 inches from the defined face of the wall, and 44 overexcavation does not damage overlying shotcrete sections by undermining or other 45 causes. 46 47 The Contractor should review the geotechnical recommendations report prepared for this 48 project for further information on the soil conditions at the location of each wall. Copies of 49 the geotechnical recommendations report are available for review by prospective bidders at 50 the location identified in the Special Provisions. 51 52 6-15.3(6) Soil Nailing 53 The Contractor shall not handle and transport the encapsulated soil nails until the 54 encapsulation grout has reached sufficient strength to resist damage during handling. The 55 Contractor shall handle the encapsulated soil nails in such a manner to prevent large 56 deflections or distortions during handling. When handling or transporting encapsulated soil 57 nails, the Contractor shall provide slings or other equipment necessary to prevent damage to 58 the soil nails and the corrosion protection. The Engineer may reject any encapsulated nail 59 which is damaged during transportation or handling. Damaged or defective encapsulation SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 62 1 shall be repaired in accordance with the manufacturer's recommendations and as approved 2 by the Engineer. 3 4 Soil nails shall be handled and sorted in such a manner as to avoid damage or corrosion. 5 Prior to inserting a soil nail in the drilled hole, the Contractor and the Engineer will examine 6 the soil nail for damage. If, in the opinion of the Engineer, the epoxy coating or bar has been 7 damaged, the nail shall be repaired. If, in the opinion of the Engineer, the damage is beyond 8 repair, the soil nail shall be rejected. 9 10 If, in the opinion of the Engineer, the epoxy coating can be repaired, the Contractor shall 11 patch_ the coating with an Engineer approved patching material. 12 13 Nail holes shall be drilled at the locations shown in the Plans or as staked by the .Engineer. 14 The nails shall be positioned plus or minus 6 inches from the theoretical location shown in 15 the Plans. The Contractor shall select the drilling method and the grouting pressure used for 16 the installation of the soil nail. The drill hole shall be located so that the longitudinal axis of 17 the drill hole and the longitudinal axis of the nail are parallel. At the point of entry the soil nail 18 shall be installed within plus or minus three degrees of the inclination from horizontal shown 19 in the Plans, and the nail shall be within plus or minus three degrees of a line drawn 20 perpendicular to the face of the wall unless otherwise shown in the Plans. 21 22 Water or other liquids shall not be used to flush cuttings during drilling, but air may be used. 23 After drilling, the nail shall be installed and fully grouted before placing the shotcrete facing. 24 The nail shall be inserted into the drilled hole with centralizers to the desired depth in such a 25 manner as to prevent damage to the drilled hole, sheathing or epoxy during installation. The 26 centralizers shall provide a minimum of 0.5 inches of grout cover over the soil nail and shall 27 be spaced no further than eight feet apart. When the soil nail cannot be completely inserted 28 . into the drilled hole without difficulty, the Contractor shall remove the nail from the drilled hole 29 and clean or redrill the hole to permit insertion. Partially inserted soil nails shall not be driven 30 or forced into the hole. Subsidence, or any other detrimental impact from drilling shall be 31 cause for immediate cessation of drilling and repair of all damages in a manner approved by 32 the Engineer at no additional cost to the Contracting Agency. 33 34 If caving conditions are encountered, no further drilling will be allowed until the Contractor 35 selects a method to prevent ground movement. The Contractor may use temporary casing. 36 The Contractor's method to prevent ground movement shall be approved by the Engineer. 37 The casings for the nail holes, if used, shall be removed as the grout is being placed. 38 39 Where necessary for stability of the excavation face, a sealing layer of shotcrete may be 40 placed before drilling is started, or the Contractor shall have the option of drilling and 41 grouting of nails through a stabilizing berm of native soil at the face of the excavation. The 42 stabilizing berm shall extend horizontally from the soil face and from the face of the shotcrete 43 a minimum distance of one foot, and shall be cut down from that point at a safe slope, no 44 steeper than 1H:1V unless approved by the Engineer. The berm shall be excavated to final 45 grade after installation and full length grouting of the nails. Nails damaged during berm 46 excavation shall be repaired or replaced by the Contractor, to the satisfaction of the 47 Engineer, at no added cost to the Contracting Agency. 48 49 If sections of the wall are constructed at different times than the adjacent soil nail sections, 50 the Contractor shall use stabilizing berms, temporary slopes, or other measures, as 51 approved by the Engineer, to prevent sloughing.or failure of the adjacent soil nail sections. 52 53 If cobbles and boulders are encountered at the soil face during excavation, the Contractor 54 shall remove all cobbles and boulders that protrude from the soil face into the design wall 55 section and fill the void with shotcrete. All shotcrete used to fill voids created by removal of 56 cobbles and boulders shall be incidental to shotcrete facing. 57 58 The grout equipment shall produce a grout free of lumps and undispersed cement. A 59 positive displacement grout pump shall be used. The pump shall be equipped with a SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 63 1 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge 2 shall be capable of measuring pressures of at least 150 psi or twice the actual grout 3 pressures used by the Contractor, whichever is greater. The grouting equipment shall be 4 sized to enable the grout to be pumped in one continuous operation. The mixer shall be 5 capable of continuously agitating the grout. 6 7 The grout shall be injected from the lowest point of the drilled hole. The grout shall be 8 pumped through grout tubes after insertion of the soil nail. The quantity of the grout and the 9 grout pressures shall be recorded. The grout pressures and grout takes shall be controlled 10 to prevent excessive ground heave. 11 12 6-15.3(7) Shotcrete Facing 13 Prior tQ placing any shotcrete on an excavated layer, the Contractor shall vertically center 14 prefabricated drainage mat between the columns of nails as shown in the Plans. The 15 prefabricated drainage mat shall be installed in accordance with the manufacturer's 16 recommendations. The permeable drain side shall be placed against the exposed soil face. 17 The prefabricated drainage mat shall be installed after each excavation lift and shall be 18 hydraulically connected with the prefabricated drainage mat previously placed, such that the 19 vertical flow of water is not impeded. The Contractor shall tape all joints in the prefabricated 20 drainage mat to prevent shotcrete intrusion during shotcrete application. 21 22 The Contractor shall place steel reinforcing bars and welded wire fabric, and apply the 23 shotcrete facing in accordance with Section 6-18 and the details shown in the Plans. 24 25 The shotcrete shall be constructed to the minimum thickness as shown in the Plans. Costs 26 associated with additional thickness of shotcrete due to overexcavation or irregularities in the 27 cut face shall be borne by the Contractor. 28 29 Each soil nail shall be secured at the shotcrete facing with a steel plate as shown in the 30 Plans. The plate shall be seated on a wet grout pad of a pasty consistency similar to that of 31 mortar for brick -laying. The nut shall then be sufficiently tightened to achieve full bearing 32 surface behind the plate. After the shotcrete and grout have had time to gain the specified 33 strength, the nut shall be tightened with at least 100 foot-pounds of torque. 34 35 6-15.3(8) Soil Nail Testing and Acceptance 36 Both verification and proof testing of the nails is required. The Contractor shall supply all 37 materials, equipment, and labor to perform the tests. The Contractor shall submit all test 38 data to the Engineer. 39 40 The testing equipment shall include a dial gauge or vernier scale capable of measuring to 41 0.001 inch of the ground anchor movement. A hydraulic jack and pump shall be used to 42 apply the test load. The movement -measuring device shall have a minimum travel equal to 43 the theoretical elastic elongation of the total nail length plus 1 inch. The dial gauge or 44 vernier scale shall be aligned so that its axis is within 5 degrees from the axis of the nail and 45 shall be monitored with a reference system that is independent of the jacking system and 46 excavation face. 47 48 The jack and pressure gauge shall be calibrated by an independent testing laboratory as a 49 unit. Each load cell, test jack and pressure gauge, grout pump stroke counter, and master 50 gauge, shall be calibrated as specified in Section 6-15.3(3) item 4b. Additionally, the 51 Contractor shall not use load cells, test jacks and pressure gauges, grout pump stroke 52 counters, and master gauges, greater than 60 calendar days past their most recent 53 calibration date, until such items are re -calibrated by an independent testing laboratory. 54 55 The pressure gauge shall be graduated in 100 psi increments or less. The pressure gauge 56 will be used to measure the applied load. The pressure gauge shall be selected to place the 57 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of 58 the jack shall not be less than the theoretical elastic elongation of the total length at the 59 maximum test load plus 1 inch. The jack shall be independently supported and centered SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 64 1 over the nail so that the nail does not carry the weight of the jack. The Contractor shall have 2 a second calibrated jack pressure gauge at the site. Calibration data shall provide a specific 3 reference to the jack and the pressure gauge. 4 5 The loads on the nails during the verification and proof tests shall be monitored to verify 6 consistency of load — defined as maintaining the test load within five percent of the specified 7 value. Test loads less than 20,000 pounds shall be monitored by the jack pressure gauge. 8 Test loads equal to or greater than 20,000 pounds shall be monitored with an electric or 9 hydraulic load cell. The Contractor shall provide the load cell, the readout device, and a 10 recent calibration curve. The load cell shall be selected to place the maximum test load 11 within the middle two-thirds of the range of the load cell. The stressing equipment shall be 12 placed over the nail in such a manner that the jack bearing plates, load cell and stressing 13 anchorage are in alignment. 14 15 Nails to be tested shall be initially grouted no closer to the excavation face than the 16 dimension shown in the Plans. After placing the grout, the nail shall remain undisturbed until 17 the grout has reached a strength sufficient to provide resistance during testing. Grouting to 18 the excavation face shall be completed after successful testing has been performed. Test 19 nails which are not part of the permanent wall may be left in the ground, provided the drill 20 holes for the nails are completely filled with grout or non-structural filler after testing. 21 22 Load testing shall be performed against a temporary bearing yoke or reaction frame which 23 bears directly against the existing soil or the shotcrete facing. Temporary bearing pads shall 24 be kept a minimum of 12 inches from the edges of the drilled hole unless a rigid steel plate is 25 used to distribute the stress around the drilled hole. If a steel plate is used, it shall be a 26 minimum of 3 feet square and of sufficient thickness that it will distribute the load evenly to 27 the soil. Where the reaction frame bears directly against the shotcrete, the reaction frame 28 shall be designed to prevent fracture of the shotcrete. No part of the reaction frame shall 29 bear within 12 inches of the edge of the test nail blockout unless otherwise approved by the 30 Engineer. 31 32 6-15.3(8)A Verification Testing 33 Verification testing shall be performed on nails installed within the pattern of production nails 34 to verify the Contractor's procedures, hole diameter, and design assumptions. No drilling or 35 installation of production nails will be permitted in any ground/rock unit unless successful 36 verification testing of anchors in that unit has been completed and approved by the Engineer, 37 using the same equipment, methods, nail inclination, nail length, and hole diameter as 38 planned for the production nails. Changes in the drilling or installation method may require 39 additional verification testing as determined by the Engineer and shall be done at no 40 additional expense to the Contracting Agency. Verification tests may be performed prior to 41 excavation for the soil nail wall. 42 43 Successful verification tests are required within the limits as specified in the Special 44 Provisions. Test nail locations within these limits shall be at locations selected by the 45 Engineer. 46 47 The design details of the verification testing, including the system for distributing test load 48 pressures to the excavation surface and appropriate nail bar size and reaction plate, shall be 49 developed by the Contractor, subject to approval by the Engineer. The intent is to stress the 50 bond between the grout and the surrounding soil/rock to at least twice the design load 51 transfer. 52 53 The bar shall be proportioned such that the maximum stress at 200 percent of the test load 54 does not exceed 80 percent of the yield strength of the steel. The jack shall be positioned at 55 the beginning of the test such that unloading and repositioning of the jack during the test will 56 not be required. The verification tests shall be made by incrementally loading the nails in 57 accordance with the following schedule of hold time: 58 59 AL 1 minute SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 65 1 0.25TL 10 minutes 2 0.50TL 10 minutes 3 0.75TL 10 minutes 4 1.00TL 10 minutes 5 1.25TL 10 minutes 6 1.50TL 60 minutes 7 1.75TL 10 minutes 8 2.00TL 10 minutes 9 AL = Nail Alignment Load 10 TL = Nail Test Load 11 12 The test load shall be determined by the following equation = Test Load (TL) = Bond 13 Length (BL) X Design Load Transfer (DLT). 14 15 The load shall be applied in increments of 25 percent of the test load. Each load increment 16 shall be held for at least 10 minutes. Measurement of nail movement shall be obtained at 17 each load increment. The load -hold period shall start as soon as the load is applied and the 18 nail movement with respect to a fixed reference shall be measured and recorded at 1 19 minute, 2, 3, 5, 6, 10, 20, 30, 50, and 60 minutes. 20 21 The Engineer will evaluate the results of each verification test and make a determination of 22 the suitability of the test and of the Contractor's proposed production nail design and 23 installation system. Tests which fail to meet the design criteria will require additional 24 verification testing or an approved revision to the Contractor's proposed production nail 25 design and installation system. If a nail fails in creep, retesting will not be allowed. 26 27 A verification tested nail with a 60 minute load hold at 1.50TL is acceptable if: 28 29 1. The nail carries the test load with a creep rate that does not exceed 0.08 inch per 30. log cycle of time and is at a linear or decreasing creep rate. 31 32 2. The total movement at the test load exceeds 80 percent of the theoretical elastic 33 elongation of the non -bonded length. 34 35 Furthermore, a pullout failure shall not occur for the verification test anchor at the 2.OTL 36 maximum load. Pullout failure load is defined as the load at which attempts to increase the 37 test load result only in continued pullout movement of the test nail without a sustainable 38 increase in the test load. 39 40 The nails used for verification tests shall be sacrificial and shall not be used for production. 41 The Contractor shall cut and remove the exposed end of all soil nails used for verification 42 tests a minimum of two feet inside the finished groundline. 43 44 6-15.3(8)B Proof Testing 45 Proof tests shall be performed on production nails at the locations selected by the Engineer. 46 Up to five percent of the production nails will be tested. Prior to testing, only the bond length 47 (BL) portion of the nail shall be grouted. The Contractor shall.maintain the side-wall stability 48 of the drill hole for the non -grouted portion during the test. Once proof testing is completed, 49 the remainder of the proof tested nail shall be grouted. The bond length shall be determined 50 from the Nail Schedule and Test Nail Detail shown in the Plans. 51 52 Proof tests shall be performed by incrementally loading the nail in accordance with the 53 schedule below. The anchor movement shall be measured and recorded to the nearest 54 0.001 inch with respect to an independent fixed reference point in the same manner as for 55 the verification tests at the alignment load and at each increment of load. The load shall be 56 monitored in accordance with Section 6-15.3(8). The scheduling of hold times shall be as 57 follows: 58 59 AL 1 minute SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 66 i] 1 0.25TL 5 minutes 2 0.50TL 5 minutes 3 0.75TL 5 minutes 4 1.00TL 5 minutes 5 1.25TL 5 minutes 6 1.50TL 10 minutes 7 AL = Nail Alignment Load 8 TL = Nail Test Load 9 10 The maximum load in a proof test shall be held for 10 minutes. The load hold period shall 11 start as soon as the maximum load is applied and the nail movement with respect to an 12 independent fixed reference shall be measured and recorded at 1, 2, 3, 4, 5, 6, and 10 13 minutes. The nail movement between .1 minute and 10 minutes shall not exceed 0.04 14 inches. If the nail movement between 1 and 10 minutes exceeds 0.04 inches, the maximum 15 load shall be held an additional 50 minutes. If the load hold is extended, the nail movement 16 shall be recorded at 20, 30, 50, and 60 minutes. If a nail fails in creep, retesting will not be 17 allowed. 18 19 A proof tested nail is acceptable if: 20 21 1. The nail carries the maximum load with less than 0.04 inches of movement 22 between 1 minute and 10 minutes, unless the load hold extended to 60 minutes, in 23 which case the nail would be acceptable if the creep rate does not exceed 0.08 24 inches per log cycle of time. 25 26 2. The total movement at the maximum load exceeded 80 percent of the theoretical 27 elastic elongation of the non -bonded length. 28 29 3 The creep rate is not increasing with time during the load hold period. 30 31 Due to the requirement for a non -bonded zone for testing purposes, the Contractor shall 32 develop an installation method which will assure the stability of the non -bonded portion of 33 the hole during testing and will allow for the non bonded zone to be grouted against the 34 ground after testing. 35 36 If .a proof test fails, the Engineer may direct the Contractor to replace some or all of the 37 installed production nails between the failed test and an adjacent proof test nail that has met 38 the test criteria. The Engineer may also require additional proof testing. All additional proof 39 tests, and all installation of additional or modified nails, shall be performed at no additional 40 expense to the Contracting Agency. 41 42 6-15.3(9) Concrete Fascia Panels 43 The Contractor shall construct the concrete fascia panels in accordance with Section 6-02 44 and the details in the Plans. The concrete fascia panels shall be cured in accordance with 45 the Section 6-02.3(11) requirements specified for retaining walls. The Contractor shall 46 provide the specified surface finish as noted, and to the limits shown, in the Plans to the 47 exterior concrete surface. When noted in the Plans, the Contractor shall apply pigmented 48 sealer to the limits shown in the Plans. 49 50 Asphalt or cement concrete gutter shall be constructed as shown in the Plans and as 51 specified in Section 8-04. 52 53 6-15.4 Measurement 54 Prefabricated drainage mat will be measured by the square yard of material furnished and 55 installed. 56 57 Soil nails will be measured per each for each soil nail installed and accepted. 58 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 67 SW 2f" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 68 1 The soil nail verification testing program will not be measured but will be paid for on a lump 2 sum basis. 3 4 Shotcrete facing and concrete fascia panel will be measured by the square foot surface area 5 of the completed facing or fascia panel, measured to the neat lines of the facing or panel as 6 shown in the Plans. 7 8 6-15.5 Payment 9 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 10 when they are included in the proposal: 11 ' 12 "Soil Nail —Epoxy Coated", per each. 13 "Soil Nail — Encapsulated", per each. 14 All costs in connection with furnishing and installing the soil nails as specified shall be 15 included in the unit contract price per each for "Soil Nail - including all drilling, ' 16 _", grouting, centralizers, bearing plates, welded shear connectors, nuts, proof testing, and 17 other work required for installation of each soil nail. ' 18 19 "Prefabricated Drainage Mat", per square yard. 20 21 "Soil Nail Verification Test", lump sum. 22 ' 23 "Concrete Fascia Panel", per square foot. 24 All costs in connection with constructing the concrete fascia panels as specified shall be 25 included in the unit contract price per square foot for "Concrete Fascia Panel", including 26 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint ' 27 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when 28 specified). ' 29 30 Shotcrete facing will be paid for in accordance with Section 6-18.5. 31 32 Unless otherwise specified, all costs in connection with excavation in front of the back 33 face of the shotcrete facing shall be included in the unit contract price per cubic yard for ' 34 "Roadway Excavation" or "Roadway Excavation Incl. Haul" as specified in Section 2- 35 03.5. 36 37 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS ' 38 April 4, 2005 39 40 6-16.1 Description This work consists of constructing soldier pile walls and soldier pile tieback walls. 41 42 6-16.2 Materials 43 Materials shall meet the requirements of the following sections: 44 45 Controlled Density Fill 2-09.3(1)E 46 Cement 9-01 47 Aggregates for Portland Cement Concrete 9-03.1 48 Gravel. Backfill 9-03.12 49, Premolded Joint Filler 9-04.1(2) 50 51 Welded Shear Studs 9-06.15 Steel Reinforcing Bar 9-07.2 52 Epoxy Coated Steel Reinforcing Bar 9-07.3 53 Paints 9-08 54 Timber Lagging 9-09.2 ' 55 Preservative Treatment for Timber Lagging 9-09.3(1) 56 Soldier Piles 9-10.5 57 Concrete Curing Materials and Admixtures 9-23 ' 58 Fly Ash 9-23.9 SW 2f" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 68 SW 2f" STJSTRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 69 ' 1 Water 9-25 2 Prefabricated Drainage Mat 9-33.2(3) 3 4 Other materials required shall be as specified in the Special Provisions. 5 6 6-16.3 Construction Requirements 7 8 6-16.3(1) Quality Assurance 9 The steel soldier piles shall be placed so that the center line of the pile at the top is within 1 10 inch of the plan location. The steel soldier pile shall be plumb, to within 0.5 percent of the 11 length based on the total length of the pile. ' 12 13 Welding, repair welding, and welding inspection shall conform to the Section 6-03.3(25) 14 requirements for welding, repair welding, and welding inspection for all other steel 15 fabrication. ' 16 17 6-16.3(2) Submittals 18 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural 19 steel, including the steel soldier piles and the permanent ground anchors to the Engineer for 20 approval. 21 22 The Contractor shall submit the permanent ground anchor grout mix design and the , 23 procedures for placing the grout to the Engineer for approval. 24 25 The Contractor shall submit forming plans for the concrete fascia panels, as specified in 26 Sections 6-02.3(16) and 6-02.3(17), to the Engineer for approval. 27 28 1. Where the lateral pressure from concrete placement, as specified in Section 6- 29 02.3(17)J, is less than or equal to the design earth pressure, the Contractor may tie 30 forms directly to the soldier piles. , 31 32 2. _Where the lateral pressure from concrete placement, as specified in Section 6- 33 02.3(17)J, is greater than the design earth pressure, the Contractor shall follow one ' 34 of the following procedures: 35 36 a. Tie the forms to strongbacks behind the lagging, or use some other 37 system that confines the pressure from concrete placement between the ' 38 lagging and the form panels, in addition to the ties to the soldier piles. 39 40 b. Reduce the rate of placing concrete to reduce the pressure from concrete 41 placement to less than or equal to the design earth pressure in addition to ' 42 the ties to the soldier piles. 43 44 c. Follow a procedure with a combination of a. and b. 45 46 3. The Contractor shall design the forms for an appropriate rate of placing concrete so 47 that no cold joints occur, considering the wall thickness and height, and volume of 48 concrete to be placed. , 49 50 The Contractor shall submit four copies of a shaft installation plan in accordance with 51 Section 6-01.9 not less than 30 calendar days prior to the beginning of shaft construction. In 52 preparing the submittal, the Contractor shall reference the available subsurface data , 53 provided in the contract test hole boring logs and the geotechnical report(s) prepared for this 54 project. This plan shall provide at least the following information: 55 ,56 1. An overall construction operation sequence and the sequence of shaft construction. 57 58 2. List, description, and capacities of proposed equipment including but not limited to 59 cranes, drills, augers, bailing buckets, final cleaning equipment, and drilling units. , SW 2f" STJSTRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 69 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 70 1 The narrative shall describe why the equipment was selected, and describe 2 equipment suitability to the anticipated site and subsurface conditions. The 3 narrative shall include a project history of the drilling equipment demonstrating the ' 4 successful use of the equipment on shafts of equal or greater size in similar 5 soil/rock conditions. 6 7 3. Details of shaft excavation methods including proposed drilling methods, methods ' 8 for cleanout of the shafts, disposal plan for excavated material and drilling slurry (if . 9 applicable), and a review of method suitability to the anticipated site and 10 subsurface conditions. 11 12 4. Details of the method(s) to be used to ensure shaft stability (i.e., prevention of 13 caving, bottom heave, etc. using temporary casing, slurry, or other means) during 14 excavation and concrete placement. This shall Include a review of method 15 suitability to the anticipated site and subsurface conditions. If temporary casings 16 are proposed, casing dimensions and detailed procedures for casing installation 17 and removal shall be provided. If slurry is proposed, detailed procedures for 18 mixing, using, maintaining, and disposing of the slurry shall be provided. A detailed ' 19 mix design, and a discussion of its suitability to the anticipated subsurface 20 conditions shall also be provided for the proposed slurry. 21 22 5. Details of soldier pile placement including internal support bracing and 23 centralization methods. 24 25 6. Details of concrete placement including proposed operational procedures for ' 26 pumping and/or tremie methods. 27 28 7. Details of the device used to prevent unauthorized entry into a shaft excavation. 29 30 8. The method to be used to form the horizontal construction joint at the top elevation 31 specified for concrete Class 40O0P in the shaft. 32 33 Work shall not begin until the appropriate submittals have been approved in writing by the 34 Engineer. 35 36 6-16.3(3) Shaft Excavation ' 37 Shafts shall be excavated to the required depth as shown in the Plans. The minimum 38 diameter of the shaft shall be as shown in the Plans. The excavation shall be completed in a 39 continuous operation using equipment capable of excavating through the type of material 40 expected to be encountered. ' 41 42 The Contractor may use temporary telescoping casing to construct the shafts. 43 44 If the shaft excavation is stopped the shaft shall be secured by installation of a safety cover. ' 45 It shall be the Contractor's responsibility to ensure the safety of the shaft and surrounding 46 soil and the stability of the side walls. A temporary Casing, slurry, or other methods specified 47 in the shaft installation plan as approved by the Engineer shall be used if necessary to 48 ensure such safety and stability. 49 50 Where, caving in conditions are encountered, no further excavation will be allowed until the 51 Contractor has implemented the method to prevent ground caving as submitted in ' 52 accordance with item 4 of the Shaft Installation Plan and as approved by the Engineer. 53 54 No more than 2 inches of loose or disturbed material, for soldier piles with permanent ground 55 anchors, nor more than 12 inches of loose or disturbed material, for soldier piles without 56 permanent ground anchors, shall be present at the bottom of the shaft just prior to beginning 57 concrete placement. 58 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 70 1 The excavated shaft shall be inspected and approved by the Engineer prior to proceeding 2 with construction. 3 4 When obstructions are encountered, the Contractor shall notify the Engineer promptly. An 5 obstruction is defined as a specific object (including, but not limited to, boulders, logs, and 6 man made objects) encountered during the shaft excavation operation which prevents or 7 hinders the advance of the shaft excavation. When efforts to advance past the obstruction to 8 the design shaft tip elevation result in the rate of advance of the shaft drilling equipment 9 being significantly reduced relative to the rate of advance for the rest of the shaft excavation, 10 then the Contractor shall remove the obstruction under the provisions of Section 6-16.5 as 11 supplemented in the Special Provisions. The method of removal of such obstructions, and 12 the continuation of excavation shall be as proposed by the Contractor and approved by the 13 Engineer. - 14 15 Excavation of shafts shall not commence until a minimum of 12 hours after the shaft backfill 16 for the adjacent shafts has been placed. 17 18 The temporary casings for the shafts shall be removed. A minimum 5 foot head of concrete 19 shall be maintained to balance the soil and water pressure at the bottom of the casing. The 20 casing shall be smooth. 21 22 6-16.3(4) Installing Soldier Piles 23 Soldier piles, if spliced, shall conform to all requirements of Section 6-05.3(6). 24 25 The prefabricated steel soldier piles shall be lowered into the drilled shafts and secured in 26 position. Concrete cover over the soldier pile shall be 1 inch minimum. 27 28 The steel soldier piles and attachments shall be shop painted after fabrication to the limits 29 shown in the Plans with one coat of inorganic zinc primer. Application of the one coat of 30 primer shall be in accordance with Section 6-07. The welded shear studs may be attached 31 before or after painting. Paint damaged by welding shear studs in place does not require 32 repair. 33 34 6-16.3(5) Backfilling Shaft 35 The excavated shaft shall be backfilled with either controlled density fill (CDF), lean 36 concrete, or concrete Class 4000P, as shown in the Plans. 37 38 Placement of the shaft backfill shall commence immediately after completing the shaft 39 excavation and receiving the Engineer's approval of the excavation. Concrete Class 4000P 40 and lean concrete shall be placed in one continuous operation to the elevation shown in the 41 Plans. CDF shall be placed in one continuous operation to the top of the shaft. Vibration of 42 shaft backfill is not required. 43 44 If water is not present, the shaft backfill shall be deposited by a method which prevents 45 segregation of aggregates. The shaft backfill shall be placed such that the free -fall is vertical 46 down the shaft without hitting the sides of the soldier pile or the excavated shaft. The 47 Contractor's method for depositing the shaft backfill shall have approval of the Engineer prior 48 to the placement of the shaft backfill. 49 50 If water is present, the shaft backfill shall be deposited in accordance with Section 6- 51 O2.3(6)B. 52 53 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 54 The excavation and removal of CDF and lean concrete for the lagging installation shall 55 proceed in advance of the lagging. The bottom of the excavation in front of the wall shall be 56 level. Excavation shall conform to Section 2-03. 57 58 For walls without permanent ground anchors, the bottom of excavation shall be not more 59 than three feet below the bottom level of the timber lagging already installed. For walls with SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 71 1 permanent ground anchors, the bottom of excavation shall be not more than 3 feet below 2 tieback anchor level until all permanent ground anchors at that level are installed and 3 stressed. Installing, stressing, and testing the permanent ground anchors shall be in 4 accordance with Section 6-17 and the construction sequence specified in the Plans. 5 6 Unless otherwise specified, timber lagging in walls with concrete fascia panels shall be 7 untreated. Timber lagging for all other walls shall be treated. 8 9 The lagging shall be installed from the top of the pile proceeding downward. The timber 10 lagging shall make direct contact with the soil. Voids shall be filled with gravel backfill for 11 walls, which shall be considered incidental to the installation of the timber lagging. 12 13 Where timber lagging and backfill are above the existing or excavated groundline, the 14 lagging and backfill shall be placed concurrently. The backfill layers shall be placed in 15 accordance with Section 2-03.3(14) except that all layers shall be compacted to 90 percent 16. of maximum density. 17 18 6-16.3(7) Prefabricated Drainage Mat 19 For walls with concrete fascia panels, prefabricated drainage mat shall be installed full height 20 of the concrete fascia panel and full width between soldier pile flanges, unless otherwise 21 shown in the Plans. 22 23 The prefabricated drainage mat shall be attached to the lagging in accordance with the 24 manufacturer's recommendations. The fabric side shall face the lagging. Splicing of the 25 prefabricated drainage mat shall be in accordance with the manufacturer's 26 recommendations. 27- 28 The Contractor shall ensure the hydraulic connection of the prefabricated drainage mat to 29 the previously installed material so that the vertical flow of water is not impeded. 30 31 The Contractor shall tape all joints in the prefabricated drainage mat to prevent concrete 32 intrusion during concrete fascia panel construction. 33 34 6-16.3(8) Concrete Fascia Panel 35 The Contractor shall construct the concrete fascia panels as shown in the Plans, and in 36 accordance with the forming plan as approved by the Engineer. The concrete fascia panels 37 shall be cured in accordance with the Section 6-02.3(11) requirements specified for retaining 38 walls. 39 40 The Contractor shall provide the specified surface finish as noted, and to the limits shown, in 41 the Plans to the exterior concrete surface. When noted in the Plans, the Contractor shall 42 apply pigmented sealer to the limits shown in the Plans. 43 44 Asphalt or cement concrete gutter shall be constructed as shown in the Plans. 45 46 6-16.4 Measurement 47 Soldier pile shaft construction will be measured by the linear foot of shaft excavated below 48 the top of ground line for the shaft, defined as the highest existing ground point within the 49 shaft diameter. 50 51 Furnishing soldier pile will be measured by the linear foot of pile assembly specified in the 52 Proposal, including adjustments to the Plan quantity made in accordance with Section 1- 53 04.4. 54 55 Timber lagging will be measured by the thousand board feet measure (MBM) installed. The 56 quantity will be computed using the nominal thickness and width dimensions of the timber 57 lagging members, and the center to center spacing of the soldier piles as the length 58 dimension. 59 ' SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 72 1 Prefabricated drainage mat will be measured by the square yard of material furnished and ' 2 installed. 3 4 Concrete fascia panel will be measured by the square foot surface area of the completed 5 fascia panel, measured to the neat lines of the panel as shown in the Plans. ' 6 7 6-16.5 Payment 8 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 9 when they are included in the proposal: 10 11 "Shaft - Diameter", per linear foot. 12 All costs in connection with constructing soldier pile shafts shall be included in the unit ' 13 contract price per linear foot for "Shaft - Diameter', including shaft excavation, 14 temporary casing if used, CDF, lean concrete, concrete Class 4000P, and installing the 15 soldier pile assembly. ' 16 17 "Furnishing Soldier Pile - per linear foot. 18 _", All costs in connection with furnishing soldier pile assemblies shall be included in the "Furnishing ", 19 unit contract price per linear foot for Soldier Pile - including fabricating , 20 and painting the pile assemblies. Payment will be made based on the quantity specified 21 in the Proposal unless changes are made to this quantity in accordance with Section 1- 22 04.4, in which case the quantity specified in the Proposal will be adjusted by the amount 23 of the change and will be paid for in accordance with Section 1-04.4. , 24 25 "Timber Lagging", per MBM. 26 All costs in connection with furnishing and installing timber lagging shall be included in ' 27 the unit contract price per MBM for "Timber Lagging", including preservative treatment 28 when specified, and filling voids behind the lagging with gravel backfill for wall. 29 30 "Prefabricated Drainage Mat", per square yard. , 31 32 "Concrete Fascia Panel", per square foot. 33 All costs in connection with constructing the concrete fascia panels as specified shall be 34 included in the unit contract price per square foot for "Concrete Fascia Panel", including ' 35 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint 36 sealant, pvc pipe for weep holes, exterior surface finish, and pigmented sealer (when 37 specified). ' 38 39 Unless otherwise specified, all costs in connection with non -shaft excavation, including 40 all excavation required for placement of timber lagging, shall be included in the unit "Roadway 41 contract price per cubic yard for "Roadway Excavation" or Excavation Incl. ' 42 Haul" as specified in Section 2-03.5. 43 44 SECTION 6-17, PERMANENT GROUND ANCHORS 45 April 5, 2004 ' 46 6-17.1 Description 47 This work consists of constructing permanent ground anchors. 48 49 6-17.2 Materials 50 Materials required, including materials for permanent ground anchors, shall be as specified 51 in the Special Provisions. ' 52 53 6-17.3 Construction Requirements 54 The Contractor shall select the ground anchor type and the installation method, and 55 determine the bond length and anchor diameter. The Contractor shall install ground anchors ' 56 that will develop the load indicated in the Plans and verified by tests specified in Sections 6- 57 17.3(8)A, 6-17.3(8)B, and 6-17.3(8)C. 58 , SW 2f" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 73 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 6-17.3(1) Definitions Anchor Devices: The anchorhead wedges or nuts which grip the prestressing steel. Bearing Plate: The steel plate which evenly distributes the ground anchor force to the structure. Bond Length: The length of the ground anchor which is bonded to the ground and transmits the tensile force to the soil or rock. Ground Anchor: A system, referred to as a tieback or as an anchor, used to transfer tensile loads to soil or rock. A ground anchor includes all prestressing steel, anchorage devices, grout, coatings, sheathings and couplers if used. Maintaining Consistency of Load: Maintaining the test load within five percent of the specified value. Minimum Guaranteed Ultimate Tensile Strength (MUTS): The minimum guaranteed breaking load of the prestressing steel as defined by the specified standard. Tendon Bond Length: The length of the tendon which is bonded to the anchor grout. Tendon Unbonded Length: The length of the tendon which is not bonded to the anchor grout. Total Anchor Length: The unbonded length plus the tendon bond length. 6-17.3(2) Contractor Experience Requirements The Contractor or Subcontractor performing this work shall have installed permanent ground anchors for a minimum of three years. Prior to the beginning of construction, the Contractor shall submit a list containing at least five projects on which the Contractor has installed permanent ground anchors. A brief description of each project and a reference shall be included for each project listed. As a minimum, the reference shall include an individual's name and current phone number. The Contractor shall assign an engineer to supervise the work with at least three years of experience in the design and construction of permanently anchored structures. The Contractor shall not use consultants or manufacturer's representatives in order to meet the requirements of this section. Drill operators and on-site supervisors shall have a minimum of one year experience installing permanent ground anchors. Contractors or Subcontractors that are specifically prequalified in Class 36 work will be considered to have met the above experience requirements. The Contractor shall allow up to 15 calendar days for the Engineer's . review of the qualifications and staff as noted above. Work shall not be started on any anchored wall system nor materials ordered until approval of the Contractor's qualifications are given. 6-17.3(3) Submittals The Contractor shall submit working drawings and structural design calculations in accordance with Section 6-01.9 for the ground anchor system or systems intended for use. The Contractor shall submit a detailed description of the construction procedure proposed for use to the Engineer for approval. The Contractor shall submit a ground anchor schedule giving: 1. Ground anchor number 2. Ground anchor design load 3. Type and size of tendon SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 74 1 4. Minimum total bond length 2 5. Minimum anchor length 3 6. Minimum tendon bond length 4 7. Minimum unbonded length 5 6 The Contractor shall submit working drawings of the ground anchor tendon and the 7 corrosion protection system. Include details of the following: 8 9 1. Spacers and their location 10 2. Centralizers and their location 11 3. Unbonded length corrosion protection system, including the permanent rubber seal 12 between the trumpet and the tendon unbonded length corrosion protection. 13 4. Bond length corrosion protection system 14 5. Anchorage and trumpet 15 6. Anchorage corrosion protection system 16 7. Anchors using non-restressable anchorage devices 17 18 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all structural 19 steel, including the permanent ground anchors to the Engineer for review and approval. 20 21 The Contractor shall submit the grout mix designs and the procedures for placing the grout 22 to the Engineer for approval. The Contractor shall also submit the methods and materials 23 used in filling the annulus over the unbonded length of the anchor. 24 25 The Contractor shall submit five copies of detailed working drawings in accordance with 26 Section 6-01.9 for the method proposed to be followed for the permanent ground anchor 27 testing to the Engineer for approval prior to the tests. This shall include all necessary 28 drawings and details to clearly describe the method proposed. 29 30 The Contractor shall submit to the Engineer calibration data for each load cell, test jack, 31 pressure gauge and master pressure gauge to be used. The calibration tests shall have 32 been performed by an independent testing laboratory and tests shall have been performed 33 within 60 calendar days of the date submitted. The Engineer shall approve or reject the 34 calibration data after receipt of the data. Testing shall not commence until the Engineer has 35 approved the load cell, jack, pressure gauge and master pressure gauge calibrations. 36 37 Work shall not begin until the appropriate submittals have been approved in writing by the 38 Engineer. 39 40 6-17.3(4) Preconstruction Conference 41 A permanent ground anchor preconstruction conference shall be held at least five working 42 days prior to the Contractor beginning any permanent ground anchor work at the site to 43 discuss construction procedures, personnel, and equipment to be used. The list of materials 44 specified on the Record of Materials Form (ROM) for this item of work will also be discussed. 45 Those attending shall include: 46 47 1. (representing the Contractor) The superintendent, on site supervisors, and all 48 foremen in charge of drilling the ground anchor hole, placing the permanent ground 49 anchor and grout, and tensioning and testing the permanent ground anchor. 50 51 2. (representing the Contracting Agency) The Project Engineer, key inspection 52 personnel, and representatives from the WSDOT Construction Office and Materials 53 Laboratory Geotechnical Services Branch. 54 55 If the Contractor's key personnel change, or if the Contractor proposes a significant revision 56 of the approved permanent ground anchor installation plan, an additional conference shall 57 be held before any additional permanent ground anchor operations are performed. 58 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 75 1 0 0 �J ' 1 6-17.3(5) Tendon Fabrication 2 The tendons can be either shop or field fabricated. The tendon shall be fabricated as shown 3 in the approved shop plans. 4 5 The Contractor shall select the type of tendon to be used. The tendon shall be sized so the 6 design load does not exceed 60 percent of the minimum guaranteed ultimate tensile strength 7 of the tendon. In addition, the tendon shall be sized so the maximum test load does not ' 8 exceed 80 percent of the minimum guaranteed ultimate tensile strength of the tendon. 9 10 The Contractor shall be responsible for determining the bond length and tendon bond length 11 necessary to develop the design load indicated in the Plans in accordance with Sections 6- 12 17.3(8)A, 6-17.3(8)6, and 6-17.3(8)C. The minimum bond length shall be ten feet in rock 13 and 15 feet in soil. 14 15 When the Plans require the tendon bond length to be encapsulated, the tendon bond length 16 portion of the tendon shall be corrosion protected by encapsulating the tendon in a grout - 17 filled PE or PVC tube as specified in Section 6-17.2 as supplemented in the Special 18 Provisions. The tendons can be grouted inside the encapsulation prior to inserting the 19 tendon in the drill hole or after the tendon has been placed in the drill hole. Expansive 20 admixtures can be mixed with the encapsulation grout if the tendon is grouted inside the 21 encapsulation while outside the drill hole. The tendon shall be centralized within the bond 22 length encapsulation with a minimum of 0.20 inches of grout cover. Spacers shall be used 23 along the tendon bond length of multi -element tendons to separate the elements of the 24 tendon so the prestressing steel will bond to the encapsulation grout. 25 26 Centralizers shall be used to provide a minimum of 0.5 inches of grout cover over the tendon ' 27 bond length encapsulation. Centralizers shall be securely attached to the encapsulation and 28 the center -to -center spacing shall not exceed ten feet. In addition, the upper centralizer shall 29 be located a maximum of five feet from the top of the tendon bond length and the lower ' 30 centralizer shall be located a maximum of one foot from the bottom of the tendon bond 31 length. 32 33 The centralizer shall be able to support the tendon in the drill hole and position the tendon so ' 34 a minimum of 0.5 inches of grout cover is provided and shall permit free flow of grout. 35 36 Centralizers are not required on encapsulated, pressure -injected ground anchor tendons if 37 the ground anchor is installed in coarse grained soils (more than 50 percent of the soil larger 38 than the number 200 sieve) using grouting pressures greater than 150 psi. 39 40 Centralizers are not required on encapsulated, hollow-stem-augered ground anchor tendons 41 if the ground anchor is grouted through and the hole is maintained full of a stiff grout (eight - 42 inch slump or less) during extraction of the auger. 43 44 The minimum unbonded length of the tendon shall be the greater of 15 feet or that indicated 45 in the Plans. 46 47 Corrosion protection of the unbonded length shall be provided by a sheath completely filled 48 with corrosion inhibiting grease or grout. If grease is used under the sheath, provisions shall ' 49 be made to prevent the grease from escaping at the ends of the sheath. The grease shall 50 completely coat the tendon and fill the voids between the tendon and the sheath. The 51 working drawings shall show how the Contractor will provide a transition between the tendon 52 bond length and the unbonded tendon length corrosion protection. 53 54 If the sheath is not fabricated from a smooth tube, a separate bondbreaker shall be provided. ' 55 56 The bondbreaker shall prevent the tendon from bonding to the anchor grout surrounding the tendon unbonded length. 57 58 The total anchor length shall not be less than that indicated in the Plans or the approved 59 working drawings. SW 27TH ST./STRANDER BLVD. CONNECTION ' PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 76 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 [7 Anchorage devices shall be capable of developing 95 percent of the minimum guaranteed ultimate tensile strength of the prestressing steel tendon. The anchorage devices shall , conform to the static strength requirements of Section 3.1 of the Post Tensioning Institute "Specification for Unbonded Single Strand Tendons, First Edition - 1993". Non-restressable anchorage devices may be used except where indicated in the Plans. Restressable anchorages shall be provided on those ground anchors that require reloading. The post -tensioning supplier shall provide a restressable anchorage compatible with the - post -tensioning system provided. The bearing plates shall be sized so the bending stresses in the plate do not exceed the yield strength of the steel when a load equal to 95 percent of the minimum guaranteed ultimate tensile strength of the tendon is applied, and the average bearing stress on the concrete does not exceed that recommended in Section 3.1.3 of the Post Tensioning Institute, "Specification For Unbonded Single Strand Tendons, First Edition - 1993". The trumpet shall have an inside diameter equal to or larger than the hole in the bearing plate. The trumpet shall be long enough to accommodate movements of the structure during testing and stressing. For strand tendons with encapsulation over the unbonded length, the trumpet shall be long enough to enable the tendon to make a transition from the diameter or the tendon in the unbonded length to the diameter of the tendon at the anchorhead without damaging the encapsulation. Trumpets filled with corrosion -inhibiting grease shall have a permanent rubber seal, as approved by the Engineer, provided between the trumpet and the tendon unbonded length corrosion protection. Trumpets filled with grout shall have a temporary seal provided between the trumpet and the tendon unbonded length corrosion protection or the trumpet shall overlap the tendon unbonded length corrosion protection. 6-17.3(6) Tendon Storage And Handling Tendons shall be handled and stored in such a manner as to avoid damage or corrosion. Damage to the prestressing steel as a result of abrasions, cut, nicks, welds and weld splatter will be cause for rejection by the Engineer. The prestressing steel shall be protected if welding is to be performed in the vicinity. Grounding of welding leads to the prestressing steel is forbidden. Prestressing steel shall be protected from dirt, rust, and deleterious substances. A light coating of rust on the steel is acceptable. If heavy corrosion or pitting is noted, the Engineer will reject the affected tendons. The Contractor shall use care in handling and storing the tendons at the site. Prior to inserting a tendon in the drill hole, the Contractor and the Engineer will examine the tendon for damage to the encapsulation and the sheathing. If, in the opinion of the Engineer, the encapsulation is damaged, the Contractor shall repair the encapsulation in accordance with the tendon supplier's recommendations and as approved by the Engineer. If, in the opinion of the Engineer, the smooth sheathing has been damaged, the Contractor shall repair it with ultra high molecular weight polyethylene (PE) tape. The tape shall be spiral wound around the tendon so as to completely seal the damaged area. The pitch of the spiral shall ensure a double thickness at all points. 6-17.3(7) Installing Permanent Ground Anchors The Contractor shall select the drilling method, the grouting procedure, and the grouting pressure used for the installation of the ground anchor. When caving conditions are encountered, no further drilling will be allowed until the Contractor selects a method to prevent ground movement. The Contractor may use a temporary casing. The Contractor's method to prevent ground movement shall be approved by the Engineer. The casings for the anchor holes, if used, shall be removed. The drill hole shall be located so the longitudinal axis of the drill hole and the longitudinal axis of the tendon are parallel. The ground anchor shall not be drilled in a location that requires the tendon to be bent in order to enable the bearing plate to be connected to the supported SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 77 n 0 1 1 structure. At the point of entry the ground anchor shall be installed within plus or minus three 2 degrees of the inclination from horizontal shown in the Plans or the approved working 3 drawings. The ground anchors shall not extend beyond the right of way limits. 4 5 The tendon shall be inserted into the drill hole to the desired depth. When the tendon cannot 6 be completely inserted without difficulty, the Contractor shall remove the tendon from the drill 7 hole and clean or redrill the hole to permit insertion. Partially inserted tendons shall not be 8 driven or forced into the hole. 9 10 The Contractor shall use a grout conforming to Section 6-17.2 as supplemented in the 11 Special Provisions. 12 13 The grout equipment shall produce a grout free of lumps and undispersed cement. A 14 positive displacement grout pump shall be used. The pump shall be equipped with a 15 pressure gauge near the discharge end to monitor grout pressures. The pressure gauge 16 shall be capable of measuring pressures of at least 150 psi or twice the actual grout 17 pressures used by the Contractor, whichever is greater. The grouting equipment shall be 18 sized to enable the grout to be pumped in one continuous operation. The mixer shall be 19 capable of continuously agitating the grout. 20 21 The grout shall be injected from the lowest point of the drill hole. The grout may be pumped 22 through grout tubes, casing, or drill rods. The grout can be placed before or after insertion of 23 the tendon. The quantity of the grout and the grout pressures shall be recorded. The grout 24 pressures and grout takes shall be controlled to prevent excessive heave in soils or 25 fracturing of rock formations. 26 27 After grouting, the tendon shall not be loaded for a minimum of 3 days. 28 29 No grout shall be placed above the top of the bond length during the time the bond length 30 grout is placed. The grout at the top of the drill hole shall not contact the back of the 31 structure or the bottom of the trumpet. Except as otherwise noted, only nonstructural filler 32 shall be placed above the bond length grout prior to testing and acceptance of the anchor. 33 The Contractor may place structural grout above the bond length grout prior to testing and 34 acceptance of the anchor subject to the following conditions: 35 36 1. The anchor unbonded length shall be increased by eight feet minimum. 37 38 2. The grout in the unbonded zone shall not be placed by pressure grouting methods. 39 40 The corrosion protection surrounding the unbonded length of the tendon shall extend up 41 beyond the bottom seal of the trumpet or one foot into the trumpet if no trumpet seal is 42 provided. If the protection does not extend beyond the seal or sufficiently far enough into the 43 trumpet, the Contractor shall extend the corrosion protection or lengthen the trumpet. 44 45 The corrosion protection surrounding the no load zone length of the tendon shown in the 46 Plans shall not contact the bearing plate or the anchorhead during testing and stressing. If 47 the protection is too long, the Contractor shall trim the corrosion protection to prevent 48 contact. 49 50 The bearing plate and anchorhead shall be placed so the axis of the tendon and the drill hole 51 are both perpendicular to the bearing plate within plus or minus three degrees and the axis 52 of the tendon passes through the center of the bearing plate. 53 54 The trumpet shall be completely filled with corrosion inhibiting grease or grout. Trumpet 55 grease can be placed anytime during construction. Trumpet grout shall be placed after the 56 ground anchor has been tested. The Contractor shall demonstrate to the Engineer that the 57 procedure selected by the Contractor for placement of either grease or grout produces a 58 completely filled trumpet. 59 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 78 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 79 be 1 All anchorages permanently exposed to the atmosphere shall covered with a corrosion 2 inhibiting grease -filled or grout -filled cover. The Contractor shall demonstrate to the 3 Engineer that the procedures selected by the Contractor for placement of either grease or 4 grout produces a completely filled cover. If the Plans require restressable anchorages, 5 corrosion inhibiting grease shall be used to fill the anchorage cover and trumpet. 6 7 6-17.3(8) Testing And Stressing 8 Each ground anchor shall be tested. The test load shall be simultaneously applied to the 9 entire tendon. Stressing of single elements of multi -element tendons will not be permitted. 10 Test data will be recorded by the Engineer. 11 - 12 The testing equipment shall consist of a dial gauge or vernier scale capable of measuring to 13 0.001 inches shall be used to measure the ground anchor movement. The movement - 14 measuring device shall have a minimum travel equal to the theoretical elastic elongation of 15 the total anchor length plus 1 inch. The dial gauge or vernier scale shall be aligned so that 16 its axis is within 5 degrees from the axis of the tieback. A hydraulic jack and pump shall be 17 used to apply the test load. The jack and pressure gauge shall be calibrated by an 18 independent testing laboratory as a unit. Each load cell, test jack and pressure gauge, and 19 master pressure gauge, shall be calibrated as specified in Section 6-17.3(3). Additionally, 20 the Contractor shall not use load cells, test jacks and pressure gauges, and master pressure 21 gauges, greater than 60 calendar days past their most recent calibration date, until such 22 items are re -calibrated by an independent testing laboratory. 23 24 The pressure gauge shall be graduated in 100 -psi increments or less. The pressure gauge 25 will be used to measure the applied load. The pressure gauge shall be selected to place the 26 maximum test load within the middle two-thirds of the range of the gauge. The ram travel of 27 the jack shall not be less than the theoretical elastic elongation of the total anchor length at 28 the maximum test load plus one inch. The jack shall be independently supported and 29 centered over the tendon so that the tendon does not carry the weight of the jack. The 30 Contractor shall have a second calibrated jack pressure gauge at the site. Calibration data 31 shall provide a specific reference to the jack and the pressure gauge. 32 33 The loads on the tiebacks during the performance and verification tests shall be monitored to 34 verify consistency of load as defined in Section 6-17.3(1). Test loads less than 20,000 35 pounds shall be monitored by the jack pressure gauge. Test loads equal to or greater than 36 20,000 pounds shall be monitored with an electric or hydraulic load cell. The Contractor 37 shall provide the load cell and a readout device. The load cell shall be selected to place the 38 maximum test load within the middle two-thirds of the range of the load cell. The stressing 39 equipment shall be placed over the ground anchor tendon in such a manner that the jack, 40 bearing plates, load cell and stressing anchorage are in alignment. 41 42 6-17.3(8)A Verification Testing 43 Verification tests shall be performed to verify the design of the anchor system. These 44 ground anchor test results shall verify the Contractor's design and be approved by the 45 Engineer prior to ordering anchor material for the tieback retaining walls. The tests shall be 46 performed on sacrificial test anchors. A minimum of two successful verification tests shall be 47 conducted. The locations shall be close to the anchor location of the production anchors. 48 The test locations shall be selected by the Contractor and approved by the Engineer. 49 50 The drilling method, anchor diameter, and depth of anchorage for the test anchor shall be 51 identical as for the production anchors. The no-load zone shall be backfilled prior to 52 withdrawing the casing. 53 54 The anchor tested shall be loaded to 200 percent of the design load (DL). The prestressing 55 tendon shall be proportioned such that the maximum stress does not exceed 80 percent of 56 the ultimate strength of the steel. The jack shall be positioned at the beginning of the test 57 such that unloading and repositioning of the jack during the test will not be required. 58 ' SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 79 ��I 1 The verification tests shall be made by incrementally loading the anchors in accordance with 2 the following schedule. 3 4 AL - Anchor Alignment Load 5 DL -Anchor Design Load 6 7 8 Load Hold Time 9 AL 1 Min. 10 0.25DL 10 Min. 11 0.50DL 10 Min. 12 0.75DL 10 Min. 13 1.00DL 10 Min. 14 1.25DL 10 Min. 15 1.50DL 60 Min. 16 1.75DL 10 Min. 17 2.00DL 10 Min. 18 AL 1 Min. 19 20 The test load shall be applied in increments of 25 percent of the design load. Each load 21 increment shall be held for at least 10 minutes. Measurement of anchor movement shall be 22 obtained at each load increment. The load -hold period shall start as soon as the test load is 23 applied and the anchor movement, with respect to a fixed reference, shall be measured and 24 recorded at 1 minute, 2, 3, 4, 5, 6, 10, 15, 20, 25, 30, 45, and 60 minutes. ' 25 26 The verification test will be considered successful if the anchor meets the criteria for a 27 performance tested ground anchor in Section 6-17.3(9), and in addition, a pull-out failure 28 does not occur at the 2.ODL maximum load. 29 30 The Engineer will give the Contractor a written order concerning ground anchor construction 31 within seven working days after completion of the verification tests. This written order will 32 either confirm the bond lengths as shown in the Contractor's plans for ground anchors or 33 reject the anchors based upon the result of the verification tests. 34 35 6-17.3(8)6 Performance Testing 36 Performance tests shall be done in accordance with the following procedures. Five percent 37 of the ground anchors or a minimum of three ground anchors, whichever is greater, shall be 38 performance tested-. The Engineer shall select the ground anchors to be performance 39 tested. The first production anchor shall be performance tested. 40 41 The performance test shall be made by incrementally loading and unloading the ground 42 anchor in accordance with the following schedule. The load shall be raised from one 43 increment to another immediately after a deflection reading. 44 45 Performance Test Schedule 46 47 Load Load 48 49 AL AL 50 0.25DL 0.25DL 51 AL 0.50DL 52 0.25DL 0.75DL 53 0.50DL 1.00DL 54 AL 1.25DL 55 0.25DL AL 56 0.50DL 0.25DL 57 0.75DL 0.50DL 58 AL 0.75DL 59 0.25DL 1.00DL SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 80 ��I 1 0.50DL 1.25DL 2 0.75DL 1.50DL 3 1.00DL AL 4 Jack to lock -off load 5 6 Where: AL - is the alignment load DL - is the anchor design load. 7 8 The maximum test load in a performance test shall be held for ten minutes. The load -hold 9 period shall start as soon as the maximum test load is applied and the anchor movement, 10 with respect to a fixed reference, shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, 11 and 10 minutes. If the anchor movement between one minute and ten minutes exceeds 12 0.04 inches, the maximum test load shall be held for an additional 50 minutes. If the load 13 hold is extended, the anchor movement shall be recorded at 15 minutes, 20, 25, 30, 45, and 14 60 minutes. If an anchor fails in creep, retesting will not be allowed. All anchors not 15 performance tested shall be proof tested. 16 17 6-17.3(8)C Proof Testing 18 Proof tests shall be performed by incrementally loading the ground anchor in accordance 19 with the following schedule. The load shall be raised from one increment to another 20 immediately after a deflection reading. The anchor movement shall be measured and 21 recorded to the nearest 0.001 inches with respect to an independent fixed reference point at 22 the alignment load and at each increment of load. The load shall be monitored with a 23 pressure gauge. At load increments other than the maximum test load, the load shall be 24 held just long enough to obtain the movement reading. 25 26 Proof Test Schedule 27 28 Load Load 29 30 AL 1.00DL 31 0.25DL 1.25DL 32 0.50DL 1.50DL 33 0.75DL Jack to lock -off load 34 35 Where: AL - is the alignment load 36 DL - is the anchor design load 37 38 The maximum test load in a proof test shall be held for ten minutes. The load -hold period 39 shall start as soon as the maximum test load is applied and the anchor movement with 40 respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, and 41 10 minutes. If the anchor movement between one minute and ten minutes exceeds 0.04 42 inches, the maximum test load shall be held of an additional 50 minutes. If the load hold is 43 extended, the anchor movements shall be recorded at 15 minutes, 20, 25, 30, 45, and 60 44 minutes. If an anchor fails in creep, retesting will not be allowed. 45 46 6-17.3(9) Permanent Ground Anchor Acceptance Criteria 47 A performance or proof tested ground anchor with a ten minute load hold is acceptable if the: 48 49 1. Ground anchor carries the maximum test load with less than 0.04 inches of 50 movement between one minute and ten minutes; and 51 52 2. Total movement at the maximum test load exceeds 80 percent of the theoretical 53 elastic elongation of the tendon unbonded length. 54 55 A verification, performance or proof tested ground anchor with a 60 -minute load hold is 56 acceptable if the: 57 58 1. Ground anchor carries the maximum test load with a creep rate that does not 59 exceed 0.08 inches/log cycle of time and is a linear or decreasing creep rate. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE1,SEGMENT1 CITY OF RENTON JULY 2005 81 1 2 2. Total movement at the maximum test load exceeds 80 percent of the theoretical 3 elastic elongation of the tendon unbonded length. 4 5 If the total movement of the ground anchors at the maximum test load does not exceed 80 6 percent of the theoretical elastic elongation of the tendon unbonded length, the Contractor 7 shall replace the ground anchor at no additional cost to the Contracting Agency. Retesting of 8 a ground anchor will not be allowed. 9 10 Ground anchors which have a creep rate greater than 0.08 inches/log cycle of time can be 11 incorporated in the finished work at a load equal to one-half its failure load. The failure load 12 is the load carried by the anchor after the load has been allowed to stabilize for ten minutes. 13 14 When a ground anchor fails, the Contractor shall modify the design, the construction_ 15 16 procedures, or both. These modifications may include, but are not limited to, installing replacement ground anchors, modifying the installation methods, increasing the bond length 17 or changing the ground anchor type. Any modification which requires changes to the 18 structure shall have prior approval of the Engineer. Any modifications of design or 19 construction procedures shall be at the Contractor's expense. 20 21 Upon completion of the test, the load shall be adjusted to the lock -off load indicated in the 22 Plans and transferred to the anchorage device. The ground anchor may be completely 23 unloaded prior to lock -off. After transferring the load and prior to removing the jack a lift-off 24 reading shall be made. The lift-off reading shall be within ten percent of the specified lock -off 25 load. 26 27 If the load is not within ten percent of the specified lock -off load, the anchorage shall be reset 28 and another lift-off reading shall be made. This process shall be repeated until the desired 29 lock -off load is obtained. 30 31 6=17.4 Measurement 32 Permanent ground anchors will be measured per each for each permanent ground anchor 33 installed and accepted. 34 35 Permanent ground anchor performance tests will be measured per each for each anchor 36 performance tested. 37 38 The permanent ground anchor verification testing program will not be measured but will be 39 paid for on a lump sum basis. 40 41 6-17.5 Payment 42 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 43 when' they are included in the proposal: 44 45 "Permanent Ground Anchor", per each. 46 All costs in connection with furnishing and installing permanent ground anchors shall be 47 included in the unit contract price per each for "Permanent Ground Anchor', including .48 49 proof testing of the installed anchor as specified. 50 "Permanent Ground Anchor Performance Test", per each. 51 "Permanent Ground Anchor Verification Test", lump sum. 52 53 SECTION 6-18, SHOTCRETE FACING 54 April 5, 2004 55 6-18.1 Description 56 This work consists of constructing shotcrete facing as shown in the Plans. Shotcrete 57 constructed as concrete slope protection shall be constructed in accordance with Section 8- 58 16. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 82 2 6-18.2 Materials 3 Materials shall meet the requirements of the following sections: 4 ' 5 Cement 9-01 6 Aggregates for Portland Cement Concrete 9-03.1 7 Premolded Joint Filler 9-04.1(2) 8 Steel Reinforcing Bar 9-07.2 , 9 Epoxy -Coated Steel Reinforcing Bar 9-07.3 10 Concrete Curing Materials and Admixtures 9-23 11 Fly Ash 9-23.9 12 Water 9-25 13 - 1-4 Other materials required, including materials for shotcrete, shall be as specified in the 15 Special Provisions. , 16 17 6-18.3 Construction Requirements 18 19 6-18.3(1) Submittals 20 The Contractor shall submit the following information to the Engineer at least 14 calendar 21 days prior to beginning construction of the shotcrete facing: 22 23 1. The shotcrete mix design with compressive strength test results. 24 2. Method and equipment used to finish and cure the shotcrete facing. 25 3. Documentation of the experience of the nozzle operators in applying shotcrete. 26 27 The Contractor shall not begin construction of the shotcrete facing until receiving the 28 Engineer's approval of the above submittals. 29 30 6-18.3(2) Mix Design 31 Shotcrete shall be proportioned to produce a 4,000 psi compressive strength at 28 days. 32 The Contractor shall submit the shotcrete mix design, proposed method of placement, and 33 evidence that the proposed design and placement method will produce the desired 34 compressive strength at 28 days, to the Engineer at least 14 calendar days prior to the 35 anticipated beginning of shotcrete placement. Shotcrete placement will not be allowed until 36 the Engineer has approved the mix design and method of placement. 37 38 Admixture shall be used only after receiving permission from the Engineer. If admixtures are 39 used to entrain air, to reduce water -cement ratio, to retard or accelerate setting time, or to 40 accelerate the development of strength, the admixtures shall be used at the rate specified by 41 the manufacturer and approved by the Engineer. 42 43 6-18.3(3) Testing 44 The Contractor shall make shotcrete test panels for evaluation of shotcrete quality, strength, 45 and aesthetics. Both preproduction and production test panels, shall be prepared. All cores 46 obtained for the purpose of shotcrete strength testing shall have the following minimum 47 dimensions: 48 49 a. The core diameter shall be at least 3 times the maximum aggregate size, but not 50 less than 2 inches. 51 52 b. The core height shall be a minimum of 1.5 times the core diameter. 53 54 The Contractor shall remove at least three cores from each 36 -inch by 36 -inch shotcrete test 55 panel in accordance with AASHTO T 24. Cores removed from the panel shall be 56 immediately wrapped in wet burlap and sealed in a plastic bag. Cores shall be clearly 57 marked to identify from where they were taken and whether they are for pre -production or 58 production testing. If for production testing, the section of the wall represented by the cores ' SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 83 1 shall be clearly marked on the cores. Cores shall be delivered to the Engineer within 2 2 hours of coring. The remainder of the panels shall remain the property of the Contractor. 3 4 6-18.3(3)A Pre -production Testing I 5 At least one 36 -inch by 36 -inch panel for each mix design shall be prepared for evaluation 6 and testing of the shotcrete quality and strength. One 48 -Inch by 48 -inch qualification panel 7 shall be prepared for evaluation and approval of the proposed method for shotcrete 8 installation, finishing, and curing. Both the 36 -inch and the 48 -inch panels shall be 9 constructed using the same methods and initial curing proposed to construct the shotcrete 10 facing, except that the 36 -inch panel shall not include wire reinforcement. The 36 -inch panel 11 shall be constructed to the minimum thickness necessary to obtain the required core 12 samples. The 48 -inch panel shall be constructed to the same thickness as proposed for the 13 production facing. Production shotcrete work shall not begin until satisfactory test results are 14 obtained and the panels are approved by the Engineer. 15 16 6-18.3(3)B Production Testing 17 The Contractor shall make at least one 36 -inch by 36 -inch panel for each section of facing 18 shot, or as many as directed by the Engineer. A section is defined as one day's placement. 19 The production panels shall be constructed using the same methods and initial curing used t 20 to construct the shotcrete wall, but without wire reinforcement. The panels shall be 21 constructed to the minimum thickness necessary to obtain the required core samples. If the 22 production shotcrete is found to be unsuitable based on the results of the test panels, the 23 section(s) of the wall represented by the test panel(s) shall be repaired or replaced to the 24 satisfaction of the Engineer at no cost to the Contracting Agency. 25 26 6-18.3(4) Qualifications of Contractor's Personnel 27 All nozzle operators shall have had at least one year of experience in the application of 28 shotcrete. Each nozzle operator will be qualified, by the Engineer, to place shotcrete, after 29 successfully completing one test panel for each shooting position and surface type which will 30 be encountered. 31 32 Qualification will be based on a visual inspection of the shotcrete density, void structure, and 33 finished appearance along with a minimum 7 -day compressive strength of 2,500 psi 34 determined from the average test results from two cores taken from each test panel. 35 36 The Contractor shall notify the Engineer not less than 2 days prior to the shooting of a 37 qualification panel. The mix design for the shotcrete shall be the same as that slated for the 1 38 wall being shot. 39 40 Shotcrete shall be placed only by personnel qualified by the Engineer. 41 42 if shotcrete finish Alternative B or C is specified, evidence shall be provided that all shotcrete 43 crew members have completed at least three projects in the last five years where such 44 finishing, or sculpturing and texturing of shotcrete was performed. I 45 46 6-18.3(5) Placing Wire Reinforcement 47 Reinforcement of the shotcrete shall be placed as shown in the Plans. The wire 48 49 reinforcement shall be securely fastened to the steel reinforcing bars so that it will be 1 to 1.5 inches from the face of the shotcrete at all locations, unless otherwise shown in the Plans. 50 Wire reinforcement shall be lapped 1.5 squares in all directions, unless otherwise shown in 51 the Plans. 52 53 6-18.3(6) Alignment Control 54 The Contractor shall install non -corroding alignment wires and thickness control pins to 55 establish thickness and plane surface. The Contractor shall install alignment wires at 56 corners and offsets not established by formwork. The Contractor shall ensure that the 57 alignment wires are tight, true to line, and placed to allow further tightening. The Contractor 58 shall remove the alignment wires after facing construction is complete. 59 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 84 1 6-18.3(7) Shotcrete Application 2 A clean, dry supply of compressed air sufficient for maintaining adequate nozzle velocity for 3 all parts for the work and for simultaneous operation of a blow pipe for cleaning away 4 . rebound shall be maintained at all times. Thickness, method of support, air pressure, and 5 rate of placement of shotcrete shall be controlled to prevent sagging.or sloughing of freshly - 6 applied shotcrete. 7 8 The shotcrete shall be applied from the lower part of the area upwards. Surfaces to be shot 9 shall be damp, but free of standing water. 10 11 The nozzles shall be held at an angle approximately perpendicular to the working face and 12 at a distance that will keep rebound at a minimum and compaction will be maximized. 13 Shotcrete shall emerge from the nozzle in a steady uninterrupted flow. If, for any reason, the 14 flow becomes intermittent, the nozzle shall be diverted from the work until a steady flow 15 resumes. 16 17 Surface defects shall be repaired as soon as possible after initial placement of the shotcrete. 18 All shotcrete which lacks uniformity; which exhibits segregation, honeycombing, or 19 lamination; or which contains any dry patches, slugs, voids, or sand pockets, shall be 20 removed and replaced with fresh shotcrete by the Contractor, to the satisfaction of the 21 Engineer at no cost to the Contracting Agency. 22 23 Construction joints in the shotcrete shall be uniformly tapered over a minimum distance of 24 twice the thickness of the shotcrete layer. The surface of the joints shall be cleaned and 25 thoroughly wetted before adjacent shotcreting is performed. Shotcrete shall be placed in a 26 manner which provides a finish with uniform texture and color across the construction joint. 27 28 The shotcrete shall be cured by applying a clear curing compound in accordance with 29 Section 9-23.2. The curing compound shall be applied immediately after final gunning. The 30 air in contact with shotcrete surfaces shall be maintained at temperatures above 5OF for a 31 minimum of 7 days. Curing compounds shall not be used on any surfaces against which 32 additional shotcrete or other cementitious finishing materials are to be bonded unless 33 positive measures such as sandblasting, are taken to completely remove the curing 34 compounds prior to the application of such additional materials. 35 36 If field inspection or testing, by the Engineer, indicates that any shotcrete produced, fails to 37 meet the requirements, the Contractor shall immediately modify procedures, equipment, or 38 system, as necessary, and as approved by the Engineer to produce specification material. 39 All substandard shotcrete already placed shall be repaired by the Contractor, to the 40 satisfaction of the Engineer, at no additional cost to the Contracting Agency. Such repairs 41 may include removal and replacement of all affected materials. 42 43 6-18.3(8) Shotcrete Finishing 44 When the shotcrete facing is an Interim coating to be covered by a subsequent shotcrete 45 coating or a cast -in-place concrete fascia later under the same contract, the Contractor shall 46 strike off the surface of the shotcrete facing with a roughened surface as specified in Section 47 6-02.3(12). The grooves of the roughened surface shall be either vertical or horizontal. 48 49 When the shocrete facing provides the finished exposed final surface, the shotcrete face 50 shall be finished using the alternative aesthetic treatment shown in the Plans. The 51 alternatives are as follows: 52 53 Alternative A 54 After the surface has taken its initial set (crumbling slightly when cut), the surface shall 55 be broom finished to secure a uniform surface texture. 56 57 Alternative B 58 Shotcrete shall be applied in a thickness a fraction beyond the alignment wires and 59 forms. The shotcrete shall stiffen to the point where the surface does not pull or crack SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 85 1 when screeded with a rod or trowel. Excess material shall be trimmed, sliced, or 2 scraped to true lines and grade. Alignment wires shall be removed and the surface 3 shall receive a steel trowel finish, leaving a smooth uniform texture and color. Once the 4 shotcrete has cured, pigmented sealer shall be applied to the shotcrete face. The 5 shotcrete surface shall be completed to within a tolerance of '/2 inch of true line and 6 grade. 7 8 Alternative C 9 Shotcrete shall be hand -sculptured, colored, and textured to simulate the relief, jointing, 10 and texture of the natural backdrop surrounding the facing. The ends and base of the 11 facing shall transition in appearance as appropriate to more nearly match the color and 12 texture of the adjoining roadway fill slopes. This may be achieved by broadcasting fine 13 and coarse aggregates, rocks, and other native materials into the final surface of the 14 shotcrete while it is still wet, allowing sufficient embedment into the shotcrete to become 15 a permanent part of the surface. 16 17 6-18.4 Measurement 18 Shotcrete facing will be measured by the square foot surface area of the completed facing 19 measured to the neat lines of the facing as shown in the Plans. 20 21 6-18.5 Payment 22 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 23 when they are included in the proposal: 24 25 "Shotcrete Facing", per square foot. 26 27 All costs in connection with constructing shotcrete facing as specified shall be included 28 in the unit contract price per square foot for "Shotcrete Facing" including all steel 29 reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, pvc 30 pipe for weep holes, exterior surface finish, and pigmented sealer (when specified). 31 32 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 33 August 2, 2004 34 7-05.5 Payment 35 The sentence following "Catch Basin Type 2_ In. Diam.", per each" is deleted. 36 37 The following is inserted after "Concrete Inlet", per each": 38 39 All costs associated with furnishing and installing gravel backfill for bedding manholes, 40 inlets and catch basins shall be included in the unit contract price for the item installed. 41 42 The following is inserted after "Precast Concrete Drywell", per each. 43 44 "Combination Inlet", per each. 45 All costs associated with furnishing and installing gravel backfill for bedding manholes, 46 inlets, and catch basins shall be in the unit contract price for the item installed. 47 48 SECTION 7-12, VALVES FOR WATER MAINS 49 April 5, 2004 1 50 7-12.3 Construction Requirements 51 In the third paragraph the reference to Section 7-10 is revised to Section 7-09. 52 53 54 In the fourth paragraph the reference to Section 7-11 is revised to Section 7-09. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 86 1 SECTION 7-14, HYDRANTS 2 April 5, 2004 3 7-14.3(1) Setting Hydrants 4 In the third paragraph the reference to Section 7-11 is revised to Section 7-09. 5 6 7-14.3(6) Hydrant Extensions 7 The reference to Section 7-11 is revised to Section 7-09. 8 9 SECTION 7-15., SERVICE CONNECTIONS 10 April 5, 2004 11 7-15.3 Construction Requirements 12 In the second paragraph the reference to Section 7-10 is revised to Section 7-09. 13 14 SECTION 7-17, SANITARY SEWERS 15 April 5, 2004 16 7-17.3(2)6 Exfiltration Test 17 In the third paragraph, "Maximum leakage (in gallons per hour)" = 0.28 x SIH x D x L 18 V6 100. 19 7-17.3(2)C Infiltration Test 20 In the second paragraph, "Maximum leakage (in gallons per hour)" = 0.16 x SIH x D x L 21 _2 100 . 22 23 7-17.3(2)E Low Pressure Air Test for Sanitary Sewers Constructed of Air - 24 Permeable Materials 25 In the seventh paragraph, the statement "If CT —1, then time = KT" is revised to "If CT < 1, 26 then time = KT." 27 28 In the seventh paragraph, the statement "If CT • 1.75, then time = KT/1.75" is revised to "If CT 29 > 1.75, then time = KT/1.75." 30 31 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 32 August 2, 2004 33 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 34 This section is revised to read: 35 36, The Contractor shall identify the ESC Lead at the preconstruction discussions. The 37 ESC Lead shall have, for the life of the contract, a current Certificate of Training in 38 Construction Site Erosion and Sediment Control from a course approved by WSDOT's 39 Statewide Erosion Control Coordinator. 40 41 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 42 plan. Implementation shall include, but is not limited to: 43 44 1. Installing and maintaining all temporary erosion and sediment control Best 45 Management Practices (BMPs) included in the TESC plan to assure continued 46 performance of their intended function. Damaged or inadequate TESC BMPs 47 shall be corrected immediately. 48 49 2. Inspecting all on-site erosion and sediment control BMPs at least once every 50 five working days and each working day there is a runoff event. Inspections 51 shall occur within 24 hours of the runoff event. ATESC Inspection Report shall 52 be prepared for each inspection and shall be included in the TESC file. A copy 53 of each TESC Inspection Report shall be submitted to the Engineer no later 54 than the end of the next working day following the inspection. The report shall 55 include, but not be limited to: SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 87 L 1 2 a. When, where and how BMPs were installed, maintained, modified, 3 and removed; 4 b. Observations of BMP effectiveness and proper placement; 5 c. Recommendations for improving future BMP performance with 6 upgraded or replacement BMPs when inspections reveal TESC plan 7 inadequacies. 8 9 3. Updating and maintaining a TESC file on site that includes, but is not limited to: 10 11 a. TESC Inspection Reports. 12 b. Temporary Erosion and Sediment Control (TESC) plan narrative. 13 c. National Pollutant Discharge Elimination System construction ,permit 14 (Notice of Intent). I 15 d. Other applicable permits. 16 17 Upon request, the file shall be provided to the Engineer for review. 18 19 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 20 December 6, 2004 21 8-04.3(1)A Extruded Cement Concrete Curb 22 The second and third paragraphs are revised to read: 23 24 The pavement shall be dry and cleaned of loose and deleterious material prior to curb 25 placement. Cement concrete curbs shall be anchored to the existing pavement by 26 placing steel tie bars 1 foot on each side of every joint. 27 28 Tie bars shall meet the dimensions shown in the Standard Plans. 29 30 SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB 31 August 2, 2004 32 8-07.1 Description 33 This section is revised to read: 34 35 This work shall consist of furnishing and installing precast traffic curb, block traffic curb, 36 sloped mountable curb, or dual faced sloped mountable curb of the design and type 37 specified in the plans in accordance with these Specifications and in conformity to the 38 Standard Plans and the locations indicated in the plans or as directed by the Engineer. 39 40 8-07.3(1) Installing Curbs 41 This section is supplemented with the following: 42 43 For sloped mountable curb installed in curves, the units shall be either curved blocks 44 precast to the radii shown in the plans or tangent blocks sawn to the dimensions shown 45 in the Standard Plans to conform to the specified radii. ' 46 47 8-07.3(2) Painting of Curbs 48 The first sentence is revised to read: 49 50 Concrete curbing shall be painted with two full coats of paint conforming to Section 9- 51 34.2, as shown in the Plans or as designated by the Engineer. 52 53 8-07.4 Measurement 1 54 This section is supplemented with the following: 55 SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 88 L 1 2 3 5 6 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 Sloped mountable curb will be measured by the linear foot along the front face of the curb. Dual faced sloped mountable curb will be measured by the linear foot of tapered block and nosing block installed. Measurement of both faces shall not be allowed. 8-07.5 Payment This section Is supplemented with the following: "Precast Sloped Mountable Curb", per linear foot. "Precast Dual Faced Sloped Mountable Curb", per linear foot. SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE August 2, 2004 8-12.3(1)A Posts - The seventh paragraph is revised to read: Pullposts shall be spaced at 1,000 -foot maximum intervals for Type 1, 3, and 6 fence, and at 500 -foot maximum intervals for Type 4 fence. SECTION 8-14, CEMENT CONCRETE SIDEWALKS April 4, 2005 8-14.3(3) Placing and Finishing Concrete The fourth paragraph is revised to read: Sidewalk ramps shall be of the type specified in the Plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be installed using a manufactured material before or after the concrete has cured, or by installing masonry or ceramic tiles. Embossing or stamping the wet concrete to achieve the truncated dome pattern or using a mold into which a catalyst hardened material is applied shall not be allowed. Acceptable manufacturers' products are shown on the Qualified Products List. When masonry or ceramic tiles are used to create the detectable warning pattern, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two -foot wide detectable warning pattern area on the ramp shall be yellow and shall match Federal Standard 595a, color number 33538. When painting the detectable warning pattern is required, paint shall conform to section 9-34.2(1). 8-14.3(5) Ramp Detectable Warning Retrofit This section is supplemented with the following: t 1 n t Where shown in the plans, the Contractor shall retrofit existing cement concrete , sidewalk ramps by installing a detectable warning pattern having the truncated dome shape shown in the Standard Plans. The warning pattern shall be the width of the ramp and cover the bottom two feet of the ramp. The truncated dome pattern shall be perpendicular to the long axis of the ramp. The Contractor shall use one of the detectable warning pattern products listed in the Qualified Products List or submit another manufacturer's product for approval by the Engineer. The warning pattern shall be capable of being bonded to an existing cement concrete surface. The surface of the warning pattern, excluding the domes, shall not be more than 3/8 inch above the surface of the concrete after installation. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 89 r� 1 1 8-14.4 Measurement 2 This section is supplemented with the following: 3 4 Ramp detectable warning retrofit will be measured by the square foot of truncated dome 5 material installed on the existing ramp. 6 7 8-14.5 Payment 8 The following new bid item is inserted after "Cement Conc. Sidewalk Ramp Type _", per 9 each. 10 11 "Ramp Detectable Warning Retrofit", per square foot. 12 13 SECTION 8-15, RIPRAP 14 April 5, 2004 15 8-15.3(6) Quarry Spalls 16 The second sentence is revised to read: 17 18 After placement, the quarry spalls shall be compacted to be uniformly dense and 19 unyielding. 20 21 8-15.5 Payment 22 In the second paragraph, the first sentence is revised to read: 23 24 The unit contract price per ton or per cubic yard for the class or kind of riprap specified 25 above shall be full pay for furnishing all labor, tools, equipment, and materials required 26 to construct the riprap protection, except for excavation. 27 28 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS 29 April 5, 2004 30 This section is revised to read: 31 32 8-17.1 Description 33 This work shall consist of furnishing, constructing, repairing, and removing permanent 34 and temporary impact attenuator systems selected from the approved list shown in the 35 Plans. 36 37 8-17.2 Materials 38 Sand for inertial barrier systems shall not contain more than 5% water by weight. 39 Commercial grade urea shall be thoroughly mixed with the sand in an amount equal to 5 40 percent, by weight, of the sand. 41 42 Undamaged sand barrel impact attenuators that have been previously utilized may be 43 utilized in a temporary impact attenuator array only, if inspected and approved by the 44 Engineer prior to use. 45 46 8-17.3 Construction Requirements 47 The assembly and installation of all attenuator systems, except those utilizing sand 48 barrels, shall be supervised at all times by either a manufacturer's representative or an 49 installer who has been trained and certified by the manufacturer of the system. If the 50 supervision is provided by a trained installer, a copy of the installer certification shall be 51 provided to the Engineer prior to installation. 52 53 Assembly and installation shall be in accordance with the manufacturer's 54 recommendations. This work shall include the connection to a concrete barrier, bridge 55 abutment or a transition section identified in the Plans, construction of a steel reinforced 56 concrete pad or concrete backup, and anchorage to the pavement, if required by the 57 manufacturer's assembly and installation procedures. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 90 1 2 3 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 The Contractor shall have a complete set of replacement parts on the jobsite for each type of temporary impact attenuator in use on the project and shall repair all damaged impact attenuators immediately. When the Engineer determines that a temporary impact attenuator is no longer needed, then the Contractor shall remove that attenuator from the project. The removed equipment shall remain the property of the Contractor. 8-17.4 Measurement Temporary and permanent impact attenuators will be measured per each for each installation. Resetting impact adjusted or reset measure resetting operations. attenuators will be measured per each for each installation that is to a new location on the project. The Contracting Agency will not impact attenuators when it is for the benefit of the Contractor's 8-17.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the proposal: "Temporary Impact Attenuator", per each. The unit contract price for "Temporary Impact Attenuator" shall be full pay for all work associated with the installation, maintenance, and the final removal of the temporary impact attenuator. "Permanent Impact Attenuator", per each. The unit contract price for "Permanent Impact Attenuator" shall be full pay for all work associated with furnishing, installing and all other costs involved with installing the impact attenuator in accordance with the manufacturer's recommendations. "Resetting Impact Attenuator", per each. The unit contract price for "Resetting Impact Attenuator" shall be full pay for all work associated with the removing, transporting, and resetting an impact attenuator. If an impact attenuator is damaged, it will be repaired in accordance with Section 1- 07.13(4) under the bid item "Reimbursement For Third Party Damage". No payment will be made for repair of impact attenuators damaged by the Contractor's operations. SECTION 8-18, MAILBOX SUPPORT August 2, 2004 8-18.2 Materials This section is revised to read: Materials shall meet the requirements of the following sections: Steel Posts _Bracket, Platform, and Anti -Twist Plate Type 2 Mailbox Support Timber Sign Posts Fasteners Snow Guard Concrete Base Steel pipe U -Channel Post SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 91 9-32.1 9-32.2 9-32.7 9-28.14(1) 9-32.5 9-32.6 9-32.8 9-32.9 9-32.10 P-, II L� 1 2 Mailboxes will be furnished by others. 3 4 8-18.3 Construction Requirements 5 This section is supplemented with the following: 6 r 7 8 8-18.3(1) Type 3 Mailbox Support The concrete base shall be constructed using commercial concrete, with the pipe set to 9 the dimensions shown in the Standard Plans. The base shall be crowned so as to shed 10 water. The concrete may be mixed on the jobsite as specified in Section 6-02.3(4)B. 11 12 The U -channel post may be driven in place provided the method of driving does not 13 damage the post. 14 15 With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other 16 durable material, that meets the NCHRP 350 crash test criteria may be used in place of 17 the design shown in the Standard Plans. In which case, the manufacturer's 18 recommendations concerning installation shall be followed; however, the mailbox itself 19 shall be positioned on the roadway according to the dimensions shown in the Standard 20 Plans. 21 22 SECTION 8-19, REDIRECTIONAL LAND FORM ' 23 April 5, 2004 24 This section is deleted, and the section title is revised to VACANT. 25 26 SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 27 April 5, 2004 ' 28 8-20.3(5) Conduit 29 The third sentence in the seventeenth paragraph is revised to read: 30 31 Grout shall obtain a minimum of 4000 psi compressive strength at 7 days. 32 33 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 34 35 This section is supplemented with the following: 36 Where conduit and junction boxes are placed in barrier, the Prime Contractor shall 37 coordinate the work of the Contractor constructing the barrier and the electrical 38 Contractor so that each junction box placed in the barrier is placed in correct alignment 39 with respect to the barrier, with the face of the box flush or uniformly chamfered within 40 inch of the barrier surface. If any point on the surface of the junction box placed in 41 barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor 42 shall install a box extension meeting the Engineer's approval and grout around the 43 extension or remove and replace the entire section of barrier. 44 45 8-20.3(9) Bonding, Grounding 46 The first paragraph is revised to read: 47 48 All metallic appurtenances containing electrical conductors (luminaires, light standards, 49 cabinets, metallic conduit, non-metallic conduit, etc.) shall be made mechanically and 50 electrically secure to form a continuous systems which shall be effectively grounded. 51 Where metallic conduit systems are employed, the conduit system constitutes the 52 equipment grounding conductor. Where nonmetallic conduit is installed, the installation 53 shall include an equipment ground conductor, in addition to the conductors noted in the 54 contract. Bonding jumpers and equipment grounding conductors shall be installed in 55 accordance with Section 9-29.3. The equipment ground conductor between the 56 isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper 57 conductor. Where parallel circuits are enclosed in a common conduit, the equipment SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 92 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 grounding conductor shall be sized by the rating of the largest overcurrent device serving any circuit contained within the conduit. 8-20.3(11) Testing The fourth paragraph is revised to read: When the project includes a traffic signal system, the Contractor shall conduct tests noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a minimum of five days advance written notice of the proposed traffic signal turn -on date and time. The traffic signal turn -on procedure shall not begin until all required channelization, pavement markings, illumination, signs, and sign lights are substantially complete and operational unless otherwise allowed by the Engineer. The Contractor shall provide traffic control to stop all traffic from entering the intersection. The Contracting Agency electronics technician will program the controller and enter the timing data, then turn the traffic signal system to its flash mode to verify proper flash indications. The Contracting Agency electronics technician will then conduct functional tests to demonstrate that each part of the traffic signal system functions as specified. The Contractor shall conduct functional tests to demonstrate that each part of the illumination system, or other electrical system, functions as specified. These demonstration shall be conducted in the presence of a Contracting Agency electronic technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or his/her designee. The Contracting Agency electronics technician will then turn the traffic signal to stop -and -go operation for no less than one full cycle. Based on the results of the turn -on, the Engineer will direct the Contracting Agency electronics technician to either turn the traffic signal on to normal stop -and -go operation, to turn the signal to flash mode for a period not to exceed five calendar days, or to turn the signal off and require the Contractor to cover all signal displays and correct all deficiencies. SECTION 8-22, PAVEMENT MARKING April 4, 2005 8-22.1 Description Transverse Markings This section is revised to read: Crosswalk Line A series of SOLID WHITE lines, 24 inches wide and 8 feet long, conforming to details in the Standard Plans. Stop Line A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract. Symbol Markings This section is supplemented with the following: Access Parking Space Symbol with Background A WHITE marking with, a BLUE background and WHITE border conforming to details in the Standard Plans that is used to a designate restricted parking stall on cement concrete pavement surfaces. Yield Line Symbol A series of WHITE markings conforming to details in the Standard Plans forming a transverse line across a vehicle path and used to designate the point when vehicles shall yield before entering a traffic lane. Yield Ahead Symbol A WHITE marking conforming to details in the Standard Plans that is used in advance of a yield line. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 93 1 1 u 1 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 Speed Bump Symbol WHITE marking used to identify a speed bump placed in a traffic lane. 8-22.3(2) Preparation of Roadway Surfaces This section is revised to read: For the application of paint the pavement surface temperature and ambient temperature shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free of contaminants such as surface oils. Portland cement concrete pavement shall have a minimum compressive strength of 2500 psi and shall be dry, clean and free of contaminants. Contaminants shall be removed by approved mechanical means. For the application of plastic pavement marking material surface temperature and ambient temperature shall be 50° F and rising. New and existing HMA pavement shall be dry, clean, and free of contaminants such as surface oils and existing pavement marking materials. Portland cement concrete pavement shall also be free of contaminants including curing agents. Contaminants shall be removed by approved mechanical means. Pavement surfaces shall be prepared for plastic marking application in accordance with the previous paragraph and the pavement marking material manufacturer's recommendations. Manufacturers of Type. D material also require a pavement cure period prior to application. Typically, Type D material applied on hot mix asphalt pavement requires a pavement cure period of 21 days. Typically, Type D material applied on portland cement concrete pavement requires a pavement cure period of 28 days. These cure periods may be reduced if the manufacturer performs a successful bond test. Existing pavement marking material shall be removed, measured, and paid for in accordance with the provisions in this section of the Standard Specifications. 8-22.3(3) Marking Application The first paragraph is revised to read: Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. All temporary pavement markings shall be retroreflective. Paint and sprayed or extruded plastic material shall be applied with a top dressing of glass breads. Two applications of paint will be required to complete all paint markings. The time period between paint applications will vary depending on the type of pavement and paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows: Pavement Type Paint Type Bituminous Surface Treatment Low VOC Waterborne Hot Mix Asphalt Pavement Cement Concrete Pavement Bituminous Surface Treatment Hot Mix Asphalt Pavement Cement Concrete Pavement Low VOC Waterborne Low VOC Waterborne High and Low VOC Solvent High and Low VOC Solvent High and Low VOC Solvent The first sentence of the second paragraph is revised to read: SW 27TH ST.ISTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 94 Time Period 4 hours min., 48 hours max. 4 hours min., 30 days max. 4 hours min., 30 days max. 40 min. min., 48 hrs. max. 40 min: min.; 30 days max. 40 min. min., 30 days max. 1 Where paint is -applied on centerline on two-way roads with bituminous surface 2 treatment or centerline rumble strips, the second paint application shall be applied in the 3 opposite direction as the first application. 4 5 The ninth and tenth paragraphs are revised to read: 6 7 Profiles are defined as that portion of the plastic line that is applied at a greater 8 thickness than the base line thickness. Profiles shall be applied using the extruded 9 method in the same application as the base line. See the Standard Plans for details. 10 11 Embossed plastic lines are defined as a plastic line applied with a transverse groove. 12 Embossed plastic lines may be applied with profiles. See the Standard Plans for details. 13 14 The last paragraph is revised to read: 15 16 When two or more spray applications are required to meet thickness requirements for 17 Type A and Type D materials, top dressing with glass beads is only allowed on the last 18 application. Any loose beads, dirt or other debris shall be swept or blown off the line 19 prior to application of each successive application. Successive applications shall be 20 applied squarely on top of the preceding application. 21 22 8-22.4 Measurement 23 The sixth paragraph is revised to read: 24 25 Diagonal and chevron -shaped lines used to delineate medians, gore areas, and parking 26 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and 27 pattern shown in the Standard Plans. These lines will be measured as painted or plastic 28 line or wide line by the linear foot of line installed. Crosswalk line will be measured by 29 the square foot of marking installed. 30 31 The seventh paragraph is revised to read: 32 33 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 34 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 35 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be 36 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, 37 regardless of the number of arrow heads. 38 39 The ninth paragraph is revised to read: 40 41 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 42 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial 43 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed 44 bump symbol will be measured per each. Removal of crosswalk lines will be measured 45 by the square foot of lines removed. 46 47 8-22.5 Payment 48 The following items are deleted: 49 50 "Painted HOV Lane Symbol Type " 51 "Plastic HOV Lane Symbol Type " 52 53 This section is supplemented with the following: 54 55 "Painted Access Parking Space Symbol with Background", per each. 56 "Plastic Access Parking Space Symbol with Background", per each. 57 "Painted HOV Lane Symbol", per each. 58 "Plastic HOV Lane Symbol", per each. 59 "Painted Yield Line Symbol", per each. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 95 C� n Lj t L t t 1 1 "Plastic Yield Line Symbol", per each. 2 "Painted Yield Ahead Symbol", per each. 3 "Plastic Yield Ahead Symbol", per each. 4 "Painted Speed Bump Symbol", per each. 5 "Plastic Speed Bump Symbol", per each. 6 7 8 SECTION 9-01, PORTLAND CEMENT December 6, 2004 9 9-01.2(1) Portland Cement 10 This section is revised to read: 11 12 Portland cement shall conform to the requirements for Types 1, II, or III cement of the 13 Standard Specifications for Portland Cement, AASHTO M 85 or ASTM C 150, except 14 that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na20 15 plus 0.658 K20and except that the content of Tricalcium aluminate (C3A) shall not 16 exceed 8 percent by weight calculated as 2.650A1203 minus 1.692Fe203. The total 17 amount of processing additions used shall not exceed 1% of the weight of portland 1 18 cement clinker. The type and amount of processing additions used shall be shown on 19 mill test reports. 20 21 The time of setting shall be determined by the Vicat Test method, AASHTO T 131 or 22 ASTM C 191. 23 24 9-01.2(4) Blended Hydraulic Cement 25 This section is revised to read: 26 27 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM) 28 (MS) cement conforming to AASHTO M 240 and meet the following additional 29 requirements: 30 31 1. Type IP(MS) Portland - Pozzolan Cement with moderate sulfate resistance. 32 33 This product shall be limited to Portland Cement and Pozzolan. Pozzolan shall 34 be limited to fly ash or ground granulated blast furnace slag. Fly ash is limited 35 between 15 percent and 35 percent by weight of the cementitious material. 36 Ground granulated blast furnace slag is limited between 15 percent and 25 37 percent by weight of the cementitious material. 38 39 2. Type I(SM) (MS) Slag Modified Portland Cement with moderate sulfate 40 resistance. 41 42 This product shall be limited to Portland Cement and ground granulated blast 43 furnace slag. The addition of ground granulated blast furnace slag shall be 44 limited to a maximum of 25 percent by weight of the cementitious material. 45 46 3. Type I(PM)(MS) Pozzolan — Modified Portland Cement with moderate sulfate ' 47 resistance. 48 49 The product shall be limited to Portland Cement and pozzolan. The pozzolan 50 shall be limited to fly ash or ground granulated blast furnace slag at a 51 maximum of 15 percent by weight of the cementitious material. 52 53 The source and weight of the fly ash or ground granulated blast furnace slag shall be 54 certified on the cement. mill test certificate and shall be reported as a percent by weight 55 of the total cementitious material. The fly ash or ground granulated blast furnace slag 56 constituent content in the finished cement will not vary morethan plus or minus 5 57 percent by weight of the finished cement from the certified value. 58 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 96 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 Fly ash shall meet the requirements of Section 9-23.9 of these Standard Specifications. Ground granulated blast furnace slag shall meet the requirements of Section 9-23.10 of these Standard Specifications. SECTION 9-02, BITUMINOUS MATERIALS August 2, 2004 9-02.1(3) Rapid -Curing (RC) Liquid Asphalt The column headings MC -70, MC -250, MC -800, and MC -3000 are revised to RC -70, RC - 250, RC -800, and RC -3000 respectively. The RC -250 requirement for "Residue of 680°F distillation % volume by difference" is revised from .67 to 65. 9-02.1(4)A Performance Grade (PG) Asphalt Cement This section including title is revised to read: 9-02.1(4)A Performance Graded Asphalt Binder �►3�1•dJa�c� �di��di;:��t� ld�.■�l:��ci ld�,i �'�a•1 Original Binder PG58 PG64 PG70 PG76 Performance Grade Viscosity, AASHTO T316 Maximum 3 Pa -s, test �►3�1•dJa�c� �di��di;:��t� ld�.■�l:��ci ld�,i �'�a•1 Original Binder Flash point temp, AASHTO T48 Minimum 230 °C Viscosity, AASHTO T316 Maximum 3 Pa -s, test 135 temp, *C Dynamic shear, AASHTO T315 G*/sin8, minimum 58 64 70 76 1.00 kPa Test temp. @ 10 rad/s, *C Rolling Thin Film Oven Residue (AASHTO T240) Mass Change, Maximum, 1,00 percent Dynamic shear, AASHTO T315 G*/sin8, minimum 58 64 70 76 2.20 kPa Test temp. @ 10 rad/s, C Pressure Aging Vessel Residue (AASHTO R28) PAV aging temperature, 100 ,C Dynamic shear, AASHTO T315 G*sins, maximum 22 19 16 25 22 19 28 25 22 31 28 5000 kPa Test temp. @ 10 rad/s, *C Creep stiffness, AASHTO T313 S, maximum 300 -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18 MPa, m - value, minimum 0.300 Test temp. @ 60 s, °C SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 97 1 2 All Performance Grade asphalt binders not included in this chart shall be determined by 3 Table 1 -Performance Graded Asphalt Binder Specification in AASHTO M320. 4 5 SECTION 9-03, AGGREGATES 6 April 4, 2005 7 9-03.1(4)C Grading 8 The third paragraph is revised to read: 9. 10 In individual tests, a variation of four under the minimum percentages or over the 11 maximum percentages will be permitted, provided the average of three consecutive 12 tests is within the specification limits. Coarse aggregate shall contain no piece of greater 13 size than two times the maximum sieve size for the specified grading measured along 14 the line of greatest dimension. 15 16 9-03.8(2) HMA Test Requirements 17 Number 1 is revised to read: 18 19 Vacant. 20 21 The last paragraph of this section is revised to read: 22 23 When material is being produced and stockpiled for use on a specific contract or for a 24 future contract, the fine aggregate angularity, fracture, and sand equivalent 25 requirements shall apply at the time of stockpiling. When material is used from a 26 stockpile that has not been tested as provided above, the specifications for fine 27 aggregate angularity, fracture, and sand equivalents shall apply at the time of its 28 introduction to the cold feed of the mixing plant. ' 29 30 9-03.12(4) Gravel Backfill for Drains 31 The percent Passing for Sieve size 3/8" square is revised from "10 - 40" to "0 - 40". 32 33 9-03.12(5) Gravel Backfill for Drywells 34 The percent passing for sieve size 1" square is revised to "50-100". 35 36 9-03.14 Borrow 37 This section is supplemented with the following: 38 39 9-03.14(1) Gravel Borrow 40 Ballast may be substituted for gravel borrow for embankment construction. 41 42 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall 43 All backfill material used in the reinforced soil zone of the geosynthetic retaining wall 44 shall conform to requirements of Section 9-03.14(1) and shall be free draining, free from 45 organic or otherwise deleterious material. The material shall be substantially free of 46 shale or other soft, poor durability particles, and shall not contain recycled materials, 47 such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete. 48 rubble. The backfill material shall meet the following requirements: 49 50 51 Property Test Method Allowable Test Value Los Angeles Wear, 52 500 rev. AASHTO T 96 35 percent max. 53 Degradation WSDOT Test Method 113 15 min. 54 pH AASHTO T 289-91 ** 55 56 ** 4.5 to 9 for permanent walls and 3 to 10 for temporary walls 57 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 98 1 2 3 5 6 7 8 X 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 Wall backfill material satisfying these gradation, durability and chemical requirements shall be classified as nonaggressive. 9-03.21(2) Recycled Hot Mix Asphalt The Maximum Bitumen Content (Percent) for Gravel Borrow is revised from "0" to "1.2" SECTION 9-04, JOINT AND CRACK SEALING MATERIALS April 5, 2004 9-04.2(2) Two Component Poured Rubber Joint Sealer The section title is revised to read: 9-04.2(2) Poured Rubber Joint Sealer SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS April 5, 2004 9-05.4(3) Protective Treatment Treatments 3, 4, and 6 are revised to read: This treatment is no longer available. 9-05.4(4) Asphalt Coatings and Paved Inverts The second paragraph under item 2 is revised to read: The paved invert for Treatment 2 shall consist of bituminous material applied in such a manner that one or more smooth pavements will be formed in the invert filling the corrugations for at least 40 percent of the circumference. The pavement shall have a minimum thickness of 1/8 inch above the crest of the corrugations except where the upper edges intercept the corrugation. The pavements shall be applied following the coating with asphalt . Treatment 5 may be substituted for Treatment 2, at the option of the Contractor. 9-05.10 Steel Storm Sewer Pipe The first sentence is revised to read: Steel storm sewer pipe shall conform to the requirements of Section 9-05.4 for steel culvert pipe, except that protective coating shall be Treatment 1 or 5, and be constructed of either helically corrugated lock seam or helically corrugated continuous welded steel pipe. 9-05.11 Aluminum Storm Sewer Pipe The first sentence is revised to read: Aluminum storm sewer pipe shall conform to the requirements of Section 9-05.5 for aluminum culvert pipe, except that the protective coating shall be Treatment 1 or 5, and the pipe shall be constructed of helically corrugated lock seam aluminum pipe. 9-05.16 Grate Inlets and Drop Inlets The first and second paragraphs are revised to read: t r� Fi 1 t 1 Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except structural tube shall conform to ASTM A 500, Grade B, and structural shapes may , conform to ASTM A 992. After fabrication, the steel shall be galvanized in accordance with AASHTO M 111, or galvanized with a hot -sprayed (plasma flame applied) 6 mil minimum thickness plasma coating. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 99 1 Steel grating shall be fabricated by weld connections. Welds, welding procedures, and 2 welding materials shall conform with the AWS D1.1/D1.1M, latest edition, Structural 3 Welding Code. 4 5 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 6 January 5, 2004 r 7 9-06.16 Roadside Sign Structures 8 The third paragraph is revised to read: 9 10 Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A I 11 992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as 12 an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not 13 otherwise specified shall conform to either, ASTM A 36 or ASTM A 992. 14 15 9-06.18 Metal Railings 16 The first paragraph is revised to read: 17 ' 18 Metal bridge railing shall conform to the type and material specifications set forth in the 19 Plans and Special Provisions. Steel used for metal railings, when galvanized after 20 fabrication in accordance with AASHTO M 111, shall have a controlled silicon content of 21 either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the 22 silicon content of the steel shall be submitted to both the galvanizer and the Engineer 23 prior to beginning galvanizing operations. 24 25 SECTION 9-07, REINFORCING STEEL 26 April 4, 2005 27 9-07.3 Epoxy Coated Steel Reinforcing Bars ' 28 This section Is revised to read: 29 30 Epoxy coated rebar shall be coated according to AASHTO M 284 with the additional 31 following modifications: ' 32 33 1. The list of steel reinforcing bars acceptable for coating shall include ASTM A 34 706. 35 36 2 The Contractor shall furnish a written certification that properly identifies the 37 material, the number of each batch of coating material used, quantity 38 represented, date of manufacture, name and address of manufacturer, and a 39 statement that the supplied coating material meets the requirements of 40 AASHTO M 284. 41 42 3. Prior to coating the bars, the Contractor shall submit to the Engineer for 43 review, the coating material manufacturer's recommendation on the proper use 44 and application requirements of the coating material. For Pre Approved Epoxy 45 Coating Facilities this information will be available to the Fabrication Inspector 46 upon request. 47 48 4. A certification stating that all bars have been coated in accordance with the 49 coating material manufacturer's recommendations and these Specifications 50 shall be furnished with each shipment. This certification shall include for each 51 bar size the preheat temperatures, cure times, thickness checks, holidays 52 detected, and test results. Two copies of these certifications shall be furnished 53 to the Engineer. 54 55 5. The Contractor shall give advance notice to the Engineer of the coating ' 56 schedule in the coating plant so that Contracting Agency inspection may be SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 100 1 provided. The Engineer may inspect the coated bars at the coating plant for ' 2 approval. 3 4 6. The patching material, compatible with the coating material and inert in ' 5 concrete, shall be supplied with each shipment. 6 Formula A-6-86 Zinc Dust Zinc Oxide Primer 7 7. For projects where epoxy coated steel reinforcing bars are used in the top mat 8 of bridge decks only, the maximum amount of damage to the coating shall not ' 9 exceed 0.25 percent of the surface area of each bar. 10 SECTION 9-09, TIMBER AND LUMBER 11 8. The thickness of epoxy coating shall be 10 mils plus or minus 2 mils. ' 12 9-09.2 Grade Requirements 13 9. Samples, when required, shall be shipped to the Washington State Department 14 15 of -Transportation, Materials Laboratory, 1655 South 2nd Ave, Tumwater, Washington 98504. ' 16 Hem -Fir No. 1. 17 9-07.10 Prestressing Reinforcement Strand 18 The fourth paragraph is revised to read: 19 April 5, 2004 20 For every 5 reels furnished, one sample, not less than 5 feet long, shall be sent to the 21 Engineer for testing. Samples of the furnished reels with Manufacturer's Certificate of 22 Compliance, a mill certificate, and test report may be shipped directly by the 23 manufacturer to the Engineer. An independent inspector, approved by the Contracting ' 24 Agency, shall be present during sampling and shall provide a written certification to the 25 Engineer. 26 27 9-07.11 Prestressing Reinforcement Bar 28 The sixth paragraph is revised to read: 29 For each heat of steel for high-strength steel bar, the Contractor shall submit two ,30 31 samples, each not less than 5 feet long, to the Engineer for testing. 32 33 SECTION 9-08, PAINTS ' 34 April 5, 2004 35 9-08.2 Paint Formulas — General 36 The following paint formulas and associate specifications are deleted: ' 37 38 Formula A-6-86 Zinc Dust Zinc Oxide Primer 39 Formula H -2 -83 -White Masonry Paint for Precast Curbs 40 Formula H-3-83 Yellow Masonry Paint for Precast Curbs , 41 42 SECTION 9-09, TIMBER AND LUMBER 43 January 5, 2004 , 44 9-09.2 Grade Requirements 45 Under "Structures", the last sentence is revised to read: 46 47 Timber lagging for soldier pile walls shall be Douglas Fir -Larch, grade No. 2 or better or 48 Hem -Fir No. 1. 49 50 SECTION 9-10, PILING 51 April 5, 2004 52 9-10.5 Steel Piling 53 This section is revised to read: 54 55 The material for steel piling and pile splices shall conform to ASTM A 36 or ASTM A 992, 56 except the material for steel pipe piling and splices shall conform to the requirements of , SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 101 I 1 ASTM A 252, Grade 2. Steel soldier piles, and associated steel bars and plates, shall 2 conform to ASTM A 36 or ASTM A 992, except as otherwise noted in the Plans. All steel 3 piling may be accepted by the Engineer based on the Manufacturer's Certification of 4 Compliance. 6 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 7 August 2, 2004 8 9-14.4(l) Straw 9 The first sentence is revised to read: 10 11 All straw material shall be in an air dried condition free of noxious weeds and other 12 materials detrimental to plant life. 13 ' 14 9-14.4(8) Compost 15 The fourth paragraph is revised to read: 16 ' 17 18 Compost production and quality shall comply with the Chapter 173-350 Section 220 WAC. 19 20 Under the fifth paragraph, item 1 is revised to read: 21 ' 22 1. Compost material shall be tested in accordance with AASHTO Test Method T87 23 and Section 7 of AASHTO T88. 24 25 Compost Type 1 shall meet the following: 26 27 100% shall pass through a 2" sieve 28 29 90% to 100% shall pass through a 1" sieve. 70% to 100% shall pass through a3/4" sieve. 30 40% to 75% shall pass through a'/4" sieve. 31 Maximum particle length of 6 inches. 32 33 Compost Type 2 shall meet the following: 34 35 100% shall pass through a 3" sieve 36 90% to 100% shall pass through a 1" sieve. 37 70% to 100% shall pass through a3/4" sieve. 38 40% to 60% shall pass through a'/4" sieve. 39 Maximum particle length of 6 inches. 40 41 In the seventh paragraph, the first sentence is revised to read: 42 43 Approval of sources for composted products shall be based on the following submittals 44 by the Contractor: 45 46 This section is supplemented with the following: 47 ' 48 . Acceptance will be based upon a satisfactory Test Report from the State Materials Lab 49 indicating that the lot (or lots) of compost meets the specification requirements. 50 51 SECTION 9-15, IRRIGATION SYSTEM 52 January 5, 2004 53 9-15.2 Drip Tubing 54 The second sentence is revised to read: 55 56 Drip tubing shall have a minimum wall thickness of 0.045 inch. 57 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 102 1 SECTION 9-16, FENCE AND GUARDRAIL ' 2 April 4, 2005 4 5 7 8 9 10 11 12 1-3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 9-16.1 Chain Link Fence and Gates All sub -sections under Section 9-16.1 are deleted and replaced with the following: 9-16.1(1) General All material used in the construction of chain link fence and gates shall be new. Iron or steel material shall be galvanized unless specified otherwise. Material upon which serious abrasions of galvanizing occur shall not be acceptable. 9-16.1(1)A Post Material for Chain Link Fence Except as noted otherwise, post material shall conform to the requirements of AASHTO M 181, Type I (zinc -coated steel), Grade 1 or 2, and shall be understood to include all round and roll -formed material (brace rails, top rails, line posts, brace posts, end posts, corner posts and pull posts). Grade 1 post material shall conform to the weight per linear foot, minimum wall thickness and detail requirements of Standard Plan L-2. Grade 1 post material that exceeds the maximum wall thickness requirement of Standard Plan L-2 may be accepted, provided it does not interfere with the proper construction of the fence. Grade 2 post material shall meet the organic exterior coatings requirements of AASHTO M 181 (Section 33) and the additional requirement that the interior coated surface shall be capable of resisting 300 hours of exposure to salt fog with a maximum of 5% red rust when tested in accordance with ASTM B 117. Round Post Material Round post material shall be Grade 1 or 2. • Roll Form Material Roll -formed post material shall be Grade 1. Roll -formed end, corner, and pull , posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open rectangular sections with internal flanges as shown in Standard Plan L-2. 9-16.1(1)B Chain Link Fence Fabric , Chain link fabric shall consist of 11 gage wire for Types 3, 4, and 6 fence, and 9 gage wire for Type 1 fence. The fabric shall be zinc -coated steel wire conforming to AASHTO M 181, Class C. ' The wire shall be woven into approximately 2 -inch diamond mesh. The width and top and bottom finish of the fabric shall be as specified in AASHTO M 181. 9-16.1(1)C Tension Wire Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. 9-16.1(1)D Fittings and Hardware Except where indicated, fittings shall be malleable cast iron or pressed steel and shall conform to the requirements of ASTM F626 or AASHTO M232, whichever is applicable. Fittings for any particular fence shall be those furnished by the manufacturer of the fence. Tension truss rods shall be 3/8 inch round galvanized rods with drop forged turnbuckles or other approved type of adjustment. Couplings for tubular sections shall be outside sleeve type and shall be at least 6 inches long. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE1,SEGMENT1 CITY OF RENTON JULY 2005 103 1 ' SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 104 1 Eye bolts for attaching tension wire shall be 3/8 inch diameter and of sufficient length to 2 fasten to the type of post being used. 3 4 Tension bars shall be 3/16 inch by 3/4 inch nominal and cross sectional area shall be 5 0.141 int +/-5%. _ 6 7 Hog rings shall be 12 gage galvanized steel wire. Tie wire shall be 9 gage galvanized 8 steel wire or 9 gage aluminum wire meeting the requirements of ASTM F626. 9 10 9-16.1(E) Chain Link Gates 11 Gate frames shall be constructed of not less that 11/2 inch (I.D.) hot -dipped galvanized 12 pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9- 13 16.1(1)A. The corners of the gate frame shall be fastened together and reinforced with 14 a malleable iron or pressed steel fitting designed for the purpose, or they may be 15 welded. Welding shall conform to the requirements of Section 6-03.3(25). All welds 16 shall be ground smooth and painted with an A-9-73 or A-11-99 primer meeting the 17 requirements of Section 9-08.2. The paint shall be applied in one or more coats to 18 provide a minimum dry film thickness of 3.5 mils. 19 20 Chain link fence fabric for filling the gate frame shall meet the requirements of Section 21 9-16.1(1)13 for the fence type being furnished. 22 23 ..Cross trussing shall be 5/16 inch steel adjustable rods galvanized in accordance with 24 Section 9-16.1(1)D. 25 26 Each gate shall be furnished complete with necessary hinges, latch, and drop bar 27 locking device designed for the type of gate posts and gate used on the project. Gates 28 shall have positive type latching devices with provisions for padlocking. Hinges, latches, 29 and locking devices shall be galvanized in accordance with Section 9-16.1(1)D. 30 31 Gate frames constructed of steel sections, other than pipe, that are fabricated in such a 32 manner as to form a gate of equal or better rigidity may be used provided they are 33 approved by the Engineer. 34 35 9-16.1(1)F Concrete 36 All concrete for chain link fence shall be as specified in Section 6-02.3(2)B. ' 37 38 9-16.1(2) Approval 39 Approval of materials for chain link fence shall be by evaluation of independent test 40 41 results from a certified testing laboratory or by QPL. Independent test results for evaluation shall be submitted to the State Materials Engineer in Tumwater WA. 42 43 9-16.2 Wire Fence and Gates 44 All sub -sections under Section 9-16.2 are deleted and replaced with the following: 45 46 9-16.2(1) General 47 All materials used in the construction of the wire fence shall be new. All iron or steel 48 material shall be galvanized. Material upon which serious abrasions of galvanizing 49 occur will not be acceptable. 50 51 52 9-16.2(1)A Steel Post Material • Round Post Material 53 Round post material shall conform to AASHTO M 181, Type I, Grade 1. 54 55 0 Angle Post Material (Channel, T, U, Y, or Other Approved Style) ' 56 All angle PoStr material shall be hot -dipped galvanized in accordance with the 57 requirements of AASHTO M 111 grade 75. Galvanizing shall be 1.7 oz/ft2 Of 58 surface area. Angle post used for end, corner, gate and pull post and brace shall 59 have a minimum weight of 3.1 Ib/ft. ' SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 104 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Posts shall be not less than 7 feet in length. A tolerance of -5% on the weight of individual posts, braces or anchor plates will be permitted. One type of line post shall be used throughout the project. Line posts shall be studded, slotted, or properly adapted for attaching either wire or mesh in a manner that will not damage the galvanizing of posts, wire or mesh during the fastening. Line posts shall have a minimum weight of 1.33 lbs/ft and shall be provided with a tapered galvanized steel anchor plate. The anchor plate shall be securely attached and have a surface area of 20 +/-2 int, a minimum weight of 0.67 pounds and 1.7 oz/ft2 galvanizing. 9-16.2(1)B Wood Fence Posts and Braces Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of wood fence posts and braces. The material shall be of good quality and approved by the Engineer before use. Peeler cores shall not be used for round posts. Wood fencing materials shall have sufficient sapwood in the outer periphery to obtain the specified penetration of preservative. Western red cedar will not require preservative treatment. Fencing materials shall be cut to the correct length before pressure treatment. Line posts shall be 3 inch minimum diameter round posts or nominal 3 inch by 3 inch square sawed posts. If the posts are to be pointed for driving, they shall be pointed before treatment. Line posts shall be at least 7 feet in length. Pull posts and brace posts shall be 6 inch diameter round posts or nominal 6 inch by 6 inch material not less than 7 feet in length. End, gate, and corner posts, and posts at an intersecting fence shall be 6 inch diameter round posts or nominal 6 inch by 6 inch material not less than 7 feet 10 inches in length. All sawed posts and timbers shall meet the requirements in the table under Section 9- 09.2. The preservatives used to pressure treat wood fencing materials shall meet the requirements of Section 9-09.3. The retention and penetration of the preservative shall be as follows: Minimum Retention in Pounds Per Cubic Foot Preservative Sawed Posts Round Posts Creosote 10.00 8.00 Pentachlorophenol 0.50 0.40 ACA 0.40 0.40 ACZA 0.40 0.40 CCA 0.40 0.40 Minimum Penetration for material 5" or less - 0.40 inches penetration and 90% of sapwood for material 5" or greater - 0.50 inches penetration and 90% of sapwood 9-16.2(1)C Brace Wire Brace wire shall be 9 gage wire galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 105 1 I [I I'] ' 1 9-16.2(1)D Staples and Wire Clamps 2 The staples used to attach the wire fencing to wood posts shall be 9 gage wire, 1 1/2 3 inches long, galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1. 4 5 The wire clamps used to attach the wire fencing to steel posts shall be 11 gage wire, 6 galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1. 7 8 9-16.2(1)E Barbed Wire 9 Barbed wire shall conform to the requirements of AASHTO M 280, Type Z and shall 10 consist of two strands of 12 1/2 gage wire, twisted with four point 14 gage barbs with 11 barbs spaced 5 inches apart (Design 12-4-5-14R). Galvanizing shall be Class 3. 12 13 9-16.2(1)F Wire Mesh 14 Wire mesh shall conform to the requirements of AASHTO M 279, Type Z and shall 15 consist of eight horizontal wires with vertical stays spaced 6 inches apart. The top and 16 bottom wires shall be 10 gage, and the intermediate wires and vertical stays shall be 12 17 1/2 gage. The mesh shall have a total width of 32 inches (Design 832-6-12 1/2). 18 Galvanizing shall be Class 3. 19 20 The zinc coated wire as represented by the test specimens shall be capable of being 21 wrapped in a close helix at a rate not exceeding 15 turns/minute around a cylindrical 22 steel mandrel having a diameter the same as the specimen being tested, without 23 cracking or flaking the zinc coating to such an extent that any zinc can be removed by 24 rubbing with the bare fingers. 25 26 9-16.2(1)G Vertical Cinch Stays ' 27 Vertical cinch stays shall be 10 gage galvanized wire meeting the requirements of 28 AASHTO M 279, Type Z, Class 1. ' 29 30 9-16.2(1)H Miscellaneous Hardware 31 Bolts, nuts, hinges, latches and other miscellaneous hardware shall be galvanized in 32 accordance with AASHTO M 232. 33 34 9-16.2(1)1 Wire Gates 35 Gate frames shall be constructed of galvanized pipe with a nominal diameter of not less 36 than 1 inch._ The pipe shall conform to the requirements of AASHTO M181 Type I, 37 Grade 1. Wire gates shall be not less than 48 inches in height and shall be designed to 38 fit openings of the width called for in the Plans or as indicated by the bid items. Each 39 gate shall be provided with two upright braces of the same material as the frame, 40 spaced at 1/3 points in the gate. All gates shall be provided with adjustable 5/16 inch 41 diameter galvanized diagonal truss rods from corner to corner. Galvanizing shall be in 42 accordance with Section 9-16.2(1)H. 43 44 The gate frame shall be provided with wire mesh conforming to the requirements 45 specified in Section 9-16.2(1)F, except that it shall consist of 10 horizontal wires and 46 have a total width of 47 inches. 47 48 Each gate shall be furnished complete with necessary galvanized hinges and latch 49 designed for use with the type of gate posts used on the project. The hinges shall be so 50 designed as to be securely attached to the gate post and to enable the gate to be swing 51 back against the fence. Double gates shall be hinged in the same manner as single 52 gates and shall be provided with an approved galvanized drop bar locking device. 53 Galvanizing for hinges, latches, and locking devices shall be in accordance with Section 54 9-16.2(1)H. ' 55 56 9-16.2(1)J Concrete 57 All concrete for wire fence shall be as specified in Section 6-02.3(2)B. 58 SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 106 1 9-16.2(2) Approval 2 Approval of materials for wire fence shall be by evaluation of independent test results 3 from a certified testing laboratory or by QPL. Independent test results for evaluation 4 shall be submitted to the State Materials Engineer in Tumwater WA. 5 6 9-16.3(1) Rail Element 7 The third paragraph is revised to read: 8 9 The 6 -inch channel rails and splice plates shall conform to ASTM A 36, except that the 10 channel rails may conform to ASTM A 992. All fabrication shall be complete before 11 galvanizing. 12 13 9-16.3(2) Posts and Blocks 14 The first sentence of the first paragraph is revised to read: 15 16 Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber, 17 waterborne chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), or 18 ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel; except 19 only treated timber posts and blocks may be used for weathering steel beam guardrail. 20 21 In the second paragraph, the treatment for Pentachlorophenol is revised from 060 lbs. pcf to 22 0.60 lbs. pcf. 23 24 The fourth paragraph is revised to read: 25 26 Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36 or 27 ASTM A 992, and shall be galvanized in accordance with AASHTO M 111. Welding 28 shall conform to Section 6-03.3(25). All fabrication shall be completed prior to 29 galvanizing. 30 31 9-16.3(4) Hardware 32 This section is revised to read: 33 34 Bolts, unless otherwise specified, shall comply with ASTM A 307 Grade A specifications. 35 High strength bolts shall conform to the requirements of AASHTO M 164. Nuts, unless 36 otherwise specified, shall comply with ASTM A 563 Grade A specifications. Washers, 37 unless otherwise specified, shall meet ASTM F 844 specifications. The Contractor shall 38 submit a manufacturer's certificate of compliance for high strength bolts, nuts, and 39 washers prior to installing any of the hardware. A307 Bolts will be accepted by field 40 verification and documentation that bolt heads are stamped 307A. 41 42 9-16.3(5) Anchors 43 The sixth paragraph is revised to read: 44 45 The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming to 46 the specifications of ASTM A 36, except that the W200 x 27 may conform to ASTM A 47 992. 48 49 SECTION 9-17, FLEXIBLE GUIDE POSTS 50 December 6, 2004 51 9-17.1 General 52 The first paragraph is revised to read: 53 54 Flexible guide posts shall be made of a flexible, nonwarping, nonmetallic, durable plastic 55 material; shall be resistant to damage due to impact, ultraviolet light, ozone, 56 hydrocarbons, and other effects of atmospheric weathering; shall resist stiffening with 57 age; and shall exhibit good workmanship and be free of burns, discoloration, 58 contamination and other objectionable marks or defects that affect appearance or SW 27TH ST.ISTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 107 f! 1 serviceability. The portion of ground mounted guide post installed below ground may be 2 the same material as the portion above ground or other durable material suitable for 3 firmly anchoring the post in the ground. When iron or steel are used for the in ground ' 4 portion, galvanize in accordance with AASHTO M 111. The top of tubular posts shall be 5 closed to prevent moisture or debris from entering. Surface mounted guide posts shall 6 be mounted on a base made of a rigid high impact resistant material and be resistant to 7 ultraviolet light, ozone, and hydrocarbons. The post shall mount directly into or onto the ' 8 base in a tamper proof .manner and shall allow for easy replacement. Guardrail 9 mounted guide posts shall. be the same as ground mounted guide posts except the 10 length shall be adjusted to meet .the mounting height requirements in the Standard 11 Plans. Appropriate holes shall be provided for fastening the guide post to the guard rail 12 post. 13 14 The second sentence in the second paragraph is revised to read: ' 15 16 If analysis by the Materials Laboratory determines there is a change in material 17 composition, such change shall constitute grounds for rejection and/or removal from the 18 Qualified Products List. ' 19 20 The second sentence in the fifth paragraph is deleted. 21 22 Section 9-17.1 is supplemented with the following new sub -sections: ' 23 24 9-17.1(1) Dimensions 25 1. Flat Type — The post has a minimum width of 3 inches of continuous flat surface 26 with no curvature for the entire length of the post. This will allow for ridges on the 27 outer edges and back of post intended for structural support. 28 29 2. Tubular Type — The post is tubular or round/circular in shape. This allows for a ' 30 tubular post with a minimum diameter of 3 inches or a tubular post with a minimum 31 diameter of 2 inches with a flat or flattened oval surface at least 3 inches wide and 32 12 inches long measured from the top for mounting reflective sheeting. 33 34 3. Non -flat and Non -tubular Type —This includes all post that do not fit into the two 35 types indicated above. This would include convex, w -shape, oval, and other post 36 designs. The post shall be wide enough to accept a 3 inch wide reflective sheeting. 37 Any curvature or rounding shall not significantly reduce the brightness value of the 38 reflective sheeting. 39 40 4. Surface Mount Guide Post Base — The base for surface mount guide posts shall be 41 approximately 8 inches in diameter with a maximum height of 2 inches. 42 43 5. Guide posts shall be of such length to provide the required mounting height above 44 the pavement surface in accordance with the Standard Plans. 45 46 9-17.1(2) Reflective Sheeting 47 Reflective sheeting for guide posts shall be Type III, IV, V, or VII conforming to Section 48 9-28.12. The reflective panel on a flat or elliptical guidepost shall have a minimum width 49 of 3 inches facing traffic. The reflective sheeting shall have a minimum area of 24 50 square inches (3 inches by 8 inches). The reflective panel on a round guidepost shall 51 have an 8 -inch minimum band of reflective sheeting visible for 360 degrees. Mount the 52 reflective sheeting on the guide post as detailed in the Standard Plans. Sheeting shall 53 remain in place during the life of the post. 54 55 9-17.2 Laboratory Tests 56 This section including title is revised to read: 57 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 108 1 9-17.2 Ultraviolet Resistance Test Procedure (Laboratory Test) 2 Two posts will be tested initially for tensile strength and elongation according to ASTM 3 D-638 and again after 1,000 hours QUV weatherometer exposure (ASTM G53). 4 5 Six bow tie specimens shall be prepared from the delineator post samples submitted for 6 the purpose of ultraviolet (UV) exposure. The specimens shall be cycled at 1,000 hours 7 in a weatherometer in accordance with ASTM G 53 (3 hr. 60C UV, 3 hr. 50C CON). 8 Three of each type shall be used for control purposes. The remaining three shall be 9 subjected to 1000 hours of UV exposure in the QUV weatherometer. Specimen 10 dimensions conform to those outlined below. 11 12 The laboratory test data shall summarize the tensile strength of each, and the average 13 tensile strength for both control and weathered samples. The data shall also summarize 14 the elongation of each, and the average elongation for both control and weathered 15 samples. The average values shall be used to show the percent change in tensile and 16 elongation. 17 18 Section 9-17.2 is supplemented with the following new sub -section: 19 20 9-17.2 (1) Acceptance 21 The specimens shall show no signs of delamination, distress, or discoloration. Physical 22 properties of tensile strength and rigidity shall be maintained within 80 percent of the 23 unconditioned values. 24 25 9.17.3 Field Tests 26 This section including title is revised to read: 27 28 9-17.3 Field Impact Test Procedure 29 Sample size of eight units will be tested the following way: 30 31 Flexible Ground Mounted Posts 32 Eight flexible ground mounted posts installed by the manufacturer (four installed 33 manually and four installed mechanically). The delineators will be hit ten times 34 (four posts for glancing bumper hits and four posts for wheel hits). A standard 35 sedan with a bumper height of approximately 18" while traveling at a speed of 55 ± 36 2 mph will be used for impact testing. Five of the impacts will be at an ambient 37 temperature of 32 ± 5°F and the remaining five impacts at an ambient temperature 38 of 85 ±_50F. The test vehicle shall impact four of the posts at an angle 39 perpendicular to the front of the post and shall impact the remaining posts at an 40 angle of 250 clockwise from the angle perpendicular to the front of the posts. The 41 same test samples will be used for the ten hits. Two flexible posts will be used for 42 weatherometer testing. A glancing hit is defined as one on the bumper near the 43 vehicle headlight. The delineators shall be installed a minimum of eight hours prior 44 to being hit. 45 46 Flexible Surface Mounted Posts 47 Eight flexible surface mounted posts installed by the manufacturer will be hit ten 48 times (four posts for glancing bumper hits and four posts for wheel hits). A standard 49 sedan with a bumper height of approximately 18" while traveling at a speed of 55 ± 50 2 mph will be used for impact testing. Five of the impacts will be at an ambient 51 temperature of 32 ± 5°F and the remaining five impacts at an ambient temperature 52 of 85 ± 5°F. The test vehicle shall impact four of the posts at an angle 53 perpendicular to the front of the post and shall impact the remaining posts at an 54 angle of 250 clockwise from the angle perpendicular to the front of the posts. The 55 same test samples will be used for the ten hits. Two flexible posts will be used for 56 weatherometer testing. A glancing hit is defined as one on the bumper near the 57 vehicle headlight. The delineators shall be installed a minimum of eight hours prior 58 to being hit. 59 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 109 v 1 Section 9-17.3 is supplemented with the following new sub -sections: 2 3 9-17.3 (1) Test Observations 4 Inspect each post after each impact and document the following: ' 5 6 1. Any splits, cracks, breaks or other forms of deformation or distress; 7 8 2. The percent list to vertical two minutes after each impact; 9 10 3. The approximate percentage of the reflective area that is damaged after each ' 11 12 impact to an extent.it no longer performs as intended; 13 4. Any problems or comments associated with the installation and removal of the 14 posts and bases. The testing agent will document any special equipment or 15 techniques required for installing or removing the posts and bases. ' 16 17 5. Any problems or comments associated with the performance of each ground 18 mounted flexible delineator post that would be of interest to the states; ' 19 20 6. Type of soil and impact surface. 21 22 23 9-17.3 (2) Acceptance A failure is defined as any of the following: 24 25 1. A minimum of 50 percent of the reflective sheeting shall be retained 26 undamaged. An area of damage greater than 50 percent is considered a ' 27 failure. 28 29 2. If the guide post leans more than 10 degrees from vertical it is considered a ' 30 failure. 31 32 3. Any cracking, other than surface cracking evident on only one face of the post, 33 34. is considered a failure. 35 4. Pullout in excess of 3 inches is considered a failure. 36 37 At least six of the guide posts must pass each criteria in the 55 + 2 miles per hour series 38 of impacts to be acceptable. 39 40 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 41 April 4, 2005 42 This section is supplemented with the following new sub -sections: 43 44 9-23.10 Ground Granulated Blast Furnace Slag 45 Ground granulated blast furnace slag shall meet the requirements of AASHTO M 302, 46 Grade 100 or Grade 120. The grade of the ground granulated blast furnace slag, the 47 source, and type of manufacturing facility shall be certified on the cement mill test 48 certificate. 49 50 9-23.11 Microsilica Fume 51 Microsilica Fume shall conform to the requirements of AASHTO M 307. The optional 52 physical requirement for Reactivity with Cement Alkalies . set forth in Table 3 will be 53 required when Microsilica Fume is being used as an ASR mitigation measure. 54 SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 110 v 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 SECTION 9-28, SIGNING MATERIALS AND FABRICATION December 6, 2004 9-28.1 General The third sentence in the first paragraph is deleted. 9-28.6 Destination Sign Messages The second paragraph is deleted. 9-28.8 Sheet Aluminum Signs The sheet thickness chart is revised to read: Maximum Horizontal Dimension Overlay panels Up to 20 inches 20 inches to 36 inches, inclusive Over 36 inches (Permanent Signs) The fourth paragraph is revised to read: u Sheet Aluminum Thickness 0.050 inch ' 0.063 inch 0.080 inch 0.125 inch Before placing aluminum in contact with untreated steel, the steel surfaces shall be protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-11- 99 and two coats of aluminum paint D-1-57. 9-28.10 Plywood Signs This section is deleted. 9-28.11 Hardware The entry for hardware item "Angle and "Z" Bar' in the table in this section is revised to read Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum ASTM A 36 or ASTM A 992 Steel 9-28.14(2) Steel Structures and Posts This section is revised to read: Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as shown in the Plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 992. Truss member connection hardware shall conform to Section 9- 06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A 992. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, and shall be fabricated hot. Anchor rods for sign bridge and cantilever sign structure foundations shall conform to ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts and washers for sign bridge and cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the Plans or Special Provisions, metal surfaces shall not be painted. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 111 ' 1 2 Except as otherwise noted, steel used for sign structures and posts shall have a 3 controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the 4 Plans or Special Provisions specify painting of the galvanized steel surfaces, then the ' 5 controlled silicon content requirement does not apply for those steel members. Mill test 6 certificates verifying the silicon content of the steel shall be submitted to both the 7 galvanizer and the Engineer prior to beginning galvanizing operations. 8 9 Minor fabricating and modifications necessary for galvanizing will be allowed if not 10 detrimental to the end product as determined by the Engineer. If such modifications are 11 12 contemplated, the Contractor shall submit to the Engineer, for approval, six copies of the proposed modifications, prior to fabrication. 13 14 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL ' 15 April 4, 2005 16 9-29.3 Conductors, Cable 17 Under the second paragraph, item 5 is revised to read: 18 19 5. -Pole and bracket cable shall be atwo-conductor cable rated for 600 volts. The 20 individual conductors shall be one red and one black 19 -strand No. 10 AWG 21 copper, assembled parallel. The conductor insulation shall be 45 -mil polyvinyl 22 chloride or a 600 volt rated cross-linked polyethylene. The Jacketing shall be 23 polyethylene or polyvinyl chloride not less than 45 -mils thick. If luminaires with 24 remote ballasts are specified in the contract, this same cable shall be used 25 between luminaire and ballast for both timber and ornamental pole construction. If 26 the luminaire requires fixture wire temperatures greater than 75°C, the outer jacket 27 shall be stripped for that portion of the cable inside the luminaire. The single 28 conductors shall then be sheathed with braided fiberglass sleeving of the 29 temperature rating recommended by the luminaire manufacturer. 30 31 9-29.6 Light and Signal Standards 32 The first paragraph is supplemented with the following: 33 34 Fabrication of light and signal standards shall conform to the applicable requirements of 35 Section 6-03.3(14). 36 37 9-29.6(1) Light and Signal Standards 38 This section including title is revised to read: 39 40 9-29.6(1) Steel Light and Signal Standards 41 Steel plates and shapes for light and signal standards shall conform to ASTM A 36, 42 except that structural shapes may conform to ASTM A 992. Shafts for light and signal 43 standards, except Type PPB signal standards, shall conform to ASTM A 572 Grade 50. ' 44 Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM 45 signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for 46 light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in 47 the Standard plans for fixed base light standards. Base plates for signal standards shall 48 conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners 49 for handhole covers, bands on lighting brackets, and connector attachment brackets 50 shall conform to ASTM F 593. 51 52 Light and signal standards shall be hot -dipped galvanized in accordance with AASHTO 53 M 111 and AASHTO M 232. 54 55 Steel used for light and signal standards shall have a controlled silicon content of either 56 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon 57 content of the steel shall be submitted to both the galvanizer and the Engineer prior to 58 beginning galvanizing operations. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 112 v 1 2 9-29.6(2) Slip Base Hardware 3 This section is revised to read: 4 5 Slip plates and anchor plates for light standards and for Type FB and RM signal 6 standards shall conform to the requirements of ASTM A 572 Grade 50. The keeper 7 plate shall be 28 gage, conforming to ASTM A 653 coating designation G 90. Clamping 8 bolts for slip base assemblies and slip base adapters shall conform to AASHTO M 164. 9 Studs and bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall 10 conform to AASHTO M 291 Grade DH. Hardened washers shall conform to AASHTO M 11 293. Plate washers shall conform to ASTM A 36. 12 13 Galvanized bolts shall meet standard specification 9-06.5(4). 14 15 9-29.10 Luminaires 16 Under the first paragraph, the third sentence in item D is revised to read: 17 18 All internal luminaire assemblies shall be assembled on or fabricated from either 19 stainless steel or galvanized steel. 20 21 9-29.13 Traffic Signal Controllers 22 This section is supplemented with the following: 23 24 All Traffic Signal Control Equipment Shall be Tested As Follows. 25 26 The supplier shall: 27 28 1. Seven days prior to shipping, arrange appointment for controller cabinet 29 assembly, and testing at the WSDOT Materials Laboratory or the facility 30 designated in the Special Provisions. 31 32 2. Assembly shall be defined as but not limited to tightening all screws, nuts 33 and bolts, verifying that all wiring is clear of moving parts and properly 34 secured, installing all pluggables, connecting all cables, Verify that all 35 contract required documents are present, proper documentation is 36 provided, and all equipment required by the contract is installed. 37 38 3. The assembly shall be done at the designated WSDOT facility in the 39 presence of WSDOT personnel. 40 41 4. The supplier shall demonstrate that all of the functions required by this 42 specification and the contract Plans and Special Provisions perform as 43 intended. Demonstration shall include but not be limited to energizing the 44 cabinet and verifying that all 8 phases, 4 pedestrian movements, 4 45 overlaps (as required by the Contract Provisions) operate per Washington 46 State Standard Specifications Section 9-29.13. The supplier shall place 47 the controller in minimum recall with interval timing set at convenient value 48 for testing purposes. Upon a satisfactory demonstration the controller 49 assembly will then be accepted by WSDOT for testing. 50 51 5. If the assembly, and acceptance for testing is not complete within 5 52 working days of delivery, the Project Engineer may authorize the return of 53 the assembly to the supplier, with collect freight charges to the supplier. 54 55 6. The Contractor will be notified when the testing is complete, and where 56 the assembly is to be picked -up for delivery to the project. 57 58 7. The supplier has 5 working days to repair or replace any components that 59 fail during the testing process at no cost to the Contracting Agency. A SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 113 t t 1 failure shall be defined as a component that no longer functions as 2 intended under the conditions required or does not meet the requirements 3 of the Contract Specifications and is at the soul discretion of WSDOT. 4 5 8. Any part or component of the controller assembly, including the cabinet 6 that is rejected shall not be submitted for use by WSDOT or any City or 7 County in the State of Washington. 8 9 9-29.13(6) Radio Interference Suppressers 10 In the first paragraph, the second sentence is revised to read: 11 12 Interference suppressers shall be of a design which will minimize interference in both 13 broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 14 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in 15 connection with normal installations 16 17 9-29.13(7) Traffic -Actuated Controllers 18 In the first paragraph, item 3 is revised to read: 19 20 3. A minimum of four overlaps. 21 22 9-29.13(7)B Auxiliary Equipment for NEMA Controllers 23 Under the first paragraph, item 2 is supplemented with the following: 24 25 The controller cabinet shall have all cabinet wiring installed for eight vehicle phases, 26 four pedestrian phases, four emergency pre-empts, four overlaps (OL A, B, C, D). 27 28 Under the first paragraph, item 7 is revised to read: 29 30 7. A "Display Panel" when noted in the contract. The display panel shall depict a 31 generic eight -phase operation. The panel shall be mounted on the inside of the 32 front cabinet door and the mounting shall be of a design that allows positioning of 33 the panel in four orientations 90 degrees from each other. The mounting shall be 34 removable without use of any tools. Incandescent red, yellow, green, walk and don't 35 walk indicator lights shall be provided for each phase. The indicator lights shall be 36 connected to the associated field terminals. The connecting cable shall be long 37 enough to allow for any mounting orientation. No diodes will be allowed in the 38 display panel. A means of disconnecting all wiring entering the panel shall be 39 provided. Switches shall be provided on the panel with labels and functions as 40 follows: 41 42 a. Display On — Signal indicator lamps will display the operation of the 43 intersection. 44 45 b. Test —All indicator lamps shall be energized. 46 47 c. Display Off — all signal- indicator lamps shall be de -energized. 48 49 A "Detector Panel", as specified in Standard Specification Section 9-29.12(7)D, 50 shall be installed. The panel shall be mounted on the inside of the front cabinet 51 door. The detector panel shall be constructed as a single unit. Detector switches 52 with separate operate, test, and off positions shall be provided for each field 53 detector input circuit. A high intensity light emitting diode (LED) shall be provided 54 for each switch. The lamp shall energize upon vehicle, pedestrian or test switch 55 actuation. The test switch shall provide a spring loaded momentary contact that will 56 place a call into the controller. When in the OFF position, respective detector 57 circuits will be disconnected. In the operate . position, each respective detector 58 circuit shall operate normally. Switches shall be provided on the panel with labels 59 and functions as follows: SW 2f" ST.ISTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 114 1 2 a. Display On — Detector indicator lights shall operate consistent with their 3 respective switches. 4 5 b. Display Off — detector indicator lights shall be de -energized. 6 7 A means of disconnecting all wiring entering the panel shall be provided. The 8 disconnect shall include a means to jumper detection calls when the display panel 9 is disconnected. All switches on the panel shall be marked with its associated plan 10 detector number. All markers shall be permanent. 11. 12 9-29.13(7)D NEMA Controller Cabinets 13 This section is revised to read: 14 15 Each traffic -actuated NEMA controller shall be housed in a weatherproof cabinet 16 conforming to the following requirements: 17 18 1. Construction shall be of 0.073 -inch minimum thickness series 300 stainless 19 steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The 20 stainless steel shall be annealed or one -quarter -hardness complying- with 21 ASTM A666 stainless steel sheet. Cabinets may be finished inside with an 22 approved finish coat of exterior white enamel. If no other coating is specified 23 in the Contract Provisions the exterior of all cabinets shall be bare metal. All 24 controller cabinets shall be furnished with front and rear doors. 25 26 2. The cabinet shall contain shelving, brackets, racks, etc., to support the 27 controller and auxiliary equipment. All equipment shall set squarely on shelves 28 or be mounted in racks and shall be removable without turning, tilting, or 29 rotating or relocating one device to remove another. A 24 slot rack or racks 30 shall be installed. The rack(s) shall be wired for 2 channel loop detectors and 31 as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop 32 detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop 33 detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6 34 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase 35 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5 36 detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23 37 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4 38 channel discriminator, wired for channel A, B, C, D. All loop detector slots shall 39 be wired for presence/ pulse detection/ extension. If an external power supply 40 is required in order for the entire racks(s) to be powered it shall be installed. 41 All rack(s) slots shall be labeled with engraved identification strips. 42 43 3. Additional detection utilizing the "D" connector shall be installed in accordance 44 with the contract. The cabinet shall be of adequate size to properly house the 45 controller and all required appurtenances and auxiliary equipment in an upright 46 position with a clearance of at least 3 inches from the vent fan and filter to 47 allow for proper air flow. In no case shall more than 70 percent of the cabinet 48 volume be used. There shall be at least a 2 -inch clearance between shelf 49 mounted equipment and the cabinet wall or equipment mounted on the cabinet 50 wall. 51 52 4. The cabinet shall have an air intake vent on the lower half of the front door, 53 with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in 54 place with a spring-loaded framework. 55 56 5. The cabinet door(s) shall be provided with: ' 57 58 a. Spring loaded construction core locks capable of accepting a Best 59 type CX series six segment (core installed by others) shall be SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 115 ' 1 installed in each door with the exception of the police panel door. 2 Cabinet doors shall each have a three point latch system. 3 4 b. A police panel assembly shall be installed in the front door and shall 5 have a stainless steel hinge pin and a police panel lock. Two police 6 keys with shafts a minimum of 1 3/4 inches long shall be provided 7 with each cabinet. 8 9 c. All doors and police panel door shall have one piece closed cell, 10 neoprene gaskets. 11 12 d. A two position doorstop assembly. Front and rear interior light control 13 switches. 14 15 9-29.1-3(7)E Type 170E, 170E -HC -11, 2070, 2070 Lite, ATC Controller Cabinets 16 This section is revised to read: 17 18 The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 19 ITS/ATC cabinets, or as specified in the contract. Each door shall be furnished with a 20 construction core lock conforming to Standard Specifications 9-29.13 (7)D 5a, b and c 21 above. A police panel with door, stainless steel hinge pin and lock shall be provided. 22 Two police keys with shafts a minimum of 1 3/4" long shall be, provided with each 23 cabinet. Each of these cabinets shall be furnished with auxiliary equipment described in 24 Standard Specification 9-29.13(7)C. Type 334 cabinets for traffic data station controller 25 furnished shall meet current Caltrans 170E specifications, as stated in Standard 26 Specification 9-29.13(7) and as follows. Camera control and DMS local control cabinets 27 shall contain the equipment shown in the Plans. The cabinet shall have the same 28 external physical dimensions and appearance of Model 334 cabinets. 29 30 1. The cabinet shall be fabricated of stainless steel or sheet aluminum in 31 accordance with Section 9-29.13(7)D, Item number 1. Painted steel, painted or 32 anodized aluminum is not allowed. 33 34 2. Cabinet doors shall have athree-point latch and two -position stop assembly 35 with spring loaded construction core lock capable of accepting a Best lock 36 company type, with 6 -pin CX series core. The Contractor shall supply 37 construction cores. Upon contract completion, the Contractor shall deliver two 38 master keys to the Engineer. 39 40 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 41 42 4. A shatterproof fluorescent interior cabinet lights with self-starting ballast shall 43 be furnished, one fixture mounted on the rear rack near the top and the second 44 mounted at the top of the front rack. Door switches shall automatically turn on 45 both lights when either door is opened. 46 47 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall 48 be provided in lieu of the two controller unit support angles. The shelf shall be 49 fabricated from aluminum and shall be installed such that it does not interfere 50 with access to any terminal block. The shelf shall contain a rollout flip -top 51 drawer for storage of wiring diagrams and manuals. 52 53 A disposable paper filter element of at least 180 square inches shall be provided in lieu 54 of a metal filter. 55 56 All traffic data and ramp meter cabinets shall include the following accessories: 57 58 1. Each cabinet shall be equipped with a fully operable controller equipped as 59 specified in the Contract Provisions. sw 27TH ST.ISTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 116 a 2 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each 3 using 133 millimeters of rack height. 4 5 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989 6 Caltrans 170 specification, with all current amendments. 7 8 The PDA #3 shall contain three Model 200 Load Switches. 9 10 A transient voltage protection device shall be provided, which plugs into the 11 controller unit receptacle and in turn accepts the controller plug and meets the 12 electrical requirements of Section 9-29.13(7)B(3) item e. 13 14 A second transfer relay, Model 430, shall be mounted on the rear of the PDA 15 #3 and wired as shown in the Plans. 16 17 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be 18 labeled POLICE CONTROL, ON-OFF. 19 20 5. Display Panel 21 22 A. General 23 Each cabinet shall be furnished with a display panel. The panel shall be 24 mounted, showing and, providing detection for inputs and specified 25 controller outputs, at the top of the front rack above the controller unit. 26 The display panel shall be fabricated from brushed aluminum and 27 constructed according to the detail in the Plans. 28 29 B. Text 30 All text on the display panel shall be black in color and silk screened 31 directly to the panel except the Phenolic detector and cabinet nameplates. 32 A nameplate for each loop shall be engraved with a 1/4 inch nominal text 33 according to the ITS Field Wiring Charts. The nameplates shall be 34 permanently affixed to the display panel. 35 36 C. LEDs 37 The LEDs for the display panel shall meet the following specifications: 38 39 Case size T 1-3/4 40 Viewing angle 500 minimum 41 Brightness 8 Milli candelas 42 43 LEDs with RED, YELLOW or GREEN as part of their labels shall be red, 44 yellow or green in color. All other LEDs shall be red. All LEDs shall have 45 tinted diffused lenses. 46 47 D. Detector Display Control Switch 48 Each display panel shall be equipped with one detector display control 49 switch on the panel with labels and functions as follows: 50 51 ON 52 Detector display LEDs shall operate consistent with their separate 53 switches. 54 55 OFF 56 All detector indicator LEDs shall be de -energized. Detector calls shall 57 continue to reach the controller. 58 59 TEST SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 117 1 All detector indicator LEDs shall illuminate and no calls shall be 2 placed to the controller. 3 4 E. Advance Warning Sign Control Switch 5 Each display panel shall be equipped with one advance warning sign 6 control switch on the panel with labels and functions as follows: 7 8 AUTOMATIC 9 Sign Relay shall energize upon ground true call from controller. 10 1-1 SIGN OFF 12 Sign Relay shall de -energize. 13 14 SIGN ON 15 Sign Relay shall energize. 16 17 F. Sign Relay 18 19 The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay 20 coil shall draw (or sink) 50 milliamperes ± 10% from the 170E controller 21 and have a DPDT contact rating not less than 10 amperes. A 1N4004 22 diode shall be placed across the relay coil to suppress voltage spikes. 23 The anode terminal shall be connected to terminal #7 of the relay as 24 labeled in the Plans. The relay shall energize when the METERING 25 indicator LED is lit. 26 27 G. Detector Input Indicators 28 One display LED and one spring-loaded two -position SPST toggle switch 29 shall be provided for each of the 40 detection inputs. These LEDs and 30 switches shall function as follows: 31 32 TEST 33 When the switch is in the test position, a call shall be placed to the � 34 controller and energize the associated LED. The switch shall g 35 automatically return to the run position when it is released. 36 37 RUN 38 In the run position the LEDs shall illuminate for the duration of each 39 call to the controller. 40 41 H. Controller Output Indicators 42 The display panel shall contain a series of output indicator LEDs mounted 43 below the detection indicators. The layout shall be according to the detail 44 in the Plans. These LEDs shall illuminate upon a ground true output from 45 the controller via the C5 connector. 46 47 The output indicator LEDs shall have resistors in series to drop the voltage 48 from 24 volts DC to their rated voltage and limit current below their rated 49 current. The anode connection of each LED to +24 VDC shall be wired 50 through the resistor. 51 52 I. Connectors 53 Connection to the display panel shall be made by three connectors, one 54 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 55 and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin 56 connectors and shall be compatible such that the two connectors can be 57 connected directly to one another to bypass the input detection. Wiring for 58 the P1, P2 and C5 connectors shall be as shown in the Plans. 59 SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 118 1 The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and 2 C6 according to the pin assignments shown in the Plans. 3 4 6. Model 204 Flasher Unit 5 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign 6 flasher unit mounted on the right rear side panel. The flasher shall be powered 7 from T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6. 8 9 7. Fiber Optic Patch Panel 10 The Contractor shall provide and install a rack -mounted fiber optic patch panel 11 as identified in the Plans. 12 13 Cabinet Wiring 14 1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel. 15 Layout and position assignment of the terminal blocks shall be as noted in 16 the Plans. 17 18 Terminals for field wiring in traffic data and/or ramp metering controller 19 cabinet shall be labeled, numbered and connected in accordance with the 20 following: 21 22 Terminal Terminal and Connection 23 Block Pos. Wire Numbers Identification 24 TBS 501-502 AC Power, Neutral 25 T1-2 641 Sign on 26 T1-4 643 Sign off 27 T1-5 644 Flasher Output NC 28 T1-6 645 Flasher Output NO 29 T471 631 Lane 3 - Red 30 T4-2 632 Lane 3 - Yellow 31 T4-3 633 Lane 3 - Green 32 T4-4 621 Lane 2 - Red 33 T4-5 622 Lane 2 - Yellow 34 T4-6 623 Lane 2 - Green 35 T4-7 611 Lane 1 - Red 36 T4-8 612 Lane 1 - Yellow 37 T4-9 613 Lane 1 - Green 38 39 Loop lead-in cables shall be labeled and connected to cabinet terminals 40 according to the ITS Field Wiring Chart. This chart will be provided by the 41 Engineer within 20 days of the Contractor's request. 42 43 9-29.16(2)A Optical Units 44 Under the first paragraph, number 4 (warranty) is deleted. 45 46 9-29.19 Pedestrian Push Buttons 47 The third paragraph is deleted 48 49 9-29.21 Flashing Beacon 50 This section is revised to read: 51 52 Flashing beacons shall be installed as detailed in the Plans, as specified in the Special 53 Provisions, and as described below: 54 55 Controllers for flashing beacons shall be as specified in Section 9-29.15. 56 57 Beacons shall consist of single section, 8 -inch or 12 -inch traffic signal heads, three 58 or four-way adjustable, meeting all of the applicable requirements of Section 9 - SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 119 '. 1 29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch 2 yellow displays shall be dimmed 50% after dark. 3 The bracket, platform, and anti -twist plate shall be 16 gage sheet steel, conforming to 4 Mounting brackets, mountings, and installation shall meet all applicable 5 requirements of Section 9-29.17. 6 9-32.4 Wood Posts 7 Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans 8 or as determined by the Engineer. 9 Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar. 10 9-29.24 Service Cabinets 11 Under the first paragraph, item F is revised to read: 12 CITY OF RENTON 13 F. The, minimum size of control c_ ircuit conductors used in service cabinets shall be 14 No. 14 AWG stranded copper. 15 16 All electrical contactors shall have the loadside terminals toward the front (door 17 side) of the service cabinet. 18 19 Under the first paragraph, the fourth sentence of item I is revised to read: 20 21 No electrical devices shall be connected to the dead front panel. 22 23 9-29.25 Amplifier, Transformer, and Terminal Cabinets 24 Under the first paragraph, the fourth sentence of item 3 is revised to read: 25 26 The Contractor shall supply construction cores with two master keys. The keys shall be 27 delivered to the Engineer. 28 29 30 SECTION 9-30, WATER DISTRIBUTION MATERIALS August 2, 2004 31 9-30.6(1) Saddles 32 The first sentence is revised to read: 33 34 Saddles shall be ductile iron, bronze, brass, or stainless steel. 35 36 9-30.6(2) Corporation Stops 37 The first sentence is revised to read: 38 39 Corporation stops shall be made of bronze or brass alloy. 40 41 9-30.6(4) Service Fittings 42 The first sentence is revised to read: 43 44 Fittings used for service connections shall be made of bronze or brass alloy. 45 46 SECTION 9-32, MAILBOX SUPPORT 47 August 2, 2004 48 9-32.2 Bracket, Platform and Anti -Twist Plate 49 50 This section is revised to read: 51 The bracket, platform, and anti -twist plate shall be 16 gage sheet steel, conforming to 52 ASTM A 36. 53 54 9-32.4 Wood Posts 55 This section is revised to read: 56 57 Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar. SW 2f" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 120 1 2 Section 9-32 is supplemented with the following: 3 4 9-32.8 Concrete Base 5 The concrete in the concrete base shall meet or exceed the requirements of Section 6- 6 02.3(2)B. 7 8 9-32.9 Steel pipe 9 The requirements for commercially available, Schedule 40, galvanized steel pipe, 10 elbows, and couplings shall be met for all parts not intended to be bent or welded. 11 Welded and bent parts shall be galvanized after fabrication in accordance with AASHTO 12 M 111. 13 - 14 9-32.10 U -Channel Post 15 U -channel posts shall meet the requirements of ASTM A 29, weigh a minimum of 3 16 pounds per linear foot, and shall be galvanized according to AASHTO M 111. 17 18 SECTION 9-33, CONSTRUCTION GEOTEXTILE 19 April 5, 2004 20 This section including title is revised to read: 21 22 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 23 April 5, 2004 24 9-33.1 Geosynthetic Material Requirements 25 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and 26 prefabricated drainage mats. 27 28 Geotextiles, including geotextiles attached to prefabricated drainage core to form a 29 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns 30 formed into a stable network such that the fibers or yarns retain their position relative to 31 each other during handling, placement, and design service life. At least 95 percent by 32 weight of the material shall be polyolefins or polyesters. The material shall be free from 33 defects or tears. The geotextile shall also be free of any treatment or coating which 34 might adversely alter its hydraulic or physical properties after installation. 35 36 Geogrids shall consist of a regular network of integrally connected polymer tensile 37 elements with an aperture geometry sufficient to permit mechanical interlock with the 38 surrounding backfill. The long chain polymers in the geogrid tensile elements, not 39 including coatings, shall consist of at least 95 percent by mass of the material of 40 polyolefins or polyesters. The material shall be free of defects,.cuts, and tears. 41 42 Prefabricated drainage core shall consist of a three dimensional polymeric material with 43 a structure that permits flow along the core laterally, and which provides support to the 44 geotextiles attached to it. 45 46 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in 47 Section 9-33.2, and additional tables as required in the Special Provisions for each use 48 specified in the Plans. Specifically, the geosynthetic uses included in this section and 49 their associated tables of properties are as follows: 50 51 Applicable 52 Geotextile Application Property Tables 53 Underground Drainage, Low Survivability, 54 Classes A, B, and C Tables 1 and 2 55 56 Underground Drainage, Moderate Survivability, 57 Classes A, B, and C Tables 1 and 2 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 121 u I 1 1 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Separation Soil Stabilization Permanent Erosion Control, Moderate Survivability, Classes A, B, and C Permanent Erosion Control, High Survivability Classes A, B, and C Ditch Lining Temporary Silt Fence Permanent Geosynthetic Retaining Wall Temporary Geosynthetic Retaining Wall Prefabricated Drainage Mat Tables 9 and 10 will be included in the Special Provisions. Table 3 Table 3 Tables 4 and 5 Tables 4 and 5 Table 4 Table 6 Tables 7 and 9 Tables 7 and 10 Table 8 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the properties specified in Table 9 for permanent walls, and Table 10 for temporary walls. For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed at the wall face to retain the backfill material as shown in the Pians shall conform to the properties for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of temporary or permanent geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile itself. 9-33.2 Geosynthetic Properties 9-33.2(1) Geotextile Properties Table 1: Geotextile for underground drainage strength properties for survivability. Geotextile Property Requirements' Low Moderate Survivability Survivability Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan Grab Tensile Strength, ASTM D4632 180 lbs./115 lbs. min. 250 lbs./160 lbs. min. min. in machine and x -machine direction Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50% machine and x -machine direction Seam Breaking Strength ASTM D46323 160 lbs./100 lbs. min. 220 lbs./140 lbs. min. Puncture Resistance ASTM D4833 67 lbs./40 lbs. min. 80 lbs./50 lbs. min. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 122 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Tear Strength, min. in ASTM D4533 67 lbs/40 lbs. min machine and x -machine direction 80 lbs./50 lbs. min. Ultraviolet (UV) ASTM D4355 50% strength 50% strength Rediation stability retained min., retained min., after 500 hrs. in after 500 hrs. in weatherometer weatherometer Table 2: Geotextile for underground drainage filtration properties. Geotextile Property Requirements' Geotextile Property Test Method 2 Class A Class B Class C AOS ASTM D4751 .43 mm `max. .25 mm max. .18 mm max. (#40 sieve) (#60 sieve) (#80 sieve) Water Permittivity ASTM D4491 .5 sec' min. .4 sec' min. .3 sec' min. Table 3: Geotextile for separation or soil stabilization. Geotextile Property Requirements' Separation Soil Stabilization Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan AOS ASTM D4751 .60 mm max. .43 mm max. (430 sieve) (#40 sieve) Water Permittivity ASTM D4491 .02 sec' min. .10 sec' min. Grab Tensile Strength, ASTM D4632 250 lbs./160 lbs. min. 315 lbs./200 lbs. min. min. in machine and x -machine direction Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50% machine and x -machine direction Seam Breaking Strength ASTM D46322 220 lbs./140 lbs. min. 270 lbs./180 lbs. min. Puncture Resistance ASTM D4833 80 lbs./50 lbs. min. 112 lbs./79 lbs. min. Tear Strength, min. in ASTM D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min. machine and x -machine direction Ultraviolet (UV) ASTM D4355 50% strength 50% strength Rediation stability retained min., retained min., after 500 hrs. in after 500 hrs. in weatherometer weatherometer Table 4: Geotextile for permanent erosion control and ditch lining. Geotextile Property Requirements' Permanent Erosion Control Ditch Lining Moderate High Servicability Servicability Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan AOS ASTM D4751 See Table 5 See Table 5 .60 mm max (#30 sieve) Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec' min. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 123 1 2 Grab Tensile Strength, ASTM D4632 250 lbs./160 lbs. min. 315 lbs./200 lbs. min. 250 lbs./160 lbs. min. 3 min. in machine and 4 x -machine direction 6 Grab Failure Strain, in ASTM D4632 15%-50%/>50% 15%-50%/>50% <50%/>50% 7 machine and x -machine 8 direction 9 10 Seam Breaking Strength th ASTM D46322 220 lbs./140 lbs. min. 270 lbs./180 lbs. min. 220 lbs./140 lbs. min. 11 12 Burst Strength ASTM D3785 400 pse/190 psi min. 500 psi/320 psi min. 13 14 Puncture Resistance ASTM D4833 80 lbs./50 lbs. min. 112 lbs./79 lbs. min. 80 lbs./50 lbs. min. 15 16 Tear Strength, min. in ASTM D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min. 80 lbs./50 lbs. min. 17 machine and x -machine 18 19 direction 20 Ultraviolet (UV) ASTM D4355 70% strength 70% strength 70% strength 21 Rediation stability retained min., retained min., retained min., 22 after 500 hrs. in after 500 hrs. in after 500 hrs. in 23 weatherometer weatherometer weatherometer 24 25 Table 5: Filtration properties for geotextile for permanent erosion control. 26 j 27 Geotextile Property Requirements' 28 Geotextile Property 2 Test Method Class A Class B Class C 29 30 AOS ASTM D4751 .43 mm max. .25 mm max. .22 mm max. (#40 sieve) (#60 sieve) (#70 sieve) 31 II, 32 Water Permittivity ASTM D4491 .7 sec' min. .4 sec' min. .2 sec' min. 33 34 Table 6: Geotextile for temporary silt fence. 35 36 Geotextile Property Requirements' 37 Supported 38 Between 39 Unsupported Posts with Wire or 40 Geotextile Property Test Method 2 Between Posts Polymeric Mesh 41 AOS ASTM D4751 .60 mm max. for slit .60 mm max. for slit 42 film wovens film wovens 43 (#30 sieve) (#30 sieve) 44 .30 mm max. for all .30 mm max. for all �. 45 other geotextile other geotextile 46 types (#50 sieve) types (#50 sieve) 47 .15 mm min. .15 mm min. ®r 48 (#100 sieve) (#100 sieve) 49 50 Water Permittivity ASTM D4491 .02 sec' min. .02 sec - min. 51 52 Grab Tensile Strength, ASTM D4632 180 lbs. min. in 100 lbs. min. 53 min. in machine and machine direction, 54 x -machine direction 100 lbs. min. in 55 x -machine direction 56 57 Grab Failure Strain, in ASTM D4632 30% max. at 180 lbs. 58 machine and x -machine or more (� 59 direction SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON I JULY 2005 124 �, 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Ultraviolet (UV) ASTM D4355 Rediation stability 70% strength retained min., after 500 hrs. in weatherometer 70% strength retained min., after 500 hrs. in weatherometer 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the test result for any sampled roll in a lot shall meet or exceed the values shown in the table). 2The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods 914 and 915, respectively. Copies of these test methods are available at the State Materials Laboratory in Tumwater. 3With seam located in the center of 8 -inch long specimen oriented parallel to grip faces. 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes All geotextile properties provided in Table 7 are minimum average roll values. The average test results for any sampled roll in a lot shall meet or exceed the values shown in the table. The test procedures specified in the Table are in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods. 914 and 915, respectively. Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic reinforced slopes and retaining walls. Geotextile Property Water Permittivity AOS Grab Tensile Strength, min. in machine and x -machine direction Grab Failure Strain, in machine and x -machine direction Seam Breaking Strengthl Puncture Resistance Tear Strength, min. in machine and x -machine direction Ultraviolet (UV) Radiation Stability SW 27" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 Test Method ASTM D4491 ASTM D4751 ASTM D4632 ASTM D4632 ASTM D4632 ASTM D4833 ASTM D4533 ASTM D4355 125 Geotextile Property Requirements Woven/Nonwoven 02 sec. -1 min. .84 mm max. (No. 20 Sieve) 200 lbs/120 lbs min < 50% / > 50% 160 lbs/100 lbs min. 63 lbs/50 lbs min. 63 lbs/50 lbs min. 70% (for polypropylene and polyethyelene) and 50% (for polyester) Strength Retained min., 1 1 1 1 t t 1 t 11 after 500 Hr. in weatherometer 1 2 1Applies only to seams perpendicular to the wall face. 3 4 The ultraviolet (UV) radiation stability, ASTM D4355, shall be a minimum of 70% 5 strength retained after 500 hours in the weatherometer for polypropylene and 6 polyethylene geogrids and geotextiles, and 50% strength retained after 500 hours in the 7 weatherometer for polyester geogrids and geotextiles. 8 9 9-33.2(3) Prefabricated Drainage Mat 10 Prefabricated drainage mat shall have a single or double dimpled polymeric core with a 11 geotextile attached and shall meet the following requirements: 12 13 Table 8: Minimum properties required for prefabricated drainage mats. 14 15 Property Test Method Prefabricated Drainage 16 Material/Geotextile 17 Property Requirements 18 19 Width 12 inches min. 20 21 Thickness ASTM D 5199 0.4 inches min. 22 Compressive Strength at 23 Yield ASTM D 1621 100 psi min. 24 25 In Plan Flow Rate ASTM D 4716 26 Gradient = 0.1, 27 Pressure-= 5.5 psi 5.0 gal. /min./ft. 28 29 Gradient = 1.0, 30 Pressure = 14.5 psi 15.0 gal. /min./ft. 31 ' 32 Geotextile -AOS ASTM D 4751 #60 US Sieve max. 33 34 Geotextile - Permittivity ASTM D 4491 > 0.4 SEC -1 35 36 Geotextile -Grab Strength ASTM D 4632 Nonwoven - 110 Ib. min. 37 38 Prefabricated drainage mats will be accepted based on the manufacturer's certificate of 39 compliance that the material furnished conforms to these specifications. The Contractor 40 shall submit the manufacturer's certificate of compliance to the Engineer in accordance 41 with Section 1-06.3. 42 43 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile 44 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the 45 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control 46 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 47 48 9-33.4 Geosynthetic Approval and Acceptance 49 50 9-33.4(1) Source Approval 51 The Contractor shall submit to the Engineer the following information regarding each 52 geosynthetic proposed for use: 53 54 Manufacturer's name and current address, 55 Full product name, 56 Geotextile structure, including fiber/yarn type, SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 126 1 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining 2 walls), and 3 Proposed geotextile use(s). 4 5 If the geosynthetic source has not been previously evaluated, or is not listed in the 6 current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic 7 shall be submitted to the State Materials Laboratory in Tumwater for evaluation. After 8 the sample and required information for each geosynthetic type have arrived at the 9 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be 10 required for this testing. Source approval will be based on conformance to the 11 applicable values from Tables 1 through 8 in Section 9-33.2 and additional tables as 12 specified in the Special Provisions. Source approval shall not be the. basis of 13 acceptance of specific lots of material unless the lot sampled can be clearly identified 14 and the number of samples tested and approved meet the requirements of WSDOT Test 15 Method 914. 16 17 Geogrid and geotextile products that are qualified for use in permanent geosynthetic 18 retaining walls and reinforced slopes (Classes 1, 2, or both) are listed in the current 19 WSDOT QPL. 20 21 For geogrid and geotextile products proposed for use in permanent geosynthetic 22 retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor 23 shall submit test information and the calculations used in the determination of Ta, 24 performed in accordance with WSDOT Standard Practice T925 to the State Materials 25 Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30 26 calendar days after receipt of the information to complete the evaluation. 27 28 9-33.4(3) Acceptance Samples 29 Samples will be randomly taken by the Engineer at the job site to confirm that the 30 geosynthetic meets the property values specified. 31 32 Approval will be based on testing of samples from each lot. A "lot" shall be defined for 33 the purposes of this specification as all geosynthetic rolls within the consignment (i.e., 34 all rolls sent the project site) that were produced by the same manufacturer during a 35 continuous period of production at the same manufacturing plant and have the same 36 product name. After the samples have arrived at the State Materials Laboratory in 37 Tumwater, a maximum of 14 calendar days will.be required for this testing. 38 39 If the results of the testing show that a geosynthetic lot, as defined, does not meet the 40 properties required for the specified use as indicated in Tables 1 through 8 in Section 9- 41 33.2, and additional tables as specified in the Special Provisions, the roll or rolls which 42 were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic 43 retaining walls shall meet the requirements of Table 7, and Table 10 in the Special 44 Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall 45 meet the requirements of Table 7, and Table 9 in the Special Provisions, and both 46 geotextile and geogrid acceptance testing shall meet the required ultimate tensile 47 strength T, as provided in the current QPL for the selected product(s). If the selected 48 product(s) are not listed in the current QPL, the result of the testing for T.„shall be 49 greater than or equal to T,, as determined from the product data submitted and 50 approved by the State Materials Laboratory during source approval. 51 52 Two additional rolls for each roll tested which failed from the lot previously tested will 53 then be selected at random by the Engineer for sampling and retesting. If the retesting 54 shows that any of the additional rolls tested do not meet the required properties, the 55 entire lot will be rejected. If the test results from all the rolls retested meet the required 56 properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic 57 that has defects, deterioration, or damage, as determined by the Engineer, will also be 58 rejected. All rejected geosynthetic shall be replaced at no additional expense to the 59 Contracting Agency. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE1,SEGMENT1 CITY OF RENTON JULY 2005 127 1 2 9-33.4(4) Acceptance by Certificate of Compliance 3 When the quantities of geosynthetic proposed for use in each geosynthetic application 4 are less than or equal to the following amounts, acceptance shall be by Manufacturer's 5 Certificate of Compliance: 6 7 Application Geotextile Quantity 8 Underground Drainage 600 sq. yards 9 Soil Stabilization and Separation 1,800 sq. yards 10 Permanent Erosion Control 1,200 sq. yards 11 Temporary Silt Fence All quantities 12 Temp. or Perm. Geosynthetic Retaining Wall Not required 13 Prefabricated Drainage Mat All quantities `14 15 The Manufacturer's Certificate of Compliance shall include the following information 16 about each geosynthetic roll to be used: 17 18 Manufacturer's name and current address, 19 Full product name, 20 Geosynthetic structure, including fiber/yarn type, 21 Polymer type (for all temporary and permanent geosynthetic retaining walls only), 22 Geosynthetic roll number, 23 Proposed geosynthetic use(s), and 24 Certified test results. 25 26 9-33.4(5) Approval of Seams 27 If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of 28 sewn seam which can be sampled by the Engineer before the geotextile is installed. 29 30 The seam sewn for sampling shall be sewn using the same equipment and procedures as 31 will be used to sew the production seams. If production seams will be sewn in both the 32 machine and cross -machine directions, the Contractor must provide sewn seams for 33 sampling which are oriented in both the machine and cross -machine directions. The seams 34 sewn for sampling must be at least 2 yards in length in each geotextile direction. If the 35 seams are sewn in the factory, the Engineer will obtain samples of the factory seam at 36 random from any of the rolls to be used. The seam assembly description shall be submitted 37 by the Contractor to the Engineer and will be included with the seam sample obtained for 38 testing. This description shall include the seam type, stitch type, sewing thread type(s), and 39 stitch density. 40 41 SECTION 9-34, PAVEMENT MARKING MATERIAL 42 August 2, 2004 43 9-34.5 Temporary Pavement Marking Tape 44 This section is supplemented with the following: 45 46 Pavement marking masking tape shall conform to ASTM D 4592 Type 1 (removable), 47 except that material shall be black, non-retroreflective and non -glaring. 48 49 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 50 December 6, 2004. 51 Temporary traffic control materials in this section consist of various traffic communication, 52 channelization and protection items described in Section 1-10 and listed below: 53 54 Stop/Slow Paddles 55 Construction Signs 56 Wood Sign Posts 57 Sequential Arrow Signs SW 2f" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 128 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Portable Changeable Message Signs Barricades Traffic Safety Drums Barrier Drums Traffic Cones Tubular Markers Warning Lights and Flashers Truck -Mounted Attenuator The basis for acceptance of temporary traffic control devices and materials shall be visual inspection by the Engineer's representative. No sampling or testing will be done except that deemed necessary to support the visual inspection. Requests for Approval of Material and Qualified Products List submittals are not required. Certification for crashworthiness according to NCHRP 350 will be required as described in Section 1-10.2(3). "MUTCD," as used in this section, shall refer to the latest WSDOT adopted edition of the Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of conflicts between the MUTCD and the contract provisions, then the provisions shall govern. 9-35.1 Stop/Slow Paddles Paddles shall conform to the requirements of the MUTCD, except that the minimum width shall be 24 inches. 9-35.2 Construction Signs Construction signs shall conform to the requirements of the MUTCD and shall meet the requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any sign/sign stand combination that satisfies these requirements will be acceptable. 1 F� t Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of 0.080 inches and a maximum thickness of 0.125 inches. All orange background signs shall be fabricated with Type X reflective sheeting. All post- N mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts or nuts) and the reflective sheeting. Soft, fabric, roll -up signs will not be acceptable. Any fabric sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be utilized until December 3.1, 2007. If a fabric sign Is used, it shall have been fabricated with Type VI , reflective sheeting. 9-35.3 Wood Sign Posts Use the charts below to determine post size for construction signs. One Post Installation Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 - 16.0 4x6 17.0 20.0 6x6. 21.0 25.0 6x8 26.0 31.0 Two Post Installation (For signs 5 feet or greater in width) Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 - 16.0 4x6 17.0 36.0 6x6 37.0 46.0 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 129 .: 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4 x 4 Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4 x 6 No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6 x 10, 6 x 12 No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) 9-35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for stationary lane closures on this project shall be Type C. The color of the light emitted shall be yellow. The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9-35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic/shutter 2. Light emitting diode 3. Light emitting diode/shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 130 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 .: 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4 x 4 Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4 x 6 No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6 x 10, 6 x 12 No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) 9-35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for stationary lane closures on this project shall be Type C. The color of the light emitted shall be yellow. The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9-35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic/shutter 2. Light emitting diode 3. Light emitting diode/shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 130 26 27 28 29 .: 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4 x 4 Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4 x 6 No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6 x 10, 6 x 12 No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) 9-35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for stationary lane closures on this project shall be Type C. The color of the light emitted shall be yellow. The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9-35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic/shutter 2. Light emitting diode 3. Light emitting diode/shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 130 30 31 32 33 34 35 36 .: 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4 x 4 Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4 x 6 No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6 x 10, 6 x 12 No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) 9-35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for stationary lane closures on this project shall be Type C. The color of the light emitted shall be yellow. The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9-35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic/shutter 2. Light emitting diode 3. Light emitting diode/shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 130 37 38 39 40 .: 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4 x 4 Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4 x 6 No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6 x 10, 6 x 12 No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) 9-35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for stationary lane closures on this project shall be Type C. The color of the light emitted shall be yellow. The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9-35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic/shutter 2. Light emitting diode 3. Light emitting diode/shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 130 41 42 43 44 45 46 47 .: 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4 x 4 Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4 x 6 No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6 x 10, 6 x 12 No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) 9-35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for stationary lane closures on this project shall be Type C. The color of the light emitted shall be yellow. The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9-35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic/shutter 2. Light emitting diode 3. Light emitting diode/shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 130 48 49 50 51 .: 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4 x 4 Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4 x 6 No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6 x 10, 6 x 12 No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) 9-35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for stationary lane closures on this project shall be Type C. The color of the light emitted shall be yellow. The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9-35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic/shutter 2. Light emitting diode 3. Light emitting diode/shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 130 52 53 54 55 56 57 58 .: 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4 x 4 Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4 x 6 No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6 x 10, 6 x 12 No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) 9-35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for stationary lane closures on this project shall be Type C. The color of the light emitted shall be yellow. The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9-35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic/shutter 2. Light emitting diode 3. Light emitting diode/shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 130 The PCMS shall be capable of displaying three lines of eight characters per line with a minimum of one pixel separation between each line. The PCMS message, using 18 -inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 800 feet centered on an axis perpendicular to the sign face. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non -glare from all angles and shall not degrade due to exposure to ultraviolet light. Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics. Any sign that employs flip disk or shutter technology shall be programmable to activate the disks/shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. The light source shall be energized only when the sign is displaying an active message. The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. The PCMS shall be operated by a controller that provides the following functions: Select any preprogrammed message by entering a code. Sequence the display of at least five messages. Blank the sign. Program a new message, which may include animated arrows and chevrons. Mirror the message currently being displayed or programmed. 9-35.6 Barricades Barricades shall conform to the requirements of the MUTCD supplemented by the further requirements of Standard Plan H-2. 9-35.7 Traffic Safety Drums Traffic safety drums shall conform to the requirements of the MUTCD and the following The drums shall have the following additional physical characteristics: Fabricated from low-density polyethylene that meets requirements of ASTM D 4976 and is UV stabilized. Overall Width 18 -inch minimum in the direction(s)of traffic flow. Rectangular, hexagonal, circular, or flat -sided semi -circular. The base color of the drum shall be fade resistant safety orange. The traffic safety drums shall be designed to accommodate at least one portable light unit. The method of attachment shall ensure that the light does not separate from the drum upon impact. Drums and light units shall meet the crashworthiness requirements of NCHRP 350 described in Section 1-10.2(3). When recommended by the manufacturer, drums shall be treated to ensure proper adhesion of the reflective sheeting. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 2 1 9-35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height Cross-section Formed support legs length Space between legs (taper to fit conc. barrier) Weight Color 22 in., ± 1 in. hollow oval 10 in. X 14 in., ± 1 in. 13 in., ± 1 in. 6 1/4 in. min. 33 Ib. ± 4 Ib. with legs filled with sand. Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type I I I or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9-35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9-35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9-35.12 Truck -Mounted Attenuator The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 132 3 16 5 6 7 8 9 10 1 12 113 14 1 9-35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height Cross-section Formed support legs length Space between legs (taper to fit conc. barrier) Weight Color 22 in., ± 1 in. hollow oval 10 in. X 14 in., ± 1 in. 13 in., ± 1 in. 6 1/4 in. min. 33 Ib. ± 4 Ib. with legs filled with sand. Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type I I I or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9-35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9-35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9-35.12 Truck -Mounted Attenuator The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 132 15 16 17 18 1 9-35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height Cross-section Formed support legs length Space between legs (taper to fit conc. barrier) Weight Color 22 in., ± 1 in. hollow oval 10 in. X 14 in., ± 1 in. 13 in., ± 1 in. 6 1/4 in. min. 33 Ib. ± 4 Ib. with legs filled with sand. Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type I I I or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9-35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9-35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9-35.12 Truck -Mounted Attenuator The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 132 19 20 21 22 23 24 25 1 9-35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height Cross-section Formed support legs length Space between legs (taper to fit conc. barrier) Weight Color 22 in., ± 1 in. hollow oval 10 in. X 14 in., ± 1 in. 13 in., ± 1 in. 6 1/4 in. min. 33 Ib. ± 4 Ib. with legs filled with sand. Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type I I I or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9-35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9-35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9-35.12 Truck -Mounted Attenuator The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 132 26 27 28 29 30 31 32 33 34 35 36 1 9-35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height Cross-section Formed support legs length Space between legs (taper to fit conc. barrier) Weight Color 22 in., ± 1 in. hollow oval 10 in. X 14 in., ± 1 in. 13 in., ± 1 in. 6 1/4 in. min. 33 Ib. ± 4 Ib. with legs filled with sand. Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type I I I or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9-35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9-35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9-35.12 Truck -Mounted Attenuator The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 132 37 38 39 40 1 9-35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height Cross-section Formed support legs length Space between legs (taper to fit conc. barrier) Weight Color 22 in., ± 1 in. hollow oval 10 in. X 14 in., ± 1 in. 13 in., ± 1 in. 6 1/4 in. min. 33 Ib. ± 4 Ib. with legs filled with sand. Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type I I I or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9-35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9-35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9-35.12 Truck -Mounted Attenuator The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 132 41 42 43 44 45 46 47 1 9-35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height Cross-section Formed support legs length Space between legs (taper to fit conc. barrier) Weight Color 22 in., ± 1 in. hollow oval 10 in. X 14 in., ± 1 in. 13 in., ± 1 in. 6 1/4 in. min. 33 Ib. ± 4 Ib. with legs filled with sand. Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type I I I or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9-35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9-35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9-35.12 Truck -Mounted Attenuator The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 132 48 49 50 51 1 9-35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height Cross-section Formed support legs length Space between legs (taper to fit conc. barrier) Weight Color 22 in., ± 1 in. hollow oval 10 in. X 14 in., ± 1 in. 13 in., ± 1 in. 6 1/4 in. min. 33 Ib. ± 4 Ib. with legs filled with sand. Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type I I I or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9-35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9-35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9-35.12 Truck -Mounted Attenuator The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 132 52 53 54 55 56 1 9-35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height Cross-section Formed support legs length Space between legs (taper to fit conc. barrier) Weight Color 22 in., ± 1 in. hollow oval 10 in. X 14 in., ± 1 in. 13 in., ± 1 in. 6 1/4 in. min. 33 Ib. ± 4 Ib. with legs filled with sand. Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type I I I or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9-35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9-35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9-35.12 Truck -Mounted Attenuator The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 132 Q i i SPECIAL PROVISIONS 1 il �1 a f] i SW 27°i ST./STRANDERBLVD. CONNECTION PHASE 1, SEGMENT l CITY OF RENTON JULY 2005 � 1, 1 1 � I � I i I I .CONTENTS PAGE SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS DESCRIPTIONOF WORK --------------------------------------------------------------------------- 1 1-01 DEFINITIONS AND TERMS-----------------------------------------------------------------1 1-01.1 General-------------------------------=---------------------------------------------------------1 1-01.3 Definitions---------------------------------------------------------------------=---------------2 1-02 BID PROCEDURES AND CONDITIONS -------------------------------------------------3 1-02.4 Examination Of Plans, Specifications And Site Of Work ----------------------------3 1-02.6 Preparation Of Proposal--------------------------------------------------------------------3 1-02.6(1) Proprietary Information-----------------------------------------------------------------4 1.02.12 Public Opening Of Proposal --------------------------------------------------------------4 1-0.3 AWARD AND EXECUTION OF CONTRACT --------------------------------------------4 1-03.1 Consideration of bids-----------------------------------------------------------------------4 1-03.2 Award of Contract---------------------------------------------------------------=-----------4 1-03.3 Execution of Contract-----------------------------------------------------------------------4 1-04 SCOPE OF WORK=---------------------------------------------------------------------------5 1-04.2 Coordination of Contract Documents... ------------------------------------------------5 1-04.3 Contractor -Discovered Discrepancies --------------------------------------------------5 1-04.4 Changes---------------------------------------------------------------------------------------6 1-04.8 Progress Estimates and Payments ------------------------------------------------------6 1-04.11 Final Cleanup-------------------------------------------------------------------------------6 1-04.12 Hours of Work-------------------------------------------------------------------------------6 1-05 CONTROL OF WORK----------------------------------=---------------------------------------6 1-05.4 Conformity With And Deviations From Plans And Stakes ---------------------------6 1-05.4 Contractor Surveying - Roadway ---------------------------------------------------------6 1-05.4(4) Contractor Provided As -Built Information ------------------------------------------8 1-05.7 Removal of Defective and Unauthorized Work ---------------------------------------9 1-05.10 Guarantees---------------------------------------------------------------------------------9 1-05.11(3) Operational Testing------------------------------------------------------------------1.0 1-05.14 Cooperation With Other Contractors -------------------------------------------------10 1-05.18 Contractor's Daily Diary ----------------------------------------------------------------11 1-06 CONTROL OF MATERIAL-----------------------------------------------------------------12 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 A 1-06.1 Approval of Materials Prior to Use -----------------------------------------------------12 1-06.2(1) Samples and Tests for Acceptance ------------------------------------------------12 1-06.2(2) Statistical Evaluation of Materials for Acceptance ------------------------------12 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ---------------12 1-07.1 Laws to be Observed---------------------------------------------------------------------12 1-07.2 State Taxes----------------------------------------------------------------------------------12 1-07.6 Permits And Licenses--------=------------------------------------------------------------13 1-07.7 Load Limits-----------------------------------------------------------------------------------13 1-07.9(5) Required Documents-----------------------------------------------------------------13 1-07.16 Protection And Restoration Of Property ---------------------------------------------13 1-07.16(l) Private/Public Property ---------------------------------------13 1-07.16(4) Archaeological And Historical Objects -------------------------------------------15 1-07.17 Utilities and Similar Facilities ---------------------------------------------- -=---------- 15 1-07.18 Public Liability and Property Damage Insurance ---------------------------------17 1-07.18(2) Coverages-----------------------------------------------------------------------------17 1-07.18(3) Limits----------------------------------------------=-------------------------------------19 1-07.18(4) Evidence of Insurance---------------------------------------------------------------19 1-07.22 Use of Explosives ------------------------------------------------------------------------ 20 1-07.23(1) Construction Under Traffic ---------------------------------------------------------20 1-08 PROSECUTION AND PROGRESS ------------------------------------------------------21 1-08.0 Preliminary Matters-----------------------------------------------------------------------21 1-08.0(1) Preconstruction Conference ---------------------------------------------------------21 1-08.1 Subcontracting-----------------------------------------------------------------------------22 1-08 2 Assignment----------------------------------------------------------------------------------22 1-08.3 Progress Schedule-------------------------------------------------------------------------22 1-08.5 Time For Completion---------------------------------------------------------------------23 1-08.5 Time For Completion----------------------------------------------------------------------24 1-08.6 Suspension of Work----------------------------------------------------------------------24 1-08.9 Liquidated Damages----------------------------------------------------------------------24 1-08.10 Termination of Contract-----------------------------------------------------------------25 1-08.11 Contractor's Plant and Equipment ---------------------------------------------------25 1-08.12 Attention to Work-------------------------------------------------------------------------25 1-09 MEASUREMENT AND PAYMENT -------------------------------------------------------25 1-09.1 Measurement of Quantities -------------------------------------------------------------25 1-09.3 Scope of Payment------------------------------------------------------------------------- 26 1-09.6 Force Account------------------------------------------------------------------------------27 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 B 1-09.7 Mobilization---------------------------------------------------------------------------------27 1-09.9 Payments------------------------------------------------------------------------------------ 27 1-09.9(1) Retainage --------------------------------------------- 28 1-09.11(2) Claims--------------------------------------------------------------- ----------------- - 28 1-09.13(3)B Procedures to Pursue Arbitration -----------------------------------------------28 1-10 TEMPORARY TRAFFIC CONTROL -----------------------------------------------------28 DIVISION.2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP -----------------------------30 2-01.1 Description---------------------------------------------------------------------------------- 30 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 C � i 2-01.2 Disposal of.:Usable Material and Debris ----------------------------------------------30 30 2-01.5 Payment------------------------------------------------------------------------------------- .2-02 REMOVAL.OF STRUCTURES AND OBSTRUCTIONS -----------------------------30 2-02.1 Description-----------------------------=----------------------------------------------------- 30 2-02.3 Construction Requirements--------------------------------------------------------------30 2=03.3 Removal of Obstructions----------------------------------------------------------------- 31 2-02.3(44) Sawcutting Existing Pavement & Sidewalk--------------------------------------- 31 2-02.4 Measurement-------------------------------------------------------------------------------- 31 2-02.5 Payment -------------------------------------------------------------------------------------- 31 2-03 ROADWAY EXCAVATION AND EMBANKMENT -------------------------------------31 2-03.3 Construction Requirement--------------------------------------------------------------- 31 2-03.3(7) Disposal Of Surplus Material--------------------------------------------------------- 32 33 2-03.3(7)C Contractor -Provided Disposal Site ----------------------------------------------- 2-03.4 Measurement-------------------------------------------------------------------------------- 33 33 2-03:5 Payment-------------------------------------------------------------------------------------- 2-04 HAUL--------------------------------------------------------------------------------------------- 34 2.04.4 Measurement-------------------------------------------------------------------------------- 34 2-04.5 Payment-------------------------------------------------------------------------------------- 34 2-09 STRUCTURE EXCAVATION ---------------------------------------------------------------- 34 2-09.4 Measurement--------------------------------------------------------------------------------34 2-09.4 Payment--------------------------------------------------------------------------------------34 2-11 TRIMMING AND CLEANUP-----------------------------------------------------------------35 2-09.4 Payment-------------------------------------------------------------------------------------- 35 2-11.3 Construction Requirements-------------------------------------------------------------- 35 2-11.5 Payment-------------------------------------------------------------------------------------- 35 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 C � i DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01 PRODUCTION FROM QUARRY AND PIT SITES ------------------------------------36 3-01.2 Material Sources, General Requirements --------------------------------------------36 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT--------------------------------------------------------------------------39 5-04.3(7)A Mix Design------------------------------------------------------------------------------ 39 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture ----------------------------39 5-04.5(1)A Price Adjustments for Quality of HMA --------------=-----------------------------39 5-04.5(1)A Price Adjustments for Quality of H`MA Compaction ---------------------------40 DIVISION 7 DRAINAGE STRUCTURES, STORM,SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-04 STORM SEWERS---------------------------------------------------------------------------41 7-04.2 Materials------------------------------------------------------------------------------------ 41- 7-04.3 Construction Requirements--------------------------------------------------------------41 7-04.4 Measurement-------------------------------------------------------------------------------41 7-04.5 Payment-------------------------------------------------------------------------------------41 7-05 MANHOLES, INLETS, AND CATCH BASINS -----------------------------------------42 7-05.1 Description of Work------------------------------------------------------------------------42 7-05.2 Material---------------------------------------------------------------------------------------42 7-05.3 Construction Requirements -------------------------------------------------------------42 7-05.3(1) Adjusting Manholes and Catch Basins to Grade -------------------------------42 7-05.3(3) Connection to Existing Manholes ---------------------------------------------------44 7-05.3(5) Manhole Coatings----------------------------------------------------------------------44 7-05.3 Flow Control Structure--------------------------------------------------------------------45 7-05.4 Measurement-------------------------------------------------------------------------------45 7-05.5 Payment------------------------------------------------------------------------------------- 46 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS --------------------------------46 7-08.3 Construction Requirements---------------------------------------------------------------46 7-08.3(1)C Bedding the-Pipe---------------------------------------------------------------------46 7-08.3(1)D Pipe Foundation----------------------------------------------------------------------46 7-08.3(1)E Trench Dewatering-------------------------------------------------------------------47 7-08.3(1)F Hazardous WasteTraining ---------------------------------------47 SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 D 11 � t t r r 1 7-08.3(2)A Survey Line and Grade -------------------------------------------------------------47 7-08.3(2)B Pipe Laying - General--------------------------------------------------------------48 7-08.3(2)E Rubber Gasketed Joints ------------------------------------------------------------48 7-08.3(2)H Sewer Line Connections -----------------------------------------------------------48 7-08.3(2)J Placing PVC Pipe--------------------------------------------------------------------49 7-08.4 Measurement-------------------------------------------------------------------------------49 7-08.5 Payment-------------------------------------------------------------------------------------49 7-09 PIPE AND FITTINGS FOR WATER MAINS -------------------------------------------50 7-09.3 Construction Requirements---------------------------------------------------------------50 7-09.3(15)A Ductile Iron Pipe-------------------------------------------------------------------- 50 7-09.3(15)6 Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ------------------------50 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene --------------------50 7-09.3(19)A Connections to Existing Mains --------------------------------------------------51 7-09.3(21) Concrete Thrust Blocking and Dead -Man Block ------------------------------51 7-09.3(23) Hydrostatic Pressure Test ----------------------------------------------------------52 7-09.3(24)A Flushing and-----------------=-------------------------------------------------------53 7-09.3(24)D Dry Calcium Hypochlorite -----------------------------=--------------------------53 7-09.3(24)K Retention Period--------------------------------------------------------------------53 7-09.3(24)N Final Flushing and Testing -------------------------------------------------------53 7-09.3(25) Joint Restraint Systems -------------------------------------------------------------53 7-09.4 Measurement-------------------------------------------------------------------------------55 7-09.5 Payment------------------------------------------------------------------------------------- 56 7-12 VALVES FOR WATER MAINS ------------------------------------------------------------56 7-12.3(1) Installation of Valve Marker Post --------------------------------------------------- 57 7-12.3(2) Adjust Existing Valve Box to Grade ------------------------------------------------57 7-12.4 Measurement-------------------------------------------------------------------------------57 7-12.5 Payment------------------------------------------------------------------------------------- 57 7-14 HYDRANTS----------------------------------------------------------------------------------- 58 7-14.3(1) Setting Hydrants-----------------------------------------------------------------------58 7-14.5 Payment------------------------------------------------------------------------------------- 58 7-15 SERVICE CONECTIONS ------------------------------------------------------------------ 58 7-15.3 Construction Details----------------------------------------------------------------------58 7-15.5 Payment------------------------------------------------------------------------------------- 59 7-17 SANITARY SEWERS-------------------=---------------------------------------------------59 7-17.2 Materials-------------------------------------------------------------------------------------59 7-17.3(1) Protection of Existing Sewerage Facilities ---------------------------------------59 SW 2f" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 E 7-17.3(2) H Television Inspection -------------------------- 7-17.4 Measurement ----------------------------------------- 7-17.5 Payment ----------------------------------------------- 7-20 STORMWATER VAULT ------------------------------- ------------------------ 7-20.2 Materials ------------------------------------------------ 7-20.2(l) General ---------------------------------------------- '7-20.2(2) Vault -------------------------------------------------- 7-20.2(3) Ladders and Steps -------------------------------- 2024 A P I dD ------------------------------------ 60 ------------------------------------ 60 ------------------------------------ 60 ----------------------- ------------ 61 ------------------------------------ 62 ------------------------------------ 62 ------------------------------------ 62 ------------------------------------ 63 7- () ccess ane s an oors-------------------------------------------------------------63 7-20.3 Construction ------------------------------------------- 7-20.3(1) Structural Plans ------------------------------------ 7-20.3(2) Vaults ------------------------------------------------- 7-20.4 Measurement --------------- --------------------------- 7-20.5 Payment -------==--------------------------- 7-21 STORMWATER FLOW DISPERSAL TRENCH 7-21.1 Description --------------------------------------------- 7-21.2 Materials ------------------------------------------------ 7-21.3 Construction ------------------------------------------- 7-21.4 Measurement ------------------------------------------ 7-21.5 Payment------------------------------------------------ -------------------------------- 63 -------------------------------- 63 -------------------------------- 63 -------------------------------- 65 -------------------------------- 66 ----------------=--------------- 66 -------------------------------- 66 -------------------------------- 66 -------------------------------- 67 -------------------------------- 67 -------------------------------- 67 DIVISION.8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL -- 8-01.3(1) Preparation of Area --------------------------------------------------- 8-01.3(2), Topsoil ------------------------------------------------------------------- 8-01.3(2)A Topsoil Type A ------------------------------------------------------- 8-01.3 8 Street Cleaning ----------------------- 8-02 ROADSIDE RESTORATION --------------------------------------------- 8-02.1 Description ----------------------------------------------------------------- 8-02.2 Construction Requirements -------------------------------------------- 8-02.3 Construction Requirements -------------------------------------------- 8-02.3(l) Responsibility During Construction ------------------------------- 8-02.3(2) Roadside Work Plan ------------------------------------------------- 8-02.3(4)A Topsoil Type °A„----------------------------------------------------- SW 2f ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 F ---------------- 68 ---------------- 68 ---------------- 68 ---------------- 68 ---------------- 68 ---------------- 68 ---------------- 68 ---------------- 69 ---------------- 69 ---------------- 69 ---------------- 69 ---------------- 69 8-02.3(5) Planting Area Preparation ------------------------------------------------------------70 SW 27T" ST./STRANDER BLVD. CONNECTION 8-02.3(6) Soil Amendments-----------------------------------------------------------------------71 8-02.3(7) Layout of Planting---------------------------------------------------------------------- 71 8-02.3(8) Planting ------------------------------------------------------------------ 71 8-02.3(10) Fertilizer---------------------------------------------------------------------------------72 8-02.3(11) Bark or Wood Chip Mulch----------------------------------------------------------- 72 8-02.3(12) Completion of Initial Planting -------------------------------------------------------72 8-02.3(15)B Seeding and Fertilizing ------------------------------------------------------------73 8-02.315 Mowing ------------------------------------------------------------------73 8-02.3(16) Reinforced Turf Paving--------------------------------------------------------------74 8-02.4 Measurement--------------------------------------------------------------------------------74 8-02.5 Payment--------------------------------------------------------------------------------------74 8-03 IRRIGATION SYSTEM----------------------------------------------------------------------74 8-03.3(1) Layout of Irrigation System -----------------------------------------------------------74 8-03.3(3) Piping ---------------------------------------------------------------------------75 8-03.3(6) Electric Wire Installation---------------------------------------------------------------75 8-03.3(9) Backfill------------------------------------------------------------------------------------- 75 8-03.3(9) As -Built Plans----------------------------------------------------------------------------75 8-13 MONUMENT CASES------------------------------------------------------------------------75 8-13.1 Description-----------------------------------------------------------------------------------75 8-13.2 Materials--------------------------------------------------------------------------------------76 8-13.3 Construction Requirements -------------------------------------------------------------76 8-13.4 Measurement--------------------------------------------------------------------------------76 8-13.5 Payment-----------------------------=-------------------------------------------------------- 76 8-14 CEMENT CONCRETE SIDEWALKS ---------------------------------------------------76 8-14.3(4) 8-Curin------------------------------------------------------------------------------------76 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ------------77 8-20.1 Description-----------------------------------------------------------------------------------77 8-20.2 Materials-------------------------------------------------------------------------------------- 77 8-20.2(1) Equipment List And Drawings -------------------------------------------------------77 8-20.3(4) Foundations----------------------------------------------------------------------------- 77 8-20.3(5) Conduit-----------------------------------------------------------------------------------78 8-20.3(6) Junction Boxes-------------------------------------------------------------------------79 8-20.3(8) Wiring ------------------------------------------------------------79 8-20.3(9) Bonding, Grounding-------------------------------------------------------------------79 8-20.3(10) Services Transformer, Intelligent Transportation System -------------------80 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 G 8-20.3(11) Testing ---------------------------- 8-20.3(13)A Light Standards ----------------------------------------------------- 8-20.3(14) Signal Systems ------------------------------------------- 8-20.3(14)C Induction Loop Vehicle Detectors ------------------ 8-20.3(14)D Test for Induction Loops and Lead-in Cable ----- 8-20.3(14)D Test for Induction Loops and Lead-in Cable ------ 8-20.4 Measurement ---------------------------------------------------- 8-20.5 Payment --------- ------------------------------------------------- 8-22 PAVEMENT MARKING ----------------------------------------- 8-22.1 Description ------------------------------------------------------ 8-22.3(5) Installation Instructions ----------------------------------- 8-26 BOLLARDS -------------------------------------------------------- 8-26.1 Description ------------------------------------------------------- 8-26.2 Materials ---------------------------------------------------------- 8-26.3 Construction Requirements ---------------------------------- 8-26.4 Measurement ---------------------------------------------------- 8-26.5 Payment---------------------------------------------------------- DIVISION 9 hAISCELLANEOUS CONSTRUCTION 9-02 BITUMINOUS MATERIALS ----------------------------------------------- 9-02.1 (10) Loop Sealant (RC) --------------------------------------------------- 9-03 AGGREGATES --------------------------------------------------------------- 9-03.8(2) HMA Test Requirements ---------------------------------------------- 9-03.8(7) HMA Tolerances and Adjustments ---------------------------------- 9-06 STRUCTURAL STEEL AND RELATED MATERIALS --------------- 9-06.5(4) Anchor Bolts ------------------------------------------------------------- 9-08 PAINTS ------------------------------------------------------------------------- 9-08.8 Manhole Coating System Products ----------------------------------- 9-08.8(2) Coating Systems -------------------------------------------------------- 9-14 EROSION CONTROL ------------------------------------------------------- 9-14.1 (1) Topsoil Type A ------------------------------------------------------------ 9-14.1(4) Topsoil Type D ------------------------------------------------------------ 9-14.2 Seed ---------------------------------------------------------------------------- 9-14.3 Fertilizer ----------------------------------------------------------------------- 9-14.6(5) Inspection----------------------------------------------------------------- SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 H -------- 86 -------- 86 -------- 86 -------- 86 -------- 86 -------- 87 -------- 87 -------- 87 -------- 87 -------- 87 -------- 88 -------- 88 -------- 89 -------- 89 -------- 90 -------- 90 9-14.6(7) Temporary Storage---------------------------------------------------------------------90 9-14.6(8) Sod-----------------------------------------------------------------------------------------90 9-14.8 Root Barrier---------------------------------------------------------------------------------- 90 9-14.9 Reinforced Turf Paving-------------------------------------------------------------------- 91 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES --------------------------91 -- 9-23.9 Fly Ash (RC) -------------------------------- ------------ 91 9-29 ILLUMINATION, SIGNALS, ELECTRICAL --------------------------------------------91 9-29.1 Conduit(RC)-------------------------------------------------------------------------- ------ 91 = 9-29.2 Junction Boxes(RC)----------------------------------------------------------------------91 Conductors, Cable ( 9-29.3 ------------------------------------------------------------------------ 91 9-29.9 Ballast, Transformers---------------------------------------------------------------------92 9-29.10 Luminaires---------------------------------------------------------------------------------92 9-29.11(2) Photoelectric Controls---------------------------------------------------------------92 9-29.24 Service Cabinets-------------------------------------------------------------------------92 9-29.24(1) Painting--------------------------------------------------------------------------------- 93 9-29.24(2) Electrical Circuit Breakers and Contactors -------------------------------------93 9-30 WATER DISTRIBUTION MATERIALS --------------------------------------------------93 >� 9-30.3(1) Gate Valves (3inches to 12 inches)------------------------------------------------ 93 930.3(3) Butterfly Valves-------------------------------------------------------------------------94 9-30.3(5) Valve Marker Posts-------------------------------------------------------------------- 94 9-30.3(7) Combination Air Release/Air Vacuum Valves ----------------------------------- 94 9-30.3(8) Tapping Sleeve and Valve Assembly 9-30.3(9) Blow Assembly -Off -------------------------------------------------------------------- 95 9-30.5 Hydrants------------------------------------------------------------------------------------- 95 9-30.5(1) End Connections(RC)--------------------------------------------------=-------------95 9-30.5(2) Hydrant Dimensions------------------------------------------------------------------- 95 9-30.6(3)B Polyethylene Pipe-------------------------------------------------------------------- 96 9-30.6(4) Service Fittings-------------------------------------------------------------------------96 9-30.6(5) Meter Setters--------------------------------------------------------------------------- 96 Y APPENDICES ----------------------------------------------------------------------------------------- 96 STANDARD PLANS--------------------------------------------------------------------------------- 96 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 I 1 SPECIAL PROVISIONS 2 3 The following Special Provisions are made a part of this contract and supersede any 4 conflicting provisions of the 2004 Standard Specifications for Road, Bridge and Municipal 5 Construction, and the foregoing Amendments to the Standard Specifications. 6 7 Several types of Special Provisions are included in this contract; General, Region, Bridges 8 and Structures, and Project Specific. Special Provisions types are differentiated as follows: 9 10 (date) General Special Provision 11 (' *' ***) Notes a revision to a General Special Provision 12 and also notes a Project Specific Special 13 Provision. 14 (Regions' date) Region Special Provision 15 (BSP date) Bridges and Structures Special Provision 16 17 General Special Provisions are similar to Standard Specifications in that they typically 18 apply to many projects, usually in more than one Region. Usually, the only difference from 19 one project to another is the inclusion of variable project data, inserted.as a "fill-in". 20 21 Region Special Provisions are commonly applicable within the designated Region. Region 22 designations are as follows: 23 24 Regions' 25 ER Eastern Region 26 NCR North Central Region 27 NWR Northwest Region 28 OR Olympic Region 29 SCR South Central Region 30 SWR Southwest Region 31 32 WSF Washington State Ferries Division 33 34 Bridges and Structures Special Provisions are similar to Standard Specifications in that 35 they typically apply to many projects, usually in more than one Region. Usually, the only 36 difference from one project to another is the inclusion of variable project data, inserted as a 37 "fill-in". 38 39 Project Specific Special Provisions normally appear only in the contract for which they 40 were developed. 41 42 DIVISION 1 43 GENERAL REQUIREMENTS 44 45 DESCRIPTION OF WORK 46 47 (March 13, 1995) 48 This contract provides for the construction of 1450 lineal feet of new roadway improvements 49 within the unimproved right-of-way of SW 27th Street. Work will include clearing and 50 grubbing; roadway excavation; placing crushed surfacing base course, top course, and 51 asphalt concrete pavement, constructing curbs, gutters and sidewalks; installing sanitary 52 sewer lines; installing a storm drainage conveyance and detention ponds and vaults; 53 permanent signing, pavement markings; installing water mains with valves, fire hydrants and 54 appurtenances, landscaping, irrigation, and other work, all in accordance with the attached 55 Contract Plans, these Contract Provisions, and the Standard Specifications. 56 SW 27T" SUSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 2 3 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. City The City of Renton Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative who is a currently licensed registered engineer In the State of Washington, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. Plans SW 27TH STJSTRANDER BLVD, CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 2 1 The contract plans and/or standard plans which show location, character, and dimensions of 2 prescribed work including layouts, profiles, cross-sections, and other details. Drawings may 3 either be bound in the same book as the balance of the Contract Documents or bound in 4 separate sets, and are a part of the Contract Documents, regardless of the method of 5 binding. The terms "Standard Drawings" or "Standard Details" generally used in 6 specifications refers to drawings bound either with the specification documents or included 7 with the Plans or the City of Renton Standard Plans. 8 9 Points 10 Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, 11 reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal 12 and vertical control of the work. 13 14 Provide 15 Means "furnish and install" as specified and shown in the Plans. 16 17 Secretary, Secretary of Transportation 18 The chief executive officer of the Department and other authorized representatives. The 19 chief executive officer to the Department shall also refer to the Department of 20 Planning/Building/Public Works Administrator. 21 22 Shop Drawings 23 Same as "Working Drawings" defined in the Standard Specifications. 24 25 Special Provisions 26 Modifications to the standard specifications and supplemental specifications that apply to an 27 individual project. The special provisions may describe work the specifications do not cover. 28 Such work shall comply first with the special provisions and then with any specifications that 29 apply. The Contractor shall include all costs of doing this work within the bid prices. 30 31 State 32 The state of Washington acting through its representatives. The State shall also refer to The 33 City of Renton and its authorized representatives where applicable. 34 35 Supplemental Drawings and Instructions 36 Additional instructions by Engineer at request of Contractor by means of drawings or 37 documents necessary, in the opinion of Engineer, for the proper execution of the work. Such 38 drawings and instructions are consistent with the Contract Documents. 39 40 Utility 41 Public or private fixed improvement for the transportation of fluids, gases, power, signals, or 42 communications and shall be understood to include tracks, overhead and underground 43 wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 44 45 1-02 BID PROCEDURES AND CONDITIONS 46 47 March 13, 1995) 48 Examination Of Plans, Specifications And Site Of Work 49 Section 1-02.4, is supplemented with the following: 50 51 The soils information used for study and design of this project is available for review by 52 the bidder at the following address: 53 54 Perteet Inc. City of Renton 55 2707 Colby Avenue, Suite 900 Transportation Systems 56 Everett, WA 98201 1055 S. Grady Way 57 (425) 252-7700 Renton, WA 98055 58 (425) 430-7321 59 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 3 1 2 Preparation Of Proposal 3 The third paragraph is revised as follows: 4 (******) 5 All prices shall be in legible figures and words written in ink or typed. The proposal shall 6 include: 7 1. A unit price for each item (omitting digits more than four places to the right of the 8 decimal point), each unit price shall also be written in words; where a conflict arises the 9 written words shall prevail. 10 11 1-02.6(1) is a new section. 12 (******) 13 1-02.6(1) Proprietary Information 14 Vendors should, in the bid proposal, identify clearly any material(s) which constitute 15 "(valuable) formula, designs, drawings, and research data" so as to be exempt from 16 public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, 17 along with a Statement of the basis for such claim of exemption. The Department (or 18 State) will give notice to the vendor of any request for disclosure of such information 19 received within 5 (five) years from the date of submission. Failure to so label such 20 materials or failure to timely respond after notice of request for public disclosure has 21 been given shall be deemed a waiver by the submitting vendor of any claim that such 22 materials are, in fact, so exempt. 23 24 (August 2, 2004) 25 The fifth and sixth paragraphs of Section 1-02.6 are deleted. 26 27 ****** 28 Public Opening Of Proposal 29 Section 1-02.12 is supplemented with the following: 30 31 The Contracting Agency reserves the right to postpone the date and time for bid opening. 32 Notification to bidder will be by addenda. 33 34 35 1-03 AWARD AND EXECUTION OF CONTRACT 36 37 1-03.1 Consideration of bids 38 Section 1-03.1 is supplemented with the following: 39 (******) 40 All bids will be based on total sum of all schedules of prices. No partial bids will be accepted 41 unless so stated in the call for bids or special provisions. The City reserves the right however 42 to award all or any schedule of a bid to the lowest bidder at its discretion. The contract, if 43 awarded, will be awarded to the lowest responsive, responsible bidder. 44 1-03.2 Award of Contract 45 Section 1-03.2 is supplemented with the following: 46 (******) 47 The contract award or bid rejection will occur within 30 calendar days after bid opening. The 48 contract, bond form, and all other forms requiring execution, together with a list of all other 49 forms or documents required to be submitted by the successful bidder, will be forwarded to 50 the successful bidder within 10 days of the award. The number of copies to be executed by 51 the Contractor shall be determined by the Contracting Agency. 52 53 1-03.3 Execution of Contract 54 Section 1-03.3 is revised and supplemented as follows: 55 (******) SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post -award information and evaluation activities. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved b following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1-99 APWA Supplement 6. Amendments to the Standard Specifications, 7. Division 1-99 APWA Supplement 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. Contracting Agency's Standard Plans (if any) 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction Section 1-04.3 is a new section: Contractor -Discovered Discrepancies Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 5 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. 1-04.12 Hours of Work (Additional Section) General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m. The Hours of Work may. be changed at the discretion of the ENGINEER when it is in the interest of the public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours notice to the Contracting Agency prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Transportation Division. 1-05 CONTROL OF WORK Conformity With And Deviations From Plans And Stakes Section 1-05.4 is supplemented with the following: Contractor Supplied Surveying Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, sewer and water, slope stakes, and grades necessary for the construction of the SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 11. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 roadbed, drainage, surfacing, paving, channelization, sewer, water and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after.the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the. American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 - foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1. SEGMENT 1 CITY OF RENTON JULY 2005 N 1 2 3 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances Slope stakes Subgrade grade stakes set 0.04 feet below grade Stationing on roadway Alignment on roadway Surfacing grade stakes Roadway paving pins for surfacing or paving Vertical Horizontal ±0.10 feet ±0.10 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) N/A ±0.1 feet N/A ±0.04 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing, approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan H-14. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Section 1-05.4(4) is a new section: SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 P 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 1-05.4(4) Contractor Provided As -Built Information It shall be the contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the contractors responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as -built notes and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as -built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying it's accuracy. All costs for as -built work shall be included in the contract item "Contractor Supplied Surveying," lump sum. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when included in the proposal: "Contractor Supplied Surveying", lump sum. The lump sum contract price for "Contractor Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: Contractor shall promptly replace and re -execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re- execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case, Owner may store removed material. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. 1-05.10 Guarantees Section 1-05.10 is supplemented by adding the following: SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 9 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 10 I? i 1 If within one year after the Acceptance Date of the Work by the Contracting Agency, 2 defective and unauthorized Work is discovered, the Contractor shall promptly, upon written 3 order by the Contracting Agency, return and in accordance with the Engineer's instructions, 4 either correct such Work, or if such Work has been rejected by the Engineer, remove it from 5 the Project Site and replace it with non defective and authorized Work, all without cost to the 6 Contracting Agency. If the Contractor does not promptly comply with the written order to 7 correct defective and unauthorized Work, or if an emergency exists, the Contracting Agency 8 reserves the right to have defective and unauthorized Work corrected or removed and 9 replaced pursuant to Section 1-05.8 "Owner's Right to Correct Defective and Unauthorized 10 Work." 11 12 The Contractor agrees the above one year limitation shall not exclude or diminish the 13 Contracting Agency's rights under any law to obtain damages and recover costs resulting 14 from defective and unauthorized work discovered after one year but prior to the expiration of , 15 the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or 16 liability expressed or implied arising out of a written agreement. 17 18 The Contractor shall warrant good title to all materials, supplies, and equipment purchased 19 for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat 20 or impair the right of persons furnishing materials or labor, to recover under any bond given 21 by the Contractor for their protection, or any rights under any law permitting such persons to 22 look to funds due the Contractor in the hands of the Contracting Agency. 23 24 The provisions of this paragraph shall be inserted in all subcontracts and material contracts, 25 and notice of its provisions shall be given to all persons furnishing materials for the Work 26 when no formal contract is entered into for such materials. 27 28 1-05.11(3) Operational Testing 29 Section 1-05.11(3) is supplemented as follows: 30 (******) 31 Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a 32 minimum of 3 working days' notice of the time for each test and inspection. If the 33 inspection is by another authority than Engineer, Contractor shall give Engineer a ' 34 minimum of 3 working days' notice of the date fixed for such inspection. Required 35 certificates of inspection by other authority than Engineer shall be secured by 36 Contractor. 37 38 March 13, 1995) 39 Cooperation With Other Contractors 40 Section 1-05.14 is supplemented with the following: 41 42 (******) 43 Contractor shall afford Owner and other contractors working in the area reasonable 44 opportunity for the introduction and storage of their materials and the execution of their 45 respective work and shall properly connect and coordinate Contractor's work with theirs. 46 47 Other utilities, districts, agencies, and contractors who may be working within the project 48 area are: 49 50 1. Puget Sound Energy (gas and electric) 51 2. QWest Communications 52 3. Comcast 53 4. City of Renton (water, sewer, transportation) 54 5. Soos Creek Water District 55 6. Private contractors employed by adjacent property owners 56 57 The Contractor shall coordinate with City of Renton on tying into any existing electrical 58 service cabinet. 59 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 10 I? 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: As part of this project the franchise utilities will be extending their facilities within the right-of-way. The contracting agency has identified the HMA path along the south side of the project as the location for the utilities to be located. The contractor shall make the preparation and placement of the path as one of the final items of work. The contractor will be expected to coordinate with participating utilities in , the installation of their facilities. The contractor shall coordinate with the utilities the installation of the stormwater vault at Sta. 37+50 to facilitate the relocation of existing utilities and the installation of the new franchise utilities. For this project, PSE will be installing the underground power and natural gas Qwest will be installing undgeround telephone facilities, and Comcast will be installing underground TV conduit. The Federal Reserve Bank San Francisco (FRBSF) will be constructing a facility to the south of this project between Sta. 25+00 and 32+00. The detention pond being created for this project is jointly used by the roadway project and the FRBSF project. The FRBSF Contractor will be using haul routes that avoid the construction limits of the roadway project. Section 1-05.18 is a new section: -05.18 Contractor's Daily Diary Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard -bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number; if the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries `must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake -out, and all other services furnished by Owner or other party during each day. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 11 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 11. Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use- additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1)... Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: SW 27'" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 12 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. 1-07.2 State Taxes Section 1-07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply. Permits And Licenses Section 1-07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995) Except for the load limit restrictions specified in Section 1-07.7(2), the Contractor may operate vehicles which exceed the legal gross weight limitations without special permits or payment of additional fees provided such vehicles are employed in the construction and within the limits of this project. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 13 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Subparagraph 1 of the second paragraph of Section 1-07.7(1) is deleted. (March 13, 1995 If the sources o materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: Contractor must submit weekly certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. Protection And Restoration Of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials. The contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 14 [I t 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The contractor shall use rubber wheel equipment similar to the small tractor -type backhoes used by side sewer contractors for all work, including excavation and backfill, on easements or rights -of- way which have lawn areas. All fences, markers, mail boxes, or other temporary obstacles shall be removed by the contractor and immediately replace, after the trench is backfilled, in their original position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the contractor. D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the contractor does not have labor or material immediately available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. The contractor is responsible for identifying and documenting any damage that is pre- existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 4th floor, Renton City Hall, 1055 South Grady Way. (December 6. 2004) Archaeological And Historical Objects Section 1-07.16(4) is supplemented with the following: The project area potentially contains archaeological or historical objects that may have significance from a historical or scientific standpoint. To protect these objects from damage or destruction, the Contracting Agency, at its discretion and expense, may monitor the Contractor's operations, conduct various site testing and perform recovery and removal of such objects when necessary. The Contractor may be required to conduct its operations in a manner that will accommodate such activities, including the reserving of portions of the work area for site testing, exploratory operations and recovery and removal of such objects as directed by the Engineer. If such activities are performed by consultants retained by the Contracting Agency, the Contractor shall provide them adequate access to the project site. Added work necessary to uncover, fence, dewater, or otherwise protect or assist in such testing, exploratory operations and salvaging of the objects as ordered by the Engineer shall be paid by force account as provided in Section 1-09.6. If the discovery and salvaging activities require the Engineer to suspend the Contractor's work, any adjustment in time will be determined by the Engineer pursuant to Section 1-08.8. To provide a common basis for all bidders, the Contracting Agency has entered an amount for the item "Archaeological and Historical Salvage" in the Proposal to become a part of the total bid by the Contractor. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 15 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to ' the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be t encountered during the course of the work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the CONTRACTOR's expense. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: PSE Jeff McMeekin Municipal Construction Planning Dept. P.O. Box 90868 -Mail Stop: XRD-1 W Bellevue, WA 98009-0868 425-462-3824 Qwest Ken Kobes 23315 - 66th Ave. South Kent, WA 98032 206-345-3488 Comcast Jim Neis 4020 Auburn Way N. Auburn, WA 98002 253-288-7531 Section 1-07.18 is deleted replaced by the following new section and subsections: -07.18 Public Liability and Property Damage Insurance 1-07.18(1) General The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 17 1 3 4 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 00 00 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Ll if warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the contract prior to the date work , commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herin will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of ' Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims -made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure o the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be'deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable). • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non -Owned Vehicles • Hired Vehicles SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 in u 1 t 1 F 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 Qq 34 35 C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the CONTRACTOR _for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e.. pollution liability). CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by CITY OF RENTON. B. Include a Waiver of Subrogation Clause.. C. Severability of Interest Clause (Cross Liability) D. Policy may not be non -renewed, canceled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits. The CONTRACTOR shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 Products/Completed $2,000,000 "* Operations Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One $5,000 Person) Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property $1,000,000 Damage (Each Accident) Workers' Compensation Statutory Benefits - Variable Coverage A (Show Washington Labor and Industries Number) _Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 19 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Products/Completed $1,000,000 Operations Aggregate Professional Liability (If required) Each Occurrence/ $1,000,000 Incident/Claim Aggregate $2,000,000 The City may require the CONTRACTOR to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by submitting to the CONTRACTING AGENCY the following: 1. City of Renton Insurance Information Form (attached herein) without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non -renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". NOtificatinn shall be provided to the City by certified mail. J f] t 1 1 1 I r-7 I L_ For Professional Liability coverage only, instead of the cancellation language ' specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented by adding the following: The contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer, to avoid creating a nuisance. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 20 u t 1 t ll a 1 2 3 5 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be transmitted to the contractor and prompt action in correcting them will be required by the contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all cross -streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non -working hours. Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access—at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be' closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. PROSECUTION AND PROGRESS Section 1-08.0 is a new section with subsection: Preliminary Matters 1-08.0(1) Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule (3+ copies) SW 27T" STATRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 21 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) 4 List of materials fabricated or manufactured off the project -+ Material sources on the project 4 Names of principal suppliers Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) -+ Shop Drawings (bring preliminary list) 4 Traffic Control Plans (3+ copies) 4 Temporary Water Pollution/Erosion Control Plan In addition, the Contractor shall be prepared to address: ■ Bonds and insurance ■ Project meetings — schedule and responsibilities ■ Provision for inspection for materials from outside sources ■ Responsibility for locating utilities ■ Responsibility for damage ■ Time schedule for relocations, if by other than Contractor ■ Compliance with Contract Documents • Acceptance and approval of work ■ Labor compliance, payrolls, certifications ■ Safety regulations for Contractors' and Owner's employees and representatives ■ Suspension of work, time extensions ■ Change order procedures • Progress estimates - procedures for payment ■ Special requirements of funding agencies ■ Construction engineering, advance notice of special work ■ Any interpretation of the Contract Documents requested by Contractor ■ Any conflicts or omissions in Contract Documents • Any other problems or questions concerning the work, ■ Processing and administration of public complaints ■ Easements and rights of entry ■ Other contracts The franchise utilities should be prepared coordination. J t 1 may be present at the preconstruction conference, and Contractor for their review and discussion of progress schedule and ' 1-08.1 Subcontracting Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower -tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1. SEGMENT 1 CITY OF RENTON JULY 2005 22 11 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. Progress Schedule (Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity which has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub -element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities which comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays which could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site. or sDecial provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor In the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non -working day and when they fall on a Sunday the following Monday will be counted as a non -working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Enaineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Section 1-08.5 is supplemented as follows: (******) Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. SW VT" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 24 I ! u 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. Time :For Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be hysically completed within 100 working days. 1-08.6 Suspension ofpWork Section 1-08.6 is supplemented as follows: Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.10 Termination of Contract Section 1-08.11 is a new section: -08.1 Contractor's Plant and Equipment The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as SW 2f" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 25 2 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. Section 1-08.12 is a new section: -08.2 Attention to Work The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only In the following manner. Where items are specified t0 be paid by the 1_1UblC yard the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 26 1 1 1 1 2 3 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truck load weight in tons (stamped at<source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment" clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to .complete the intent of the Contract per Section 1- 04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 27 1 2 4 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 To provide a common basis for all bidders, Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized in writing by Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to .the project site; the establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization," Lump Sum. 1-09.9 Payments Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. Contractor shall submit a progress report With each monthly request for a progress payment The progress report shall Indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.11(2) Claims Paragraph 5 is revised as follows: SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 F n 1] n 1 r ) 2 Failure to submit with the Final Application for Payment such information and details as 3 described in this section for any claim shall operate as a waiver of the claims by the 4 Contractor as provided in Section 1-09.9. 5 6 1-09.13(3)B Procedures to Pursue Arbitration 7 Section 1-09.13(3)B is supplemented by adding: ' 9 The findings and decision of the board of arbitrators shall be final and binding on the 10 parties, unless the aggrieved party, within 10 days, challenges the findings and decision ' 11 by serving and filing a petition for review by the superior court of King County, 12 Washington. The grounds for the petition for review are limited to showing that the 13 findings and decision: 14 1. Are not responsive to the questions submitted; 15 2. Is contrary to the terms of the contract or any component thereof; 16 3. Is arbitrary and/or is not based upon the applicable facts and the law 17 controlling the issues submitted to arbitration. The board of arbitrators shall 18 support its decision by setting forth in writing their findings and conclusions 19 based on the evidence adduced at any such hearing. 20 21 The arbitration shall be conducted in accordance with the statutes of the State of r 22 Washington and court decisions governing such procedure. 23 24 The costs of such arbitration shall be borne equally by the City and the contractor 25 unless it is the board's majority opinion that the contractor's filing of the protest or action 26 is capricious or without reasonable foundation. In the latter case, all costs shall be 27 borne by the contractor. 28 r 29 1-10 TEMPORARY TRAFFIC CONTROL 30 31 Measurement 32 33 August 2, 2004) 34 Section 1-10.4(1) is supplemented with the following: 35 36 The proposal contains the item "Project Temporary Traffic Control," lump sum. The ' 37 provisions of Section 1-10.4(1) shall apply. 38 39 r40 a SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 29 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) .shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2 — Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The per acre price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Description Section 2-02.1 is supplemented with the following: (March 13, 1995) This work shall consist of removing miscellaneous traffic items, concrete blocks/barriers, gate and post, existing catch basin, and abandon existing storm drain pipe.. SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 30 1 11 t 11 1 1 Construction Requirements 2 Section 2-02.3 is supplemented with the following: 3 4 (February 17, 1998) 5 Hemova/ of Obstructions 6 7 • Remove existing paint (stop lines and lane lines) Intersection of Oakesdale, Remove 8 stop line at north and south sides of Oakesdale 39+00. Remove Existing paint lines, 9 north and south side Oakesdale, 39+00. 10 i Remove crosswalk lines at Intersection of Oakesdale, Sta. 39+00 crosswalk north 11 and south sides. 12 • Remove Gate.and Post STA 37+90 13 • Remove Concrete barriers/blocks - 38+00 RT- 6 each, 38+50 LT - 2 ea, 38+10 LT 3 14 ea, 36+75 LT 4 ea, 36+25 LT 4 ea, 36+00 LT 2 ea, 35+00 LT 3 ea, 15 • Remove ex. catch basin 37+55 LT 1 ea 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 • Remove ex power poles and power lines 33+20 RT, 35+80 RT and 37+50 RT and the line between these three stations 2-02.3(4) . Sawcutting Existing Pavement & Sidewalk Section 2-02.3(4) is added as follows: The Contractor shall make a vertical sawcut to six inch depth of existing asphalt or concrete pavement for all transverse crossings of the existing pavement, at the joint between existing and new paved driveways and/or intersecting streets, where shown on the plans or as directed by the Engineer. Saw cutting slurry shall be vacuumed up during the saw cutting operation. No saw ni i++inn c1, ern. -gill h Ilnuinr± 4n nn♦nr 'ntn ♦hn 4�+rm +... +..... All VUlln Iy J1ul I y vvul •!�i auv vv G.. tv cI Ilcl 11 Iw U IG SLV1I11 VV alcl JyJIGI I I. nn Where necessary to remove existing sidewalk, or concrete pavement full panels shall be removed. Care shall be taken during removal to protect adjacent sidewalk panels, concrete pavement, concrete curbs, existing utilities and landscaping from damage. Any damage caused to adjacent panels, concrete pavement, curbs, utilities, or landscaping shall be repaired by the Contractor at his sole expense. 2-02.4 Measurement Section 2-02.4 is added as follows: "Sawcutting" will be measured by the lineal foot. 2-02.5 Payment Section 2-02.5 is supplemented as follows: "Sawcutting" per linear foot. . Pavement and sidewalk removal and disposal, including sawcuts, shall be included as "Roadway Excavation Including Haul". The cost of disposal for broken up pavement and sidewalk shall be considered incidental to and included in the unit price for "Roadway Excavation Incl. Haul". 51 52 2-03 ROADWAY EXCAVATION AND EMBANKMENT 53 54 2-03.3 Construction Requirement 55 Section 2-03.3 is supplemented with the following: 56 (******) SW 27i" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 31 1 Wetland and Pond Excavation Including Haul 2 This work consists of constructing stormwater treatment ponds, constructed wetlands, 3 and associated swales by excavation and embankment construction to form the general 4 shapes as shown on the plans. Treatment pond construction is an erosion/sediment 5 control element and is a first order of work. Embankment construction consists of 6 excavation, haul, placement and compaction of on-site soils to form berms. This also 7 includes the disposal of any excavated material not used for pond construction. On-site 8 soils include any suitable soils generated within the limits of the project. The work is to 9 be performed to the required lines, grades, and cross-sections shown on the Plans, or 10 as directed by the Engineer. 11 12 Construction Requirements 13 Before any excavation work is done, the sites shall be cleared and grubbed in 14 accordance with Section 2-01. 15 16 Local discontinuous sand lenses and/or fill may be encountered during site excavation. 17 If sand or fill is present below the berm area or within ten (10) feet of the berm, the 18 Contractor shall over excavate 2 feet, remove and dispose of.this material. The berm 19 and its foundation shall be constructed with material meeting the requirements below. 20 The sandy material or fill shall not be used for berm construction unless it is amended to 21 meet the requirements below. 22 23 Foundation Preparation 24 The subgrade below the berm shall be proof rolled as directed by the Engineer. Proof 25 rolling shall be accomplished with a minimum ten (10) ton self-propelled vibratory roller. 26 All yielding or pervious materials shall be removed to a maximum depth of 2 feet below 27 subrgrade and replaced with berm fill. 28 29 germ Construction 30 After proof rolling and upon acceptance of the subgrade by the Engineer the berm shall 31 be constructed utilizing native material. All berm fill for pond berms shall be free of 32 organics and any other deleterious materials. 33 34 Due to the importance of the integrity and continuity of this fill, optimum ±3% moisture 35 and maximum density should be maintained during its placement. 36 37 Testing of the berm fill as it is being placed will be done in accordance with WSDOT 38 Standard Specification 2-03.3(14)D, Compaction and Moisture Control Tests. Due to the 39 moisture sensitivity of the materials being used as berm fill on this project, moisture 40 control of the fill will be closely monitored. Materials that vary more than the allowable 41 3% from the optimum moisture, as specified in WSDOT Standard Specifications 2- 42 03.14(C), will be rejected for use. 43 44 The Contractor shall complete the grading in the areas adjacent to the pond sites as 45 shown on the Plans or as directed by the Engineer. All excavation and grading 46 associated with this work shall be performed in accordance with Section 2-03 and shall 47 be measured and paid for as "Wetland And Pond Excavation Incl. Haul". 48 49 2-03.3(7) Disposal Of Surplus Material 50 Section 2-03.3(7) is supplemented with the following: 51 (******) SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 32 J 11 77 11 1 1 1 1 r LI 1 1 1 The Contractor shall excavate the pond site to the dimensions and depths indicated. 2 The excavated material shall be stockpiled on the FRBSF site, located directly west of 3 the pond. The Engineer will stake the stockpile location in the field. Approximately 4 2400 cy of material may be stockpiled in the northwest corner of the FRBSF site, just 5 south of the sidewalk between stations 26+00 and 28+00 and east of the access road 6 sidewalk. The stockpile shall be constructed with a maximum side slope of 2:1. The 7 remainder of the excavated material to be stockpiled is approximately 6,100 cy. This 8 material may be stockpiled in the southern portion of the FRBSF site near the proposed 9 secure and general loading dock. The maximum side slope on the stockpiled material is 10 2:1. The Contractor shall coordinate with the FRBSF Contractor prior to stockpiling the 11 soil to verify the exact locations. The stockpiled material shall be covered with a plastic 12 covering to prevent erosion. The plastic shall be installed up and down the slope, and a 13 minimum 8 -inch overlap shall occur at the seams. Place sand filled burlap or geotextile 14 bags every 3 to 6 feet along the seams and pound a wooden stake through each to hold 15 them into place. Inspect plastic for rips, tears, and open seams regularly and repair 16 immediately. Plastic sheeting shall have a minimum thickness of 0.6 millimeters. 17 Temporary drainage shall be provided around the perimeter of the stockpiled materials, 18 and shall be conveyed to the temporary erosion control drainage facilities. 19 20 (December 6, 2004) 21 Contractor -Provided Disposal Site) 22 Section 2-03.3(7)C is supplemented with the following: 23 24 All surplus excavation or other materials shall be disposed of or reused in a manner that 25 does not degrade sensitive resources such as wellhead protection zones, surface water 26 bodies, parks, and child -use areas. Disposing of soils of any kind directly to a topsoil 27 manufacturer is prohibited. 28 29 Measurement 30 Section 2-03.4 is supplemented with the following: 31 32 (March 13, 1995) 33 Only one determination of the original ground elevation will be made on this project. 34 Measurement for roadway excavation and embankment will be based on the original 35 ground elevations recorded previous to the award of this contract. Control stakes will be 36 set during construction to provide the Contractor with all essential information for the 37 construction of excavation and embankments. 38 39 If discrepancies are discovered in the ground elevations which will materially affect the 40 quantities of earthwork, the original computations of earthwork quantities will be 41 adjusted accordingly. 42 43 Earthwork quantities will be computed, either manually or by means of electronic data 44 processing equipment, by use of the average end area method or by the finite element 45 analysis method utilizing digital terrain modeling techniques. 46 47 Copies of the ground cross-section notes will be available for the bidder's inspection, 48 before the opening of bids, at the Project Engineer's office and at the Region office. 49 50 Upon award of the contract, copies of the original ground cross-sections will be 51 furnished to the successful bidder on request to the Project Engineer. 52 53 2-03.5 Payment 54 Section 2-03.5 is supplemented with the following: SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 33 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 The unit contract price per cubic yard for "Wetland And Pond Excavation Incl. Haul" shall be full compensation for excavating, over excavating, loading, hauling, amending on-site materials, placing, compacting, or otherwise disposing of the material, stockpiling and protecting native material and for all other work necessary to complete the grading of the pond site. All costs for diversion of surface flow and/or dewatering the pond shall be paid in accordance with Section 1-09.6 under the bid item "Erosion/Water Pollution Control". 2-04 HAUL 2.04.4 Measurement Section 2-04.4 is revised to read: No specific unit of measurement shall apply. All costs involved for haul shall be incidental to and included in the various bid items. 2-04.5 Payment Section 2-04.5 is deleted in its entirety. 2-09 STRUCTURE EXCAVATION 2-09.4 Measurement Section 1-09.9 is supplemented as follows: "Trench Excavation Safety Systems" will be based on a percentage defined as the amount of sanitary sewer pipelines installed divided by the total length of sanitary sewer pipe shown to be installed. J i 1 it "Shoring, Design, Construction, and Maintenance" will be based on a percentage defined as the amount of sanitary sewer pipelines installed divided by the total length of I water pipe shown to be installed. 2-09.4 Payment Section 1-09.9 is supplemented as follows: "Trench Excavation Safety Systems", lump sum The lump sum contract price for "Trench Excavation Safety Systems" shall be considered full compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this item of work in conformance with the Contract Documents. "Shoring, Design, Construction, and Maintenance", lump sum The lump sum contract price for "Shoring, Design, Construction, and Maintenance" shall be considered full compensation for all labor, materials, equipment, planning, design, SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 34 r] G 7 LJ 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 engineering by a registered professional engineer, submittals, assembly, maintenance, removal, and disposal of shoring items, and all other work necessary to support trench and excavation areas as required by the project specifications and State and Federal Law, OSHA and RCW Chapter 49.17, etc. required to complete this item of work in conformance with the Contract Documents. 2-11 TRIMMING AND CLEANUP 2-11.1 Description Section 2-11.1 is revised to read: This work consists of dressing and trimming the entire roadway(s) improved under the contract, including frontage roads, connecting ramps, auxiliary lanes, and approach roads. This work extends to roadbeds, shoulders, lawns and ditches. 2-11.3 Construction Requirements Section 2-11.3 is supplemented with the following: After all other work has been completed, the entire roadway, all driveways and field accesses, parking areas, and any other area falling within the limits of construction shall be cleaned up. Dirt, dust and other debris shall be removed and disposed of at waste sites provided by the Contractor. All debris, including rocks in excess of 3 -inch diameter, shall be removed from all shoulders, embankments and cuts. The entire roadway section, throughout project limits, shall be uniformly graded at the specified slope to provide an even and smooth finished grade. Mechanical grading equipment shall be supplemented by handwork if necessary. If any area adjacent to the construction limits has been damaged as a result of construction work it shall be repaired and any material deposited there during the construction work shall be removed and cleaned up to the satisfaction of the Engineer. 2-11.5 Payment Section 2-11.5 is supplemented with the following: The lump sum contract price for "Trimming and Cleanup" shall be considered full compensation for furnishing all labor, equipment, tools and materials required to complete the work as specified and in accordance with Section 1-04.1. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 35 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01 PRODUCTION FROM QUARRY AND PIT SITES Material Sources General Requirements Section 3-01.2 is supplemented with the following: (March 13 1995) Permits For Pit Operations In King County The Contractor is advised that King County may require the Contractor to meet any 6r all of the following listed conditions before considering issuance of a temporary permit for pit operations within King County: Security fences and locking gates shall be installed where deemed necessary by the King County Department of Building. Cable or wire gates are not acceptable. 2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m. 3. Access roads shall be improved and maintained to the satisfaction of the King County Department of Public Works. A haul road agreement for County road maintenance may be required. All roads shall be swept, washed, or both, by the Contractor at the Contractor's expense as often as the Department of Building deems necessary. Property shall have functional access to an arterial level street. 4. All operations will have to be approved by King County Flood Control for drainage plans, Washington State Department of Ecology, and Puget Sound Air Pollution Control Authority. Those properties near or adjacent to any water body shall have written approval from the State of Washington Department of Fisheries. The Contractor shall obtain a mining reclamation permit from the State of Washington Department of Natural Resources for sites of over three acres in size of disturbed land or resulting in pit walls more than thirty feet high and steeper than one to one slope. 5. No stockpiling of foreign excavated material is permitted on the site except for I those materials to be used in the land rehabilitation of the subject property. 6. No signs other than signs required by Chapter 24.42, King County Zoning Code are authorized as a result of the temporary permit. I 7. Plans required: a. Scale of Plot Plans Site Size: less than 10 acres 10 to 100 acres over 100 acres b. Contours SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 36 1 inch = 50 feet 1 inch = 100 feet 1 inch= 200 feet 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 Show existing and proposed contours at 5 -foot intervals. If existing and proposed contours are superimposed upon one another it must be clear as to which is which. Plans which incorporate a screening process may be required by the County to distinguish said contours. Finished contours must show how the property can be used under the existing zoning. Plans showing daylighting of property to road grade or below with high 2:1 slope walls will no longer be permitted within the R, S, or G zones. The plans must contain large terraces which will permit the lot sizes and roads that are permitted within the zone. .Sections Show a minimum of two sections in each direction. d. Maximum Slope Cuts shall not be steeper in slope than two horizontal to one vertical unless the owner furnishes a soils engineering or an engineering geology report certifying that the site has been investigated and indicating that the proposed deviation will not endanger any private property or result in the deposition of debris on any public way or interfere with any existing drainage course. e. Fill Slopes No fill shall be made which creates an exposed surface steeper in slope than two horizontal to one vertical. Benches on Slopes There shall be a 10 foot wide bench sloped into the hillside for every 50 feet in height. g. Setbacks Material and vegetation shall be left in its natural state: 50 feet from any FP, A, G, S, or R zoned property; 20 foot setback which includes a 6 foot high planted berm along any public right-of-way; 20 feet from M, B, or CG zoned property; 10 feet from QM or FR zoned property. Plans shall show type of vegetation existing within the buffer zones. h. Drainage All drainage facilities shall be designed to carry surface waters to the nearest practical street, storm drain, or natural water -course. Adequate provision shall be made to prevent any surface waters from damaging the face of an excavation or fill. All slopes shall be protected from surface water runoff from above by berms or swales. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 37 1 2 4 5 6 7 8 10 11 12 13 The Contractor is further advised that King County may require conditions which are in addition to the foregoing list and that the County may reject permit applications at its discretion because of the proposed operations proximity to schools, residential neighborhoods, hospitals, arterials, or for other environmental conditions. When there are discrepancies between the requirements of the State and the County the more stringent specifications shall apply. Should the Contractor fail to comply with any requirements of a temporary permit obtained in the Contracting Agency's name, the Contracting Agency will takethe necessary action to meet these requirements and any costs incurred by the Contracting Agency will be deducted from monies due or to become due the Contractor. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 I � I � I � I � I � I � i a l 1 1 2 DIVISION 5 3 SURFACE TREATMENTS AND PAVEMENTS 4 5-04 HOT MIX ASPHALT 5 6 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: 7 (*****) 8 9 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9- 10 03.8(6). The contractor must submit the mix design using DOT Form 350=042 EF. 11 Verification of the mix design by the Contracting Agency is not needed. The Project 12 Engineer will determine anti-strip requirements for the HMA. 13 14 mix design will be the initial job mix formula (JMF) for the class of mix. 15 .The Any additional adjustments to the JMF will require the approval of the Project 16 Engineer and may be made per Section 9-03.8(7). 17 18 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture 19 Item 1 is deleted and replaced with: 20 (*****) 21 22 1. General. Acceptance of HMA shall be as provided under nonstatistical or 23 commercial evaluation. 24 25 Commercial evaluation will be used for Commercial HMA and for other classes of 26 HMA in .the following applications: sidewalks, road approaches, ditches, slopes, 27 paths, trails, gores and other nonstructural applications as approved by the Engineer. 28 Sampling and testing of HMA accepted by commercial evaluation will be at the option 29 of the Engineer. The proposal quantity of HMA that is accepted by commercial 30 evaluation will be excluded from the quantities used in the determination of 31 nonstatistical evaluation. 32 33 Item 3.E is deleted 34 35 5-04.5(1)A Price Adjustments for Quality of HMA 36 Section is deleted and replaced with: 37 (*****) 38 Statistical analysis of quality of gradation and asphalt content will be performed 39 based on Section 1-06.2 using the following price adjustment factors: 40 Table of Price Adjustment Factors 41 Constituent Factor "f" 42 All aggregate passing: 1 1/2", 1", 3/a", 43 '/2", 3/8" and No. 4 sieves 2 44 All aggregate passing No. 8, No 16, 45 No. 30, No. 50, No. 100 3 46 All aggregate passing No. 200 sieve 20 47 Asphalt binder 52 48 49 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of 50 HMA and for the asphalt binder. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 39 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of, results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract proce with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)A Price Adjustments for Quality of HMA Compaction Section is deleted and replacied with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Compliance Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 M 1 2 DIVISION 7 3 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY 4 SEWERS, WATER MAINS, AND CONDUITS 5 6 7-04 STORM SEWERS 7 8 7-04.2 Materials 9 The second paragraph of Section 7-04.2 is revised as follows: 10 11 Ductile iron pipe shall be rubber gasket, push -on joint, Thickness Class 52 and shall 12 conform to Section 9-30.1(1) of the Standard Specifications. 13 14 Where steel or aluminum are referred to in this Section in regard to a kind of storm 15 sewer pipe, it shall be understood that steel - is zinc coated (galvanized), Asphalt 16 Treatment I Coated corrugated iron or steel and aluminum is corrugated aluminum alloy 17 as specified in Sections 9-05.4 and 9-05.5. 18 19 The Contractor shall require pipe suppliers to fumish certificates signed by their 20 authorized representative, stating the specifications to which the materials or products 21 were manufactured. The Contractor shall provide 2 copies of these certifications to the 22 Engineer for approval. Certificates showing nonconformance with the Contract shall be 23 sufficient evidence for rejection. 24 25 Approval of certificates shall be considered only as tentative acceptance of the materials 26 and products, and such action by Engineer will not relieve Contractor of his/her 27 responsibility to perform field tests and to replace or repair faulty materials, equipment, 28 and/or workmanship and Contractor's own expense. 29 30 7-04.3 CvnstruCtion Requirements 31 Section 7504.3 is supplemented with the following: 32 33 The debris barrier includes steel bars, frame, nuts, bolts, and the hardware required to 34 fasten the rack to the culvert/storm drainpipe. 35 36 7-04.4 Measurement 37 The first paragraph of Section 7-04.4 is revised as follows: 38 39 The length of storm sewer pipe will be the number of linear feet of completed installation 40 measured along the invert and will include the length through elbows, tees, and fittings. 41 The number of linear feet will be measured from the center of manhole or from the 42 center of catch basin to center of catch basins and similar type structures. 43 44 Debris Barrier _ Inch. Diam. Pipe, per each. 45 46 7-04.5 Payment 47 The second and third paragraphs of Section 7-04.5 are revised as follows: 48 49 "Ductile Iron Storm Sewer Pipe, Inch Diam." shall be paid for by the linear foot in 50 accordance with the measurement described in the Standard Specifications. 51 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 41 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 The unit contract price per each for "Debris Barrier _ Inch Diam. Pipe" shall be full payment for furnishing all labor, tools and equipment necessary to fabricate and install the trash rack. The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all work to complete the installation, including adjustment of inverts to manholes. When no bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as shown in the standard plans, shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included_ in the unit contract prices for other items. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure and Obstruction". No separate payment will be made. 20 7-05 MANHOLES, INLETS, AND CATCH BASINS 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 ascription of Work 7-05.1 is supplemented with the following: This work shall also consist of constructing a flow control structure, and connecting to existing pipes, in accordance with the Plans and these specifications. ateria. 7-05.2 is supplemented with the following: Flow Control Structure The metal plates, cover plates, and straps for the flow control structure shall be steel conforming to ASTM A36. They shall be zinc coated (galvanized) or aluminum coated (aluminized) in accordance with Section 9-05.1(2) of the Standard Specifications. The riser in the flow control structure, and the pipe connecting the riser to the existin storm drain pipe shall be zinc coated (galvanized) or aluminum coated (aluminized corrugated steel pipe in accordance with Section 9-05.1(2) of the Standard Specifications. Bolts, washers and other hardware within the flow control structure shall be in accordance with Section 9-06.22 of the Standard Specifications. 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 42 i J 11 1 1 e t 1 G 1 11 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 43 2 Where shown in the Plans or where directed by the Engineer, the existing 3 manholes, catch basins, or inlets shall be adjusted to the grade as staked or 4 otherwise designated by the Engineer. 5 6 The existing cast iron ring and cover on manholes and the catch basin frame and 7 grate shall first be removed and thoroughly cleaned for reinstalling at the new 8 elevation: From that point, the existing structure shall be raised or lowered to the 9 required elevation. 10 11 _ In unpaved streets: Manholes, catch basins and similar structures in areas to be 12 surfaced with crushed rock or gravel shall be constructed to a point approximately 13 eight inches below the subgrade and covered with a temporary wood cover. 14 Existing manholes shall be cut off and covered in a similar manner. The contractor 15 shall carefully reference each manhole so that they may be easily found upon 16 completion of the street work. After placing the gravel or crushed stone surfacing, 17 the manholes and manhole castings shall be constructed to the finished grade of 18 the roadway surface. Excavation necessary for bringing manholes to grade shall 19 center about the manhole and be held to the minimum area necessary. At the 20 completion of the manhole adjustment, the void around the manhole shall be 21 backfilled with materials which result in the section required on the typical road 22 way section, and be thoroughly compacted. 23 24 The Contractor shall construct manholes so as to provide adjustment space for 25 setting cover and casting to a finished grade as shown on the construction plans. 26 Manhole ring and covers shall be adjusted to the finished elevations per standard 27 detail BR29, SP Page B074, prior to final acceptance of the work. Manholes in 28 unimproved areas shall be adjusted to 6 -inches above grade. 29 30 In cement concrete pavement: Manholes, catch basins and similar structures shall 31 be constructed and adjusted in the same manner as outlined above except that the 32 final adjustment shall be made and cast iron frame be set after forms have been 33 placed and checked. In placing the concrete pavement, extreme care shall be 34 taken not to alter the position of the casting in any way: 35 36 In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is 37 completed, at which time the center of each manhole shall be carefully relocated 38 from references previously established by the contractor. The pavement shall be 39 cut in a restricted area and base material be removed to permit removal of the 40 cover. The manhole shall then be brought to proper grade utilizing the same 41 methods of construction as for the manhole itself. The cast iron frame shall be 42 placed on the concrete blocks and wedged up to the desired grade. The asphalt 43 concrete pavement shall be cut and removed to a neat circle, the diameter of which 44 shall be equal to the outside diameter of the cast iron frame plus two feet. The 45 base materials and crushed rock shall be removed and Class 3000 or Commercial 46 Portland Cement Concrete shall be placed so that the entire volume of the 47 excavation is replaced up to within but not to exceed 2 inches of the finished 48 pavement surface. On the day following placement of the concrete, the edge of the 49 asphalt concrete pavement, and the outer edge of the casting shall be painted with 50 hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted 51 with hand tampers and a patching roller. The complete patch shall match the SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 43 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adiustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. Materials: A cement -based grout shall be used to fill the void of the existing sanitary sewer main. The grouting material must have a strength of at least 100 PSI and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginniii ig operation (See Section 9-03.22). 7-05.3(3) Connection to Existing Manholes Section 7-05.3(3) is supplemented with the following: Connections to existing manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal" boots. Existing manholes shall be cleaned, repaired, and re - channeled as necessary to match the new pipe configuration and as shown on the construction plans. 7-05.3(5)Manhole Coatings Section 7-05.3(5) is added with the following: All new sanitary sewer manholes shall be coated as specified below. The following coating system specifications shall be used for coating (sealing) all interior concrete surfaces of manholes. Coating Material: Surfaces: Surface Preparation SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 High Solids Urethane Concrete In accordance with SSPC SP -7 (Sweep or brush off blast) 1 11 1 1 0 1 t 1 1 1 L� 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer:One coat of Wasser MC-Aroshield high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 DFT) Color: White Flow Control Structure In preparation for placement of the new flow control structure, a portion of the existing pavement, concrete curb and sidewalk will need to be removed and disposed of as shown in the Plans. Sawcut the asphalt and concrete to full depth prior to removal. The flow control structure shall be constructed in conformance with WSDOT Standard Plan B-3. The riser and connecting horizontal pipe shall be welded together creating a single unit, and shall be free of leaks and cracks. Connecting to existing pipes shall be done with a flexible connection which creates a seal free of leaks. The new CMP pipe riser shall be fitted with a smooth bore aluminum stub (horizontal pipe) where it connects into the new or existing pipe. If the horizontal pipe is concrete pipe, It shall connect to the riser stub by using a coupling, Fernco flexible couplings model #1004-1210, or approved equivalent. The rim shall be adjusted to match to finish grade. The Contractor shall provide for full replacement of the cement concrete curb and gutter, and sidewalk, which was damaged or removed for construction of the flow control structure. The cement concrete curb and gutter, and sidewalk, shall be of the same type, size and dimensions which it matches into. The finish grade of the curb and gutter and sidewalk shall be flush with the existing curb at the match points. Concrete for curb and gutter and sidewalk construction shall be Class 3000 in accordance with Section 6-02 of the Standard Specifications. The cement concrete sidewalk shall be 4 inch minimum thickness. Shoring for the flow control structure during construction shall be done in accordance with Section 7-08.3(1)B of the Standard Specifications. Except as described in these Special Provisions and shown in the Plans, all other work and materials for the flow control structure shall be in conformance with Section 7-05 of the Standard Specifications. 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 45 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 46 1 Adjustment of existing structures and miscellaneous items such as valve boxes shall be 2 measured by "Adjust Existing ," per each, which shall be full pay for all labor and 3 materials including all concrete for the completed adjustment in accordance with 4 Section 7-05.3(1) and the City of Renton Standard Details. 5 6 Connection to existing structures shall be measured per each. 7 8 The flow control structure shall be measured for per each. 9 10 Shoring or extra excavation for the flow control structure shall be measured for payment 11 by the square foot as "Shoring or Extra Excavation Class B" in accordance with Section 12 2-09.4 of the Standard Specifications. 13 14 7-05.5 Payment 15 Section 7-05.5 is supplemented as follows: 16 17 "Adjust Existing ," per each. 18 The unit contract price per each for "Adjust Existing shall be full pay for all costs 19 necessary to make the adjustment including restoration of adjacent areas in a manner rj 20 acceptable to the Engineer. 1� 21 22 If no bid item for Structure Excavation Class A or Structure. Excavation Class B is 23 included in the schedule of prices then the work will be considered incidental and its 24 cost should be included in the cost of the pipe. 25 "Connect 26 to Existing Catch Basin," per each. 27 28 Catch Basin Type 2 In. Diam., With Flow Control Structure", per each 29 The unit price per each for the "Catch Basin Type 2 In. Diam., With Flow Control 30Structure" shall be foil pay for all labor, materials and equipment necessary for 31 preparation, constructing the flow control structure pipes and fittings, and adjusting to 32 finish grade. 33 34 35 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 36 7-08.3 Construction Requirements 37 38 7-08.3(1)C Bedding the Pipe 39 Section 7-08.3(1)C is supplemented by adding the following. 40 41 Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel 42 consistent with section 9-03.12(3). It shall be placed to a depth of 6" over and 6" 43 under the exterior walls of the pipe. 44 45 Hand compaction of the bedding materials under the pipe haunches will be 46 required. Hand compaction shall be accomplished by using a suitable tamping tool 47 to firmly tamp bedding material under the haunches of the pipe. Care shall be 48 taken to avoid displacement of the pipe during the compaction effort. 49 50 Pipe bedding shall be considered incidental to the pipe and no further 51 compensation shall be made. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 46 � I � I � i E 1 i 1 � I � i F] 11 1 7-08.3(1)D Pipe Foundation 2 Section 7-08.3(1)D is added with the following: 3 (*****) 4 Pipe foundation in poor soil: When soft or unstable material is encountered at the 5 subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, 6 such material shall be excavated to an additional depth as required by the Engineer 7 and backfilled with foundation gravel material placed in maximum 12 -inch lifts. 8 Foundation gravel shall be ballast and conform to the requirements of Section 9- 9 03.9(1) of the Standard Specifications. 10 11 Corrections faulty grade; Excess excavation below the required grade shall be 12 backfilled with foundation gravel as specified above and thoroughly compacted to 13 the required grade line. 14 15 16 7-08.3(1)E Trench Dewatering 17 Section 7-08.3(1)E is added with the following: 18 (******) 19 Dewatering may be required during construction of the sewer lines. The contractor 20 shall provide a detailed dewatering plan to the engineer for review and approval a 21 minimum of two weeks prior to beginning sanitary sewer construction,. 22 23 Dewatering may consist of a combination of trench pumping, well points, and/or 24 wells, and must satisfy the following requirements 25 Prevent water from entering the trench and maintain dry trench conditions at the 26 foundation level. 27 28 Prevent caving of the trench walls related to water migration through the walls. 29 30 Minimize turbidity in the effluent by utilizing properly sized filter pack materials on 31 sumps, wells, and well points. 32 33 Preserve strength of foundation soils. 34 35 Recovery of water levels may be rapid if pumping is interrupted. The Contractor 36 shall provide standby equipment installed and ready to operate to ensure 37 continuous pumping. 38 39 When wells and/or well points are no longer required, they shall be removed, 40 backfilled, and abandoned. Wells can be left in place except the top three feet 41 must be removed provided they are abandoned in accordance with Chapter 173- 42 160 WAC. 43 44 Turbid water must be treated if discharged to the storm system. Discharge of 45 dewatering effluent to the storm system must comply with DOE dewatering permit 46 conditions. The Contractor is required to obtain this permit prior to discharging 47 dewatering effluent to the storm sewer system. All costs necessary to treat and 48 monitor the dewatering effluent in accordance with the permit shall be the 49 CONTRACTOR's responsibility. 50 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 I FA SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 48 1 The dewatering program must be completed in such a way as to avoid excessive 2 dewatering related settlement of adjacent facilities. 3 4 7-08.3(1)F Hazardous Waste Training (Additional Section) 5 Section 7-08.3(1)F is added with the following: 6 (******) 7 Construction crews working with excavated soils shall be 40 hour trained in safety 8 requirements for working with hazardous materials should they be encountered. 9 10 7-08.3(2)A Survey Line and Grade 11 Section 7-08.3(2)A is replaced with: 12 (******) 13 Survey line and grade control shall be provided in accordance with Sections 1-05.4, 14 1-05.5 and 1-11 in a manner consistent with accepted practices. 15 16 The Contractor shall transfer line and grade into the trench where they shall be 17 carried by means of a laser beam using 50 foot minimum intervals for grade 18 staking. Any other procedure shall have the written approval of the Engineer. 19 20 7-08.3(2)6 Pipe Laying —General 21 Section 7-08.3(2)B is supplemented by adding the following: 22 23 (******) Checking of the invert elevation of the pipe may be made by calculations from 24 measurements on the top of the pipe, or by looking for ponding of 1/2" or less, 25 which indicates a satisfactory condition. At manholes, when the downstream 26 pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow 27 elevation, unless otherwise approved by the Engineer. 28 29 All pipe, fittings, etc. shall be carefully handled and protected against damage, 30 impact shocks, and free fall. All pipe handling equipment shall be acceptable to the 31 ENGINEER. Pipe shall not be placed directly on rough ground but shall be 32 supported .in a manner which will protect the pipe against injury whenever stored at 33 the trench site or elsewhere. No pipe shall be installed where the lining. or coating 34 show defects that may be harmful as determined by the ENGINEER. Such 35 damaged lining or coating shall be repaired, or a new undamaged pipe shall be 36 furnished and installed. 37 38 The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure 39 that there are not damaged portions of the pipe. Any defective, damaged or 40 unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be 41 removed from the interior of the pipe before lowering into position in the trench. 42 Pipe shall be kept clean during and after laying. All openings in the pipe line shall 43 be closed with water tight expandable type sewer plugs at the end of each day's 44 operation or whenever the pipe openings are left unattended. The use of burlap, 45 wood, or other similar temporary plugs will not be permitted. 46 47 Where necessary to raise or lower the pipe due to unforeseen obstructions or other 48 causes, the ENGINEER may change the alignment and/or the grades. Except for 49 short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on 50 grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be 51 blocked and held in place until sufficient support is furnished by the following pipe 52 to prevent movement. 53 54 Unless otherwise required, all pipe shall be laid straight between the changes in 55 alignment and at uniform grade between changes in grade. For concrete pipes 56 with elliptical reinforcement, the pipe shall be placed with the minor axis of the 57 reinforcement in a vertical position. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 48 t 1 1 1 1 1 t I � I � I 1 1 2 Immediately after the pipe joints has been made, proper gasket placement shall be 3 checked with a feeler gage as approved by the pipe manufacturer to verify proper 4 gasket placement. 5 6 7-08.3(2)E Rubber Gasketed Joints 7 Section 7-08.3(2)E is supplemented as follows: 9 Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and 10 damaging the pipe or point system. Any damaged pipe shall be replaced by the 11 Contractor at his expense. 12 13 7-08.3(2)H Sewer Line Connections 14 Section 7-04.3(2)H is supplemented by adding the following: 15 (******) 16 All connections not occurring at a manhole or catch basin shall be done utilizing 17 pre -manufactured tee connectors or pipe sections approved by the Engineer. Any 18 other method or materials proposed for use in making connections shall be subject 19 to approval by the Engineer. 20 21 Unless otherwise approved by the Engineer, all connections of lateral sewers to 22 existing mains shall be made through a cast iron saddle secured to the sewer main 23 with stainless steel bands. When the existing main is constructed of vitrified clay, 24 plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core 25 drilled. 26 27 Connections (unless booted connections have been provided for), to existing 28 concrete manholes shall be core -drilled, and use a conical type flexible seal equal 29 to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as 30 approved by the Engineer. 31 32 7-08.3(2)J Placing PVC Pipe 33 Section 7-08.3(2)J is an added new section: 34 (******) 35 In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid 36 beginning at the lower end, with the bell end upgrade. Pea gravel will be used as 37 the bedding material and extend from 6" below the bottom of the pipe to 6" above 38 the top of the pipe. When it is necessary to connect to a structure with a mudded 39 joint a rubber gasketed concrete adapter -collar will be used at the point of 40 connection. 41 42 7-08.4 Measurement 43 The first paragraph of Section 7-08.4 is revised as follows: 44 (******) 45 Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for 46 foundations, shall be measured by the cubic yard, including haul, as specified in 2-09, or by 47 the TON. 48 49 Measurement for "Dewatering" will be per lump sum for dewatering in conformance with the 50 Contract Documents. 51 Measurement of "Bank Run Gravel for Trench Backfill Water" will be determined by the cubic 52 yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on 53 truck tickets. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 49 1 1 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 7-08.5 Payment Section 7-08.5 is replaced with:. Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ", per cubic yard, or Ton. All costs associated with furnishing and installing bedding and native backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included1n the unit contract price for the type and size of pipe installed. "Plugging Existing Pipe", per each. "Commercial Concrete", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. "Dewatering", lump sum. The lump sum contract price for "Dewatering" shall be considered for all labor, preparation and submittal of a detailed dewatering plan, equipment, pumps, wells, drilling, casings, pipe, hoses, fittings and adaptors, connections, maintenance of the dewatering system, decommissioning of the dewatering system, etc. required to complete this item in conformance with the Contract Documents. "Bank Run Gravel for Trench Backfill Water", per cubic yard, or Ton. The unit contract price per cubic yard, or Ton for "Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all work to furnish, place, and compact material in the trench. "Shoring or Extra Excavation Class B", per square foot. If this pay item is not in the contract, then it shall be incidental. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3 Construction Requirements 7-09.3(15)A Ductiie Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 50 u 1 7-09.3(15)6 Polyvinyl Chloride (PVC) Pipe (4 inches and Over) 2 Section 7-09.3(15)B is supplemented as follows: 4 Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and 5 appurtenances. 6 8 The title and text of section 7-09.3(17 has been revised as follows: 9 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene 10 Encasement 11 12 The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and 13 polyethylene encasement shall be installed in accordance with AWWA C105. The 14 polyethylene encasement shall also be installed on all appurtenances, such as pipe 15 laterals, couplings, fittings, and valves, with 8 mil. polyethylene plastic in accordance 16 with Section 4-5 of ANSI 21.5 or AWWA C105. 17 18 The polyethylene wrap shall be tube type and black color. Any damage that occurs to 19 the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. 20 21 Installation of the polyethylene encasement shall be considered incidental to the 22 installation of the pipe and no additional payment shall be allowed. 23 24 7-09.3(19)A Connections to Existing Mains 25 Section 7-09.3(19)A is revised and supplemented as follows: 26 27 The Contractor may be required to perform the connection during times other than 28 normal working hours. The Contractor shall not operate any valves on the existing 29 system . Water system personnel will operate all valves on the existing system for 30 the contractor when required. 31 32 No work shall be performed on the connections unless a representative of the 33 water department is present to inspect the work. 34 35 When not stated otherwise in the special provisions or on the plans all connections 36 to existing water mains will be done by City forces as provided below: 37 38 City Installed connections: 39 1. Connections to existing piping and tie-ins are indicated on the drawings. The 40 contractor must verify all existing piping, dimensions, and elevations to assure 41 proper fit. 42 2. Connections to the existing water main shall not be made without first making 43 the necessary arrangements with the Engineer in advance. 44 45 A two-week advance notice shall be required for each connection which requires a 46 cutting of the existing water mains or a shut -down of the existing water mains. The 47 City reserves the right to re -schedule the connection if the work area is not ready at 48 the scheduled time for the connection. 49 50 Work shall not be started until all the materials, equipment and labor necessary to 51 properly complete the work are assembled on site. 52 53 The Contractor shall provide all saw -cutting, removal and disposal of existing 54 surface improvements, excavation, haul and disposal of unsuitable materials, 55 shoring, de -watering, foundation material, at the connection areas before the 56 scheduled time for the connection by the City. The Contractor shall provide all 57 materials necessary to install all connections as indicated on the construction 58 plans, including but not limited to the required fittings, couplings, pipe spools, SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON J U LY 2005 51 1 2 4 5 6 7 8 10 11 12 13 14 15 16 17 18 1.9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. 7-09.3(21) Concrete Thrust Blocking and Dead -Man Block Section 7-09.3(21) has been supplemented by adding the following: Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to The City of Renton standard details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8 -mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall be installed in accordance with section 7-11.3(15). Provide concrete dead -man blocks at locations shown on the plans. The dead -man block shall include reinforcing steels, shackle rods, installation and removal of formwork. Blocking shall be commercial concrete (hand mixed concrete is not allowed) and poured in place. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: A hydrant meter and a back flow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. Acceptability of the test will be determined by two factors, as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 52 11 t 1 1 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 2`_ v 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Allowable leakage per 1000 ft. of pipeline" in GPH *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=N P in which: 7400 L = Allowable leakage, gallons/hour N =No. of joints in the length of pipeline tested D= Nominal diameter of the pipe in inches P = Average test pressure during the leakage test, psi The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15 minute testep riod." Is deleted. 7-09.3(24)A Flushing and "Poly -pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: Sections of pipe to be d.sl I -ted shall first be poly -pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly -pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly -pig" shall be equal to Girard Industries Aqua -Swab -AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly -pig" only. The "Poly -pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection." is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: SW 2fH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 53 Nominal Pipe Diameter in inches PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=N P in which: 7400 L = Allowable leakage, gallons/hour N =No. of joints in the length of pipeline tested D= Nominal diameter of the pipe in inches P = Average test pressure during the leakage test, psi The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15 minute testep riod." Is deleted. 7-09.3(24)A Flushing and "Poly -pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: Sections of pipe to be d.sl I -ted shall first be poly -pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly -pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly -pig" shall be equal to Girard Industries Aqua -Swab -AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly -pig" only. The "Poly -pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection." is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: SW 2fH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 53 2 Treated water shall be retained in the pipe at least 24 hours but no long than 48 3 hours. After this period, the chlorine residual at pipe extremities and at other 4 representative points shall be at least 25 mg/I. 5 6 7-09.3(24)N Final Flushing and Testing 7 Section 7-09.3(24)N has been revised as follows: 9 Before placing the lines into service, a satisfactory report shall be received from the 10 local or State health department or an approved testing lab on samples collected 11 from representative :points in the new system. Samples will be collected and 12 bacteriological tests obtained by the Engineer. 13 14 7-09.3(25) Joint Restraint Systems 15 Section 7-09.3(25) is a new additional section: 16 17 General: 18 Where shown on the plans or in the specifications or required by the engineer, joint 19 restraint system (shackle rods) shall be used. All joint restraint materials used shall 20 be those manufactured by star national products, 1323 holly avenue PO box 258, 21 Columbus Ohio 43216, unless an equal alternate is approved in writing by the 22 engineer. 23 24 Materials: 25 26 Steel types used shall be: 27 High strength low -alloy steel (cor-ten), ASTM A242, heat-treated, superstar 28 "SST" series. 29 High strength low -alloy steel (cor-ten), ASTM A242, superstar "SS" series. 30 Items to be galvanized are to meet the following requirements: 31 ASTM A153 for galvanizing iron and steel hardware. 32 ASTM A123 for galvanizing rolled, pressed and forged steel shapes. 33 34 Joint restrainer system components: 35 36 Tiebolt: ASTM A242, type 2, zinc plated or hot -dip galvanized. SST 7:5/8" for 37 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, 38 type 3D, except tensile strength of full-body threaded section shall be 39 increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by 40 heat treating (quenching and tempering) to manufactures reheat and hardness 41 specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same ASTM 42 specification as SST 7. SST 77: 3/4" same as SST 7, except 1 " eye for 7/8" 43 rod. same ASTM specification as SST 7. 44 45 Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade 46 C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot - 47 dip galvanized 48 49 Tiecoupling: used to extend continuous threaded rods and are provided with a 50 center stop to aid installation, zinc plated or hot -dip galvanized. SS10: for 5/8" 51 and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM 52 A563, grade A. 53 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 54 1 t H I� 1-1 i1 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot -dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI 131.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: round flat washers, zinc plated or hot -dip galvanized. SS17: ASTM A242, F436. S17: ANSI 1318.22.1. Installation: Install the joint restraint system in accordance with the manufactures instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body' and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4" ....................... 2 6" ....................... 2 8" ....................... 3 10" ...................... 4 12" ...................... 6 14" ...................... 8 16" ...................... 8 18" ...................... 8 20" ...................... 10 24" ...................... 14 30" ...................... (16-7/8 "rods) 36" ...................... (24-7/8"rods) Where a manufactures mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping i and tiewashers may be plain and painted in approved equal. SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1,SEGMENT 1 CITY OF RENTON JULY 2005 s not required all tiebolts, tienuts, tiecouplings, tierods galvanized as specified in the preceding paragraph or the entirety with koppers bitumastic no. 800-m, or 55 1 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Section 7-09.4 is revised as follows: Measurement for water mains shall be per lineal foot of pipe based on the actual lineal footage measured along the centerline of the pipe. Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete thrust blocking and dead -man blocks will be per cubic -yard when these items are included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead -man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s) as shown on the plans. 7-09.5 Payment Section 7-09.5 is revised and supplemented as follows: "—Pipe for Water Main and Fittings In. Diam.", per lineal foot. The unit price for "—Pipe for Water Main and Fittings In. Diam." shall cover the complete cost of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and joining of pipe and fittings, pigging crosses, bends, shackle rods, handling, bedding materials, as shown on the plans, bedding, backfilling and compaction of native materials, testing, flushing, pigging, disinfecting, cleanup. "Concrete Thrust Blocking and Dead -Man Blocks", per cubic yard. The unit contract price bid for "Concrete Thrust Blocking and Dead -Man Block" shall cover the complete cost of providing all labor, materials, equipment, excavation, haul disposal of waste, dewatering, concrete vertical and horizontal blocks, dead -man anchor blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, and necessary form work. Payment shall be per cubic -yard. Concrete material weight shall be verified by providing a copy of certified truck tickets which accompany each truck load. "Connection to Existing Water Mains", per each. The unit contract price per each connection to existing water mains shall be for complete compensation for all equipment, labor, materials required for the connections to the existing water mains. Payment for "removal and replacement of unsuitable material" will be considered incidental to or calculated under other bid items and no further compensation will be made. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1. SEGMENT 1 CITY OF RENTON JULY 2005 56 1 1 "Select Trench Backfill', per cubic yard or ton. 2 The unit contract price per cubic yard or ton for Select Trench Backfill' shall be full pay 3 for all work to furnish, place, and compact the material in the trench. Also included in 4 the unit contract price is the disposal of excess and unusable material excavated from 5 the trench. 6 7 "Foundation Material", per ton or cubic yard. 8 Payment at the unit contract price for "foundation material" shall cover the complete cost 9 of providing all labor, materials, equipment, excavation, haul disposal of waste 10 materials, dewatering, foundation material, placing, and compaction of foundation 11 material. Payment shall be per ton of foundation material. Foundation material weight 12 shall be verified by providing a copy of certified truck tickets which accompany each 13 truck load. No payment shall be made for foundation material placement due to 14 unnecessary over -excavation. 15 16 7-12 VALVES FOR WATER MAINS 17 18 7-12.3(1) Installation of Valve Marker Post 19 Section 7-12.3(1) has been revised as follows: 20 21 Where required, a valve marker post shall be furnished and installed with each 22 valve. Valve marker posts shall be placed at the edge of the right-of-way opposite 23 the valve and be set with 18 inches of the post exposed above grade. 24 25 The rest of this section is deleted. 26 27 7-12.3(2) Adjust Existing Valve Box to Grade 28 Section 7-12.3(2) is a new section: 29 30 Valve boxes shall be adjusted to grade in the same manner as for manholes, as 31 detailed in Section 7-05.3(1) of the Renton Standards. Valve box adjustments shall 32 include, but not be limited to, the locations shown on the Plans. 33 34 Existing roadway valve boxes shall be adjusted to conform to final finished grades. 35 The final installation shall be made in accordance with the applicable portions of 36 Section 7-12. 37 38 In the event that the existing valve box is plugged or blocked with debris, the 39 Contractor shall use whatever means necessary to remove such debris, leaving the 40 valve installation in a fully operable condition. 41 42 The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one 43 half inch (1/2") below finished grade. 44 45 7-12.4 Measurement 46 Section 7-12.4 is supplemented by adding the following: 47 48 Adjustment of existing valve boxes to grade shall be measured per each, if included as 49 a separate pay item in the Contract; if not a separate pay item but required to complete 50 the work, then value box adjustment shall be considered incidental. 51 SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 57 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Section 7-12.5 is replaced with the following: "12 inch Gate Valve and Concrete Vault," per each. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including saw cutting, dewatering, haul disposal of waste material, excavation, trenching, jointing, blocking of valve, by-pass assembly, cast-iron casting and cover, ladder rung, concrete risers as required, adjustment to final grade. ' "Blow -off assembly," per each. The unit price per each 2 inch blow -off assembly shall be for all labor, equipment and materials to furnish and install the complete blow -off assembly per the standard details in the contract plans and specifications. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: After all installation and testing is complete, the exposed portion of the hydrant shall be painted with two field coats. The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 and the City of Renton standard details. Hydrant and guard posts shall be painted in accordance with the water standard detail. Upon completion of the project, all fire hydrants shall be painted to The City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43- 655 safety yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside right-of-way). Joint restraint (Shackle Rods) shall be installed in accordance with Section 7- 11.3(15). 7-14.5 Payment Section 7-14.5 is revised as follows: SW 27'H ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 Payment will be made in accordance with Section 1-04.1, for each of the following bid 2 items that are included in the proposal: 3 4 "Hydrant Assembly", per each. 5 6 The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to 7 furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, 8 shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the 9 complete installation of the hydrant assembly as specified. The pipe connecting the 10 hydrant to the main shall be considered incidental and no additional payment shall be 11 made. 12 13 7-15 SERVICE CONECTIONS 14 15 7-15.3 Construction Details 16 Section 7-15.3 is supplemented as follows: 17 (******) 18 Pipe materials used to extend or replace existing water service lines shall be copper. 19 20 Where instalation is in existing paved streets, the service lines shall be installed by a 21 trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and 22 impact method fails, regular open trench methods may be used. 23 24 7-15.5 Payment 25 Section 7-15.5 is revised as follows: 26 (...... ) 27 Payment will be made in accordance with Section 1-04.1, for the following bid item when it is 28 included in the proposal: 29 30 "Service Connection In. Diam.", per each. 31 The unit contract price per each for "Service Connection in. Diam." shall be full 32 pay for all work to install service connection size as shown, including but not limited to 33 excavating or "hoe-hogging", tapping the main, laying and jointing the new copper pipe 34 and fittings and appurtenances, new meter setter and meter box, backfilling, testing, 35 flushing and disinfection of the service connection and all work and materials required to 36 reconnect the new service line to the existing private water service line behind the 37 meter, restoration and cleanup. 38 39 Payment shall be per ton of select backfill material for water main. Select backfill 40 material weight shall be verified by providing a copy of certified truck tickets which 41 accompany each truck load. 42 43 44 7-17 SANITARY SEWERS 45 46 7-17.2 Materials 47 Section 7-17.2 is replaced with the following: 48 (******) 49 Gravity sewer pipe shall be as specified herein and as shown on the plans. The 50 Contractor shall provide two copies of the pipe manufacturer's technical literature 51 and tables of dimensional tolerances to the Engineer. Any pipe found to have 52 dimensional tolerances in excess of those prescribed or having defects which 53 prevent adequate joint seal or any other damage shall be rejected. If requested by 54 the Engineer, not less than three nor more than five lengths of pipe for each size, SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 59 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 selected from stock b the Engineer, shall be tested as specified for y g p o maximum dimensional tolerance of the respective pipe. Materials shall meet the requirements of the following sections: PVC Sewer Pipe Section 9-05.12 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. , Any construction debris which enter the existing downstream system, shall be removed by the contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, it's outlet shall be plugged until acceptance by the Engineer. 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air -Permeable Materials Section 7-17.3(2)F is supplemented by adding the following: Side sewers stubbed to the property line shall be air -tested. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is replaced with the following: The Engineer will require that all sanitary sewer lines be inspected by the use of a television camera before final acceptance. The costs incurred in making the initial inspection will be bome by the owner of the sanitary sewer. The Contractor shall bear all costs incurred in correcting any deficiencies found during television . inspection including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. The video inspection shall be done after the manholes have been channeled and the line cleaned and flushed. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise directed by the ENGINEER. The camera shall have rotational capabilities and be used by the operator to view up each side sewer connection and provide best views of any non- conforming items. Once the television inspection has been completed the contractor shall submit to the Engineer the written reports of the inspection plus the video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The tapes shall be run at standard speed SP (1 5/16 I.P.S.). The CONTRACTOR shall use TV inspection report forms as considered industry standard and as approved by the OWNER, and provide completed forms and video tapes of the completed TV inspection to the OWNER. SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 60 1 2 The costs incurred by the CONTRACTOR will be covered by the bid item for 3 such television inspections, and all costs associated with the initial inspection 4 and any requested additional inspections shall be included. 5 6 7-17.4 Measurement 7 Section 7-17.4 is supplemented as follows: 9 Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the 10 cubic yard in place, measured by the neat line dimensions shown in the Plans, or_by the 11 Ton on truck tickets. 12 13 Measurement for "Television Inspection of the New Sewers" will be lump sum 14 15 7-17.5 Payment 16 Section 7-17.5 is revised and supplemented as follows: 17 18 Payment will be made in accordance with Section 1-04.1, for each of the following bid 19 items that are included in the proposal: 20 21 "Plain Conc. Sewer Pipe _ In. Diam.", per linear foot. 22 "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear foot. 23 "PVC Sanitary Sewer Pipe In. Diam.'% per linear foot. 24 "Ductile Iron Sewer Pipe In. Diam.", per linear foot. 25 The unit contract price per linear foot for sewer pipe of the kind and size specified shall 26 be full pay for all labor, materials, equipment, hauling, pavement cutting, asphalt 27 concrete pavement removal, cement concrete pavement removal, excavation, removal 28 and disposal of waste material, pipe of the size and type required, gaskets, fittings and 2Q adaptors installation, laying and minting pipe and fittingc herrriling, and pipe zone fill 30 material, appurtenances, frame and lid, concrete, placement of subsequent backfill 31 (native) materials, compaction, water, grading, cleaning, placement and removal of 32 temporary pavement patching, and testing (exfiltration or low pressure air test and 33 deflection testing), etc. required to complete the work in accordance with the Contract 34 Documents. Select imported backfill materials are included in other bid. 35 36 "Testing Sewer Pipe", per linear foot. 37 The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for 38 all labor, material and equipment required to conduct the leakage tests required in 39 Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be 40 considered incidental to the pipe items. 41 42 "Removal and Replacement of Unsuitable Material", per cubic yard. 43 The unit contract price per cubic yard for "Removal and Replacement of Unsuitable 44 Material" shall be full pay for all work to remove unsuitable material and replace 45 and compact suitable material as specified in Section 7-08.3(1)A. 46 47 "Bank Run Gravel for Trench Backfill Sewer', per cubic yard, or Ton. 48 The unit contract price per cubic yard, or Ton for "Bank Run Gravel for Trench 49 Backfill Sewer' shall be full pay for all work -to furnish, place, and compact material 50 in the trench. 51 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 61 1 2 4 5 6 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 "Television Inspection", per Lump Sum. The lump sum contract price for "Television Inspection" shall be considered full compensation for all labor, materials, equipment to perform television inspection and prepare videotape record of all new sewers constructed by excavate and replace methods as part of the project and record videotapes. 7-20 STORMWATER VAULT 7-20.1 Description This work consists of constructing a storm vault which includes a chamber, concrete baffle, access doors/panels, ladders, pipes, fittings and appurtenances within the chamber, in accordance with these Specifications and in accordance with the plans or as established by the Engineer. It is understood that the plans are schematic and do not show all details of the work required. It shall be the Contractor's responsibility to determine the full extent of all labor, materials and equipment required to accomplish the intent of the plans and to accomplish said intent in accordance with accepted trade practices. 7=20.2 Materials 7-20.2(1) General This section is a partial list of materials needed for the vault. It shall be the Contractor's responsibility to determine the full extent of all materials required to provide a complete and operational vault, which is in accordance with the plans, applicable state requirements, and these specifications. 7-20.2(2) Vault The vault shall be a precast concrete structure manufactured by Utility Vault Company, a Division of Oldcastle Precast, Inc., or approved equivalent, and subject to the requirements in the plans and these specifications. Formwork for fabrication: Provide forms and, where required, form facing materials of metal, plastic, wood or another acceptable material that is nonreactive with concrete and will produce smooth finish surfaces. Vault Design Loads: AASHTO H2O -44 wheel loading and traffic loading because the vault shall be located beneath a maintenance drive subject to vehicular traffic. Minimum of 30% impact loading. Other loading: 80 pcf E.F.P. lateral soil pressure due to potential high water table. Standards: ASTM C857 "Minimum Structural Design Loading For Underground Precast Concrete Utility Structures", and ACI -318-02 Building Code Reinforcement Reinforcing Bars: ASTM A 615, Grade 60 (ASTM A 615M, Grade 40), deformed. Steel -Welded Wire Fabric: ASTM A 185, plain, cold drawn. Supports for Reinforcement: Provide supports for reinforcement, including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing, complying with CRSI recommendations. Concrete Materials Portland Cement: ASTM C 150, Type III. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 62 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2'q 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 Use only one brand and type of cement throughout project, unless otherwise acceptable to Engineer. Normal -Weight Aggregates: ASTM C 33, Class 5S. Provide aggregates from a single source. Water: Potable. Admixtures, General: Provide admixtures for concrete that contain not more than 0.1 percent chloride ions by mass of Portland cement or cementitious material. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. Water -Reducing Admixture: ASTM.0 494, Type A. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 7-20.2(3) Ladders and Steps Materials and construction shall be in accordance with the WSDOT Standard Specifications 7-05 and WSDOT Standard Plan B -1z, and made of polypropylene materials. 7-20.2(4) Access Panels and Doors Access panels and doors chill be as manufactured by Utility Vault Company, a Division of Oldcastle Precast, Inc., or approved equivalent, and subject to the requirements in the plans and these specifications. Access panels and doors shall have span and width dimensions as noted in the plans. Access panels shall be removable, allowing unobstructed passage through the full width and span of the opening. Access doors shall be hinged and shall open in a manner allowing unobstructed access to the full span and width of the opening. Multiple doors may be used to span the open area. Interior bracing of panels and doors shall be removable. Access doors and panels shall be capable of supporting AASHTO H2O -44 wheel loading and traffic loading. Panels, doors, frames and all other metal parts shall be zinc coated (galvanized) steel per ASTM Standard A123. Access panel grating shall comply with the current version of ADA Standards for Accessible Design, published by the United States Department of Justice. Panels grated panels shall be manufactured by Grating Pacific, LLC, or approved equivalent, and subject to the requirements in the plans and these specifications. Access doors shall be diamond plated steel of a thickness necessary to meet the structural requirements. Doors shall be as provided by Utility Vault Company, a Division of Oldcastle Precast, Inc., or approved equivalent, and subject to the requirements in the plans and these specifications. Access panels and doors shall be set in a concrete riser as manufactured by Utility Vault Company, a Division of Oldcastle Precast, Inc., or approved equivalent, and subject to SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 63 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 the requirements in the plans and these specifications vault. 7-20.3 Construction Risers shall be grouted to the 7-20.3(1) Structural Plans The Contractor shall coordinate the design of the precast concrete vault manufacturer, and shall have structural plans of the vault and access panels and doors prepared and stamped by a licensed structural engineer. The structural plans and calculations all be submitted to the Engineer, and the Contractor shall obtain approval from the Engineer prior to factory construction of the precast vault. Submittal of working drawings shall be in accordance with Section 6-01.9. Six sets of drawings shall be submitted unless otherwise directed by the Engineer. 7-20.3(2) Vaults The vault when constructed shall be free of leaks and construction joints shall be provided with water stops. Concrete Mixes for Vault Prepare design mixes for each type of concrete required. Limit use of fly ash and silica fume to not exceed, in aggregate, 25 percent of the Portland cement by weight. Design mixes may be prepared by qualified precast manufacturing plant personnel or at the precast fabricator's option, a qualified independent testing agency. Normal Weight Concrete: Proportion mixes by either laboratory trial batch or field test data methods according to ACI 211.1 and ACI 301, using materials to be used on the Project, to provide normal -weight concrete with the following ' properties: Compressive Strength (28 -Day): 4500 psi (41.4 Mpa) minimum. Add air -entraining admixture at manufacturer's prescribed rate to result in normal - weight concrete at point of placement having an air content as follows, with a tolerance of plus or minus 1-1/2 percent: Air Content: 5 rnerrent for 3/ -incl! rrlln11;c (19 -mm) maximum aggregate. Other Admixtures: Use water -reducing, high -range water -reducing, water reducing and accelerating, or water -reducing and retarding admixtures according to manufacturer's directions. Concrete -Mix Adjustments: Concrete -mix design adjustments may be proposed when characteristics of materials, project conditions, weather, test results, or other circumstances warrant. Fabrication of Precast Concrete Vault Formwork: Accurately construct forms, mortar tight, of sufficient strength to withstand pressures due to concrete placing operations and temperature changes. Maintain formwork to provide completed precast concrete units of shapes, lines, and dimensions indicated. Reinforcement: Comply with the recommendations of CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy the bond with concrete. Accurately position, support and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcement by metal chairs, runners, bolsters, spacers and hangers, as required. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position while placing concrete. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 t Ll I I 11 1 t 1 Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at 2 least one full mesh and lace splices with wire. Offset laps of adjoining widths to 3 prevent continuous laps in either direction. 4 5 Concrete Mixing: Comply with requirements and with ASTM C 94. Following 6 concrete batching, no additional water may be added. 7 8 Concrete Placement: Place concrete in a continuous operation to prevent seams 9 or planes of weakness from forming in precast units. Comply with requirements of 10 ACI 304R for measuring, mixing, transporting, and placing concrete. Thoroughly 11 consolidate placed concrete by Internal and external vibration without dislocating or 12 damaging reinforcement and built-in items. Use equipment and procedures 13 complying with ACI 309R 14 15 Identify pickup points of precast concrete units and orientation in structure with 16 permanent markings, complying with markings indicated on final shop drawings. 17 Imprint casting date on each precast unit on a surface that will not show in the 18 finished structure. 19 20 Finish formed surfaces of precast concrete as indicated for each type of unit, and 21 as follows: 22 23 Standard Finish: Normal plant -run finish produced in forms that impart a smooth 24 finish to concrete. Small surface holes caused by air bubbles, normal color 25 variations, and form joint marks, and minor chips and spalls will be tolerated. Major 26 or unsightly imperfections, honeycombs, irregular surfaces, or structural defects are 27 not permitted. 28 29 Examination 30 Prior to installation of the precast concrete vault, the Contractor shall examine the 31 vault for compliance with dimensional and size requirements, including installation 32 tolerances, true and level bearing surfaces, and other conditions affecting 33 performance of Drecast concrete units. Any dimensional sizes and finishes not in accordance cordance with the requirements shall be corrected by the Contractor prior to 35 installation. 36 37 Excavation for Vault and Installation 38 The excavated area for the vault shall be dug with a minimum of 3 feet clearance 39 around all walls to avoid obstructions when setting the vault. Temporary shoring or 40 extra excavation shall be provided by the Contractor in accordance with Section 7- 41 08.3(1)B of the Standard Specifications. 42 43 The vault shall be placed upon 6 inches minimum compacted thickness of crushed 44 surfacing top course, as a gravel foundation. Install precast units level, plumb, 45 square, and true. Shore and brace precast concrete units to maintain location, 46 stability, and alignment until permanent connections are installed. The correct 47 placement of the storm vault is important in order to form a smooth surface. 48 49 Backfill around vaults should consist of good compactable material such as pea 50 gravel, sand or select backfill material. In no case shall the material be saturated 51 soil, or contain rocks in excess of 1-1/2" size, or organic materials. No voids should 52 remain between the vault walls and backfill material. 53 54 Backfilling should be done after vault is completely assembled making certain to 55 compact the backfill progressively from the bottom to the top surface. Compaction 56 of backfill shall be in accordance with Section 2-03.3(14)C, Method C, of the 57 ' Standard Specifications. 58 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 65 1 Grouting of all risers, covers, conduit of specific sections of vaults is the 2 responsibility of the Contractor. A recommended cement grout consists of two parts 3 sand and one part cement and sufficient water to form a plastic slurry. Apply in a 4 manner to insure filling of all voids in the joint being sealed. Add sufficient water to 5 form a plastic slurry. 6 7 7-20.4 Measurement 8 9 No measurement for payment will be made for the lump sum price of "Stormwater Vault" 10 11 Structure Excavation Class B, including haul for the Stormwater vaults will be measured 12 for payment by the cubic yard, to neat lines and grade. The horizontal limits in 13 measuring for excavation of the vault will be 3 ft. away from the outside perimeter of the 14 structure. The lower limits for measurement of excavation of the vault will follow a line 15 parallel to the bottom and be 1 foot below the outside of the structure. If the Contractor 16 excavates outside of these limits or performs extra excavation as described in Section 17 2-09.3(3)B of the Standard Specifications, it shall be considered for the Contractor's 18 benefit and shall be included in the lump sum price of "Shoring or Extra Excavation 19 Class A" 20 21 No measurement for payment will be made for the lump sum price of "Shoring or Extra 22 Excavation Class A" 23 24 No measurement for payment will be made for the crushed gravel foundation beneath 25 the vault. 26 27 7-20.5 Payment 28 29 Payment will be made in accordance with Section 1-04.1 of the Standard Specifications 30 for the following bid items in the proposal: 31 v 32 "Stormwater Vault", Lump Sum 33 34 The lump sum contract price for "Stormwater Vault" shall be full pay for all labor, 35 materials, and equipment necessary to provide a complete and functional vault. The 36 unit price includes the construction of the pre -cast concrete vault and gravel foundation, 37 baffle, pipes, risers, ladders, fittings and appurtenances within the vault, the access 38 openings and lids and doors, and all work necessary to provide a complete and 39 functional vault, including backfill and compaction. 40 41 Excavation for the vault will be measured for payment by the unit contract price per 42 cubic yard as "Structure Excavation Class B, Incl. Haul." 43 44 7-21 STORMWATER FLOW DISPERSAL TRENCH 45 7-21.1 Description 46 This work consists of constructing a flow dispersal trench that includes wood posts and 47 boards, clean rock, catch basin, pipes, fittings and appurtenances, in accordance with these 48 Specifications and in accordance with the plans or as established by the Engineer. 49 50 It is understood that the plans are schematic and do not show all details of the work 51 required. It shall be the Contractor's responsibility to determine the full extent of all labor, SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 66 � I 1 materials and equipment required to accomplish the intent. of the plans and to accomplish 2 said intent in accordance with accepted trade practices. 3 4 7-21.2 Materials 5 6 The wood boards and posts shall be in accordance with Section 9-09 of the Standard 7 Specifications, and as identified for "structures." All wood materials shall have a 8 preservative treatment in accordance with Section 9-09.3 of the Standard Specifications. 9 10 Metal connections for wood materials, such as nails, screws and hangers, shall be 11 galvanized coated. 12 13 Filter Fabric shall be woven material and meet moderate survivability requirements as 14 defined in Table 1, Section 9-33.2 of the Standards Specifications, and the fabric shall meet 15 Class A requirements for filtration properties as defined in Table 2, Section 9-33.2 of the 16 Standard Specifications. 17 18 The perforated pipe shall be PVC in accordance with Section 9-05.2(6) of the Standard 19 Specifications. 20 21 The pipe for cleanouts shall be non -perforated PVC pipe be in accordance with Section 9- 22 05.1(5) of the Standard Specifications. 23 24 Catch Basin Type 1, Reversible Frame, and Herringbone Grate per WSDOT Standard Plans 25 B-1 and B-2 and B -2d. 26 27 7-21.3 Construction 28 29 Excavate the trench for the flow dispersal trench. Wrap the perimeter of the trench with filter 30 fabric. The wood posts can punch through the filter fabric, and it shall extend a minimum of 31 6 inches beneath the bottom of trench. The trench work and pipe installation shall be in 32 conformance with Section 7-08 of the Standard Specifications. 33 34 After construction and placement of the posts, boards, pipe and fittings, gravel backfill, and 35 catch basin, the Contractor shall finish grade the surface of the flow dispersal trench to be 36 flush with the finish grade of the adjacent soil. The grate of the catch basin shall extend 1 to 37 3 inches above finish grade. All disturbed soil shall be graded smooth and even to match 38 into adjacent grades. 39 40 The cleanouts shall be constructed in accordance with Standard Plan B -18b except with 6 41 inch pipe. The top shall be constructed flush with the surface and be provided with a cast 42 iron ring and cover. 43 44 7-21.4 Measurement 45 46 No measurement for payment will be made for the lump sum price of the "Flow Dispersal 47 Trench." 48 49 7-21.5 Payment 50 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 67 1 Payment will be made in accordance with Section 1-04.1 of the Standard Specifications for 2 the following bid items in the proposal: 3 4 "Flow Dispersal Trench", Lump Sum 5 6 The lump sum price for "Flow Dispersal Trench" shall be full pay for all labor, materials, and 7 equipment necessary to provide a complete and functional facility. The lump sum price 8 includes trench excavation, perforated pipes, two cleanouts, and fittings and appurtenances, 9 gravel backfill, filter fabric, posts and timber, a single catch basin with frame and grate, finish 10 grading, and all work necessary to provide a complete and functional flow dispersal trench, 11 including backfill and compaction. 12 13 SW 2fH ST./STRANDER BLVD. CONNECTION PHASE 1; SEGMENT 1 CITY OF RENTON JULY 2005 68 1 t 1 i� t 11 1 3 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3(1) Preparation of Area Section 8-01.3(1) is supplemented with the following: The subgrade of all planting areas shall be scarified or horizontally ripped to a depth of 6" prior to topsoil installation. Scarify the sides and bottom of all tree pits. 8-01.3(2) Topsoil Section 8-01.3(2) is supplemented with the following: Topsoil shall be installed to a minimum 6" compacted depth in all shrub/groundcover planting areas. For all shrub/groundcover areas excavate subgrade material as required to permit installation of topsoil and mulch to their specified depths. The first 2" of topsoil shall be incorporated into the top 4" of subgrade by rototilling. The second 4" of topsoil shall be then installed and finish graded. All clods, hard lumps, rocks 1" in diameter or larger, and litter and other debris shall be raked up, removed, and disposed of by the Contractor. 8-01.3(2)A Topsoil Type A Section 8-01.3(2)A is supplemented with the following: All topsoil shall be Topsoil Type A and shall meet the requirements of Section 9- 14.1(1) as modified herein. 8-0,4.3(8) Street Clea,—iing Section 8-01.3(8) is supplemented with the following: The contractor shall have a self-propelled pickup street sweeper available to the project at all times. When the streets are dirtied due to construction activity, the Contractor shall sweep or otherwise clean the streets at the conclusion of each workday and on other occasions as needed. No washing of the street will be allowed. The cleaning device shall be approved by the Engineer. Should the Contractor not clean the streets as required, the city may elect to clean the streets themselves or procure the services of a street cleaner. In this event, all costs for the street cleaning will be charged to the Contractor. 8-02 ROADSIDE RESTORATION 8-02.1 Description (January 7, 2002) The first paragraph of Section 8-02.1 is revised to read: This work shall consist of furnishing and placing topsoil and soil amendments, and furnishing and planting trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, rhizomes, tubers, and seedling, and applying compost in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 W 1 2 ******) 3 -02.2 Materials 4 Section 8-02.2 is supplemented with the following: 5 6 Sod 9-14.6(8) 7 Reinforced Turf Paving 9-14.9 8 Root t:" arder 9-14,8 9. Backkll forSand Drains. cz ,1 .1 10 11 8-02.3 Construction Requirements 12 13 (******) 14 8-02.3(1) Responsibility During Construction 15 Section 8-02.3(1) is supplemented with the following: 16 17 Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and 18 associated roadside work is completed. Landscape materials shall not be installed until 19 weather permits and installation has been authorized by the Engineer. 20 21 Throughout planting operations, the Contractor shall keep the premises clean, free of 22 excess soils, plants, and other materials, including refuse and debris, resulting from the 23 Contractor's work. At the end of each work day, and as each planting area is 24 completed, it shall be neatly dressed, and all surrounding walks and paved areas shall 25 be cleaned to the satisfaction of the Engineer. At the conclusion of work, the Contractor 26 shall remove surplus soils, materials, and debris from the construction site and shall 27 leave the project in a condition acceptable to the Engineer 28 29 30 8-02.3(2) Roadside Work Plan 31 Section 8-02.3(2) is supplemented with the following: 32 33 Within fourteen (14) calendar days after award of Contract, submit written 34 documentation to the Engineer that all specified plant materials have been ordered. 35 Documentation shall include list of suppliers' names, addresses, and phone numbers 36 along with a list of respective growing or storage locations with addresses. 37 38 The Contractor shall provide all plants of the size, species, variety, and quality noted 39 and specified. The Contractor shall contract grow plant materials, if necessary, to 40 ensure that the required size, species, variety, and quality of plant materials shall be 41 provided. 42 43 The use of chemical herbicides shall be considered on a case-by-case basis. The 44 Contractor must submit, as part of the Work Plan, the intent to use chemical herbicides 45 to the Engineer for approval prior to use. 46 47 48 8-02.3(4)A Topsoil Type "A97 49 Section 8-02.3(4)A is supplemented with the following: 50 51 Engineer to approve topsoil and amendments prior to placement. Topsoil Type "A" shall 52 meet all specifications from 9-14.1(1). Provide and install Topsoil Type "A" within all SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 70 1 1 t 1 J J 11 1-1 r 11 1 u [I 1 fl 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 tree, shrub, groundcover, and sod planting areas as shown on Plans. Topsoil Type "A" is not required within, Wetland Meadow or Upland Meadow planting areas. Section 8-02.3(4)D is added as follows: Engineer to approve topsoil and amendments prior to placement. Topsoil Type "D" shall meet all specifications from 9-14.1(4). Provide and install Topsoil Type "D" to a uniform twenty four (24) inch depth in all Wetland Meadow planting areas. Topsoil Type "D" is not required within the Upland Meadow planting areas. 8-02.3(5) Planting Area Preparation Section 8-02.3(5) is supplemented with the following: Planting areas to receive plant materials, exc€: ding the CNet€and i`4}eado w a- d Up -land Meadow piantin g areas, shall be cleared, grubbed, and cultivated to a depth of six (6) inches prior to receiving Sand Backfill for Drains or Topsoil Type "A." Notify Engineer of possible poor draining or heavily compacted soil conditions prior to proceeding with construction. All debris, including stumps, sticks, roots, and rocks larger than one (1) inch, shall be removed and disposed of off the project site before Sand Backfill for Drains or Topsoil Type "A" is placed. After the subgrade of the planting areas have been graded and cleaned, spread 1/2 the depth of specified Sand Backfill for Drains or Topsoil Type "A", along with fertilizer and/or soil conditioners as shown on Drawing Details, and rototill six (6) inches into the previously cultivated soil. Soil shall be lightly compacted, then spread the remainder of Sand Backfill 'for Drains or Topsoil Type "A", to estabii5l i proper finish grade. Lightly compact soil again. Sand Backfill for Drains or Topsoil Type "A" shall not be placed when ground is frozen, excessively wet, or in the opinion of the Engineer, in a condition detrimental to the work. Planting areas to receive plant materials at the Upland Meadow planting areas shall be cleared and grubbed. For newly graded subgrades, loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Spread existing surface soil (Topsoil Type "B") to a minimum depth of 4 inches but not less than required to meet finish grades after light rolling and natural settlement. Do not spread if surface soil or subgrade is frozen, muddy, or excessively wet. Spread approximately one-half the thickness of surface soil mix over loosened subgrade. Mix thoroughly into top 2 inches of subgrade. Spread remainder of surface soil mix. For finish grading, grade planting areas to a smooth uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grade. Limit fine grading to areas that can be seeded in the immediate future. Moisten prepared areas before seeding if soil is dry. Water thoroughly and allow surface to dry before seeding. Do not create muddy soil. Restore areas if eroded or otherwise disturbed after finish grading and before seeding. Hydroseed per manufacturer's instructions. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 71 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Planting areas to receive plant materials at the Wetland Meadow planting areas shall be cleared and grubbed. After the subgrade of the planting areas have been graded and cleaned, spread Topsoil Type "D", as specified in the Project Manual, and as detailed on Plans. Soil shall be placed with maximum six (6) inch lifts and compacted to 85% maximum density prior to placing additional lifts of topsoil. 8-02.3(6) Soil Amendments Section 8-02.3(6) is supplemented with the following: Soil tests of the subgrade soil shall be made by the Contractor to determine MECHANICAL ANALYSIS (per USDA Particle Size and Organic Matter Test) and FERTILITY ANALYSIS (to determine magnesium, nitrogen, potassium, and phosphorus levels; soluble salts/conductivity and pH). Contractor shall send a minimum of three (3) representative samples of subgrade soil to an approved soil -testing laboratory (state laboratory or recognized commercial laboratory). The cost for testing must be borne by the Contractor. The contractor shall be paid for the soil additives at a unit price basis and agreed upon by a Change Order prior to commencement of work. TEST RESULTS AND LABORATORY RECOMMENDATIONS FOR ORNAMENTAL PLANT GROWTH must be submitted to the Engineer for approval prior to incorporating soil additives into the subgrade and placing Topsoil Type A or Topsoil Type D. 8-02.3(7) Layout of Planting Section 8-02.3(7) is supplemented with the following: The Contractor is responsible for determining final quantities of plant material to complete the Landscape Plan as shown based on the actual clearing and grading limits, and notify the Engineer of any discrepancy prior to planting. I II %../ tractor sIhall coordinate with the Engineer the final location for all plant materials prior to site delivery. The Contractor shall neither deliver to the site nor install planting materials until authorized by the Engineer. The contractor shall provide the Engineer with at least one week notice prior to preparing plants for shipping. The Contractor shall place plantings starting from the perimeter of the bed area and progressing to the center. Field adjustments for plant layout shall be approved by the Engineer. 8-02.3(8) Planting Section 8-02.3(8) is supplemented with the following: Where the drainage of planting holes is limited or non-existent because of heavy clay, hardpan, or rock, it is the responsibility of the contractor to advise the Engineer who will determine if the drainage is adequate for planting. The engineer will determine the method and extent of improved drainage required. All trees, shrubs, and groundcover shall be planted as detailed on the Plans. Then performing the following work, do not injure the root system. Do not over - excavate planting pit depth; however, over -excavation of planting pit width is desirable. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 72 ii J 1 t [I t J 1 t 11 it 11 2 Trees and shrubs shall be handled by the rootball, not by the trunk. Plant trees and 3 shrubs upright, and rotate to give the best appearance or relationship to adjacent plants, 4 topography, and structures. Hold plant rigidly in position until topsoil has been backfilled 5 and tamped.firmly around the ball or roots. 6 7 When pit is backfilled halfway, place tree and stakes as shown on the Plans. Carefully 8 place and water planting topsoil, and fill all voids. 9 10 Backfill planting pit with six inches (6") backfill material, fill with water and allow water to 11 soak away. Fill pits with additional six-inch (6") lifts of backfill material, and water to 12 finish grade, as detailed on the Plans. Water immediately after planting. 13 14 For planting within the Wetland Meadow the planting shall be performed by a qualified 15 landscaping contractor as described in general specifications. Unless it has rained/is 16 raining enough to saturate the soil, the planting surface shall be thoroughly saturated 17 prior to planting by means of hand watering from a portable water tank using an 18 available water source identified by the Construction Manager. The emergent and 19 aquatic species shall be planted at the spacing indicated on the drawings. Species that 20 do not require weights for submersion shall be planted in the bottom soil at the depth 21 recommended. Plant species shall be gently pushed in to the bottom soil until the 22 plants are firmly embedded in the bottom soil. The aquatic species shall be dropped 23 into the water or planted into the bottom soil at the appropriate water depth as 24 determined by the turbidity of the water. Plugs shall be planted by hand in holes with 25 four plugs planted per hole. The base of the plant shall be adjacent to the finish grade. 26 Plugs shall be planted at spacing indicated on the drawings. Care shall be taken to 27 prevent excessive walking on the pond bottom surface. After planting, examine the 28 bottom surface and rake out any paths, depressions, or significant irregularities in the 29 plailul ly medium. The area shall be II IoIougl Ily wagered alter punting either by irrigation 30 or by temporarily raising the water level in the wetland pond. Watering shall not 31 dislodge plants from soil. 32 33 (******) 34 8-02.3(10) Fertilizer 35 Section 8-02.3(10) is supplemented with the following: 36 37 Fertilizer shall be added to topsoil as defined in Section 9-14.1(1), Topsoil Type "A" of 38 the Special Provisions. The cost for fertilizer soil amendments shall be considered 39 incidental to and included in the unit contract price for Topsoil Type "A". 40 41 (******) 42 8-02.3(11) Bark or Wood Chip Mulch 43 Section 8-02.3(11) is supplemented with the following: 44. 45 Bark mulch shall be placed over all planting beds to a uniform three (3) inch depth. 46 Thoroughly water and hose down plants with a fine spray to wash the leaves of the 47 plants immediately after application. Bark mulch shall be medium grade fir or hemlock. 48 49 8-02.3(12) Completion of Initial Planting 50 Section 8-02.3(12) is supplemented with the following: 51 SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 73 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 When the Contractor feels that the initial planting is complete, the Contractor shall notify the Engineer and request an inspection, after which the Engineer will make an inspection and prepare a list of all planting items that remain to be completed. The Contractor shall then complete or correct all items identified by the Engineer within fifteen (15) working days and request another inspection. The Engineer shall then provide the contractor with written notification of acceptance of initial planting, at which point the plant establishment period shall begin. The Contractor shall continue to maintain all plantings until such notification has been provided. Completion of initial planting includes the following: 1. Installation of all required planting materials (trees, shrubs, groundcovers, and lawn sod areas.) 2. Planting area cleanup. 3. Full operation of the irrigation system, complete bark coverage, and all planting areas in a weed free condition. 8-02.3(15)8 Seeding and Fertilizing Section 8-02.3(15)B is supplemented with the following: Seeding: Erosion Control seed shall be furnished at the rate and methods described below: A slurry consisting of seed, fertilizer, mulch, and water shall be uniformly applied over all disturbed areas within easements and rights-of-way unless directed otherwise. Seed shall be applied at the rate of one hundred twenty (120) pounds per acre. A slurry consisting of seed, fertilizer, mulch, and water shall be uniformly applied over all disturbed areas within easements and riahts-of-way unless directed otherwise. Seed shall be applied at the rate of one hundred fifty (150) pounds per acre. For summer applications, "Stay Moist" moisture retention agent, or an approved substitute, shall be added to the seed mix and applied at the rate of forty (40) pounds per acre, or as directed by the Engineer. Fertilizing: Fertilizer shall be applied to all erosion control seed areas. Fertilizer of the following proportions and formulations shall be used: Total Available Nitrogen N 10% (of which 50% is derived from 38% slow release urea) Available Phosphorus P205 4% Available Potassium K20 6% Fertilizer shall be applied at the rate of two hundred (200) pounds per acre. Fertilizer shall be incorporated into the seed, mulch and water slurry and shall be applied as specified under "seeding". In the event that additional fertilizer is required to establish a uniform, healthy, thick stand of grass, the Engineer shall determine the method and rate of application. 8-02.3(15) Mowing Section 8-02.3(15) is supplemented with the following: SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 74 t t it 1 t 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Mowings shall be done when lawn areas reach an average height of three (3) inches at each mowing. Mowing shall be done by an approved "reel" type mower. Mower blade shall be set at one and one-half (1-1/2) inches high for first, second and subsequent mowings until completion of Plant Establishment for the project. Catch and dispose of grass trimmings. 8-02.3(16) Reinforced Turf Paving Section 8-02.3(16) is added as follows: Submit 12" x 12" section of reinforced paving unit and manufacturer's data and installation instructions for approval prior to installation. Install per manufacturer's written recommendations. 8-02.4 Measurement Section 8-02.4 is supplemented with the following: " "Root Barrier" —18" Depth" will be measured by the linear foot. "Root Barrier"— 24" Depth" will be measured by the linear foot. "Reinforced Turf Paving" will be measured by the square foot. 8-02.5 Payment Section 8-02.5 is supplemented with the following: "Root Barrier" —18" Depth" per linear foot. "Root Barrier"— 24" Depth" per linear foot. "Reinforced Turf Paving" per square foot. 8-03 IRRIGATION SYSTEM 8-03.3(1) Layout of Irrigation System Section 8-03.3(1) is supplemented with the following: Layout of the system as shown on drawings is diagrammatic only. Follow as closely as possible. Modify irrigation head locations as required to facilitate specified coverage with plant material in place, utilities installed and other obstructions rectified. Full and complete, 100% head to head irrigation coverage is required in seeded areas. The shrub areas require 80% coverage. Make adjustments to layout of irrigation heads and adjustments to zone pressure to achieve full coverage of irrigated areas without overthrow onto roadways, sidewalks, or buildings. System shall meet minimum pressure at last head in each zone as shown on drawings. Heads immediately adjacent to walks or curbs shall have one (1) inch clearance between head and walks of curbs unless otherwise noted. Contractor shall remove and dispose of pavement (THAT PORTION FOR HEAD & PIPE ONLY) adjacent to curbs to allow for one (1) inch clearance per the above. Begin irrigation system work after finished grades have been established in the work area. Complete irrigation system must be fully operational before any landscape SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 75 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 on G.7 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 seeding or planting takes place., This includes the automatic controller. The initial Head Coverage Test shall be prior to planting and the valves operated by the controller not manually. 8-03.3(3) Piping Section 8-03.3(3) is supplemented with the following: All mainlines shall be a minimum eighteen (18) inches and lateral lines twelve (12) inches below finished grade measured from the bottom of the pipe. Install lines in straight common trenches. Pipe sleeves installed under pavement shall be installed per Details shown on Plans and Specification Section 7-08 General Pipe Installation Requirements. Provide concrete thrust blocks where the mainline changes direction as at ells and tees and where the irrigation. main terminates. Do not make mainline pressure tests for a period of 36 hours following placement of concrete thrust blocks. Size and place blocks to take thrust created by 200% of maximum internal water pressure. Slope pipe at '/2 percent minimum toward drain valves. Clean interior of pipe before installation. Keep pipe clean during and after lying by plugs or other means. No fittings area to be closer than 6" apart. Set lines in common trenches whenever possible, side- by-side, two lines maximum per trench. 8-03.3(6) Electric Wire Installation Section 8-03.3(6) is supplemented with the following: A here shown 11 of 1 Drawings, 1gs, electr IC wires shall be encased in PVC sleeves. Provide one (1) extra control wire, yellow color, between each controller and farthest valve, each direction north and south from controller. Electric control wires shall be located under the pipe. The wire shall not be taped to the pipe. 8-03.3(9) Backfill Section 8-03.3(1) is supplemented with the following: The trench bottoms and bedding material surrounding all pipes must be free of sharp edged objects and rocks greater than one (1) inch in diameter. 8-03.3(9) As -Built Plans Section 8-03.3(10) is supplemented with the following: As -Built Plans shall be drafted in AutoCAD software and submitted to the Engineer in digital CD format. 8-13 MONUMENT CASES SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 76 11 � I [I � I � I � I � I 1 8-13.1 Description - 2 3 (***) 4 Section 8-13.1 is deleted and replaced by the following: 5 6 This work shall consist of furnishing and placing monument cases, covers, and pipes in 7 accordance with the Standard Plans and these Specifications, in conformity with the lines 8 and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied 9 surveyor. 10 11 8-13.2 Materials 12 Section 8-13.2 is supplemented with the following: 13 14 (March 13, 1995) 15 The pipe shall be Schedule 40 galvanized pipe. 16 17 8-13.3 Construction Requirements 18 19 (March 13, 1995) 20 The last paragraph of Section 8-13.3 is revised to read: 21 22 The Engineer will be responsible for placing the concrete core and tack or wire inside 23 the pipe. 24 25 (******) 26 Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: 27 28 The monument will be furnished and set by the Engineer or by the Contractor supplied 29 surveyor. 30 31 When existing monuments will be impacted by a project, the Contractor shall be 32 responsible for assuring that a registered surveyor references the existing monuments 33 prior to construction. After construction is complete, the monuments shall be re - 34 established by the surveyor in accordance with RCW58.09.130. 35 36 8-13.4 Measurement 37 38 (March 13, 1995) 39 Section 8-13.4 is deleted and replaced by the following: 40 41 Measurement of monument case, cover, and pipe will be by the unit for each monument 42 case,. cover, and pipe furnished and set. 43 44 45 46 8-13.5 Payment 47 48 (April 28, 1997) 49 Section 8-13.5 is supplemented with the following: 50 51 "Monument Case, Cover, and Pipe", per each. 52 53 8-14 CEMENT CONCRETE SIDEWALKS 54 55 8-14.3(4) Curing 56 Section 8-14.3(4) is replaced with: 57 SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 77 28 8-20.2 Materials 29 30 Section 8-20.2 is supplemented as follows: 31***� 32 33 luminairs shall be Lumec-Schreder Citea, 400 HPS 34 CTM-400HPS-EDI 8-MC3F-240-CTP-8-1 A-LTS1266A 35 36 Poles shall be aluminum taper poles with 40 -foot nominal mounting height and dark blue 37 in color, ATR106V-40-DE2-TX 38 39 Equipment List And Drawings 40 41 Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following: 42 The Contractor shall submit for approval six sets of shop drawings for each of the 43 following types of standards called for on this project: 44 1. Light standards with or without pre -approved plans. 45 2. Signal standards with or without pre -approved plans. 46 3. Combination Signal and lighting standards. 47 4. Metal Strain Poles. 48 49 Paragraph five of Section .8-20.2(l) is deleted. 50 51 Paragraph six of Section 8-20.2(1) is deleted. 52 53 Section 8-20.2(1) is supplemented as follows: 54 The luminairs standards shall be tapered aluminum poles 55 56 8-20.3(4) Foundations 57 Section 8-20.3(4) has been revised and supplemented as follows: SW 27" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 78 1 The curing materials and procedures outlined in Section 5-05.3(13) of the Standard' 2 Specifications shall prevail, except that white pigmented curing compound shall not be 3 used on sidewalks. The curing agent shall be applied immediately after brushing and ' 4 be maintained for a period of 5 days. 5 6 The Contractor shall have readily available sufficient protective covering, such as 7 waterproof paper or plastic membrane, to cover the pour of an entire day in the event of ' 8 rain or other unsuitable weather. During the curing period, all traffic, both pedestrian 9 and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional 10 time as the Engineer may specify. 11 ' 12. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting 13 the newly placed concrete to prevent damage. Damaged, vandalized, discolored, 14. stained, or unsightly concrete shall be removed and replaced at the expense of the , 15 Contractor. 16 17 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 18 19 20 8-20.1 Description 21 Section 8-20.1 is supplemented with the following: ' 22 23 (**) 24 This work shall include the installation of a completed illumination system and ' 25 installation of traffic loops. 26 27 • 28 8-20.2 Materials 29 30 Section 8-20.2 is supplemented as follows: 31***� 32 33 luminairs shall be Lumec-Schreder Citea, 400 HPS 34 CTM-400HPS-EDI 8-MC3F-240-CTP-8-1 A-LTS1266A 35 36 Poles shall be aluminum taper poles with 40 -foot nominal mounting height and dark blue 37 in color, ATR106V-40-DE2-TX 38 39 Equipment List And Drawings 40 41 Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following: 42 The Contractor shall submit for approval six sets of shop drawings for each of the 43 following types of standards called for on this project: 44 1. Light standards with or without pre -approved plans. 45 2. Signal standards with or without pre -approved plans. 46 3. Combination Signal and lighting standards. 47 4. Metal Strain Poles. 48 49 Paragraph five of Section .8-20.2(l) is deleted. 50 51 Paragraph six of Section 8-20.2(1) is deleted. 52 53 Section 8-20.2(1) is supplemented as follows: 54 The luminairs standards shall be tapered aluminum poles 55 56 8-20.3(4) Foundations 57 Section 8-20.3(4) has been revised and supplemented as follows: SW 27" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 78 1 1 2 3 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 Paragraph 11 is deleted. Paragraph 13 is deleted. The section is supplemented as follows: The anchor bolts shall match that of the device to be installed thereon. Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The contractor shall provide all material for.and construct the foundations for and to the dimensions specified in table 1 below. The anchor bolts shall match that of the device to be installed thereon. Table 1 Type of device Street Light Pole Signal Pole up to 40' mast arm Signal Pole over 40' mast arm Signal Controller Street Light Control Cabinet Special Base Dimensions 4' Deep x 3' Sq or Dia. 7' Deep x 3' Sq or Dia. See Detail Sheet See Detail Sheet See Detail Sheet See Detail Sheet All excess materials are to be removed from the foundation construction site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship -like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Foundation shall all be Class 3000 concrete. After the specified curing period, the contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner specified below: 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the engineer. (See detail sheet) 2. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the foundation shall be made flush with the top of the sidewalk or island. (See detail sheet) All concrete foundations shall be located as per stationing on the plans or as located by the engineer in the field. 8-20.3(5) Conduit Section 8-20.3(5) is revised and supplemented as follows: The paragraph requiring galvanized steel conduit at certain locations is deleted. Galvanized steel conduit shall only be placed if so indicated in the plans. Trench construction shall be per Section 8-20.3(2) SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON J U LY 2005 79 1 2 4 5 6 8 9, 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional work by the Contractor to place the conduit will be paid in accordance with Section 1-04.4. , Pull Wires shall be installed by the Contractor. All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. All conduit openings shall befitted with approved bell -ends or Bushings. Wall thickness ' of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on plans. Conduit to be provided and installed shall be of the type indicated below: Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. 8-20.3(6) Junction Boxes Section 8-20.3(6) is supplemented by adding the following: The contractor shall provide and install junction boxes, pull boxes, and cable vaults of the type and size at the locations specified in the plans and as per detail sheets. All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. The junction box shall include installation of a 4" thick Class "B" cement concrete pad enclosing the junction box as per the plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. All junction boxes shall have galvanized steel lids and frames. The inscription on the covers of all junction boxes, pull boxes, and cable vaults shall be as indicated below: Street lighting only: "Lighting" Signal only: "Signals" Traffic signal and street lighting: "TS -LT" Telemetry only: "Telemetry" Fiber Optic only: "Fiber" Intelligent Transportation Systems only: "ITS" Inscriptions on junction boxes performing the same throughout the project. All junction boxes shall be provisions contained in the Standard Plans and Details. 11 11 1 function shall be consistent , installed in conformance with 8-20.3(8) Wiring Section 8-20.3(8) is revised and supplemented with the following: SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 .41 F [I 1 t 0 1 1 2 3 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Splices to loop return cables shall be made with soldered compression type connectors. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. -8-20,3(9) Bonding, Grounding Section 8-20.3(9) is revised and supplemented as follows: The fifth paragraph is deleted. The sixth paragraph is deleted. The following is added: All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the plans, specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included with the system or conductors. Ground straps are also miscellaneous items unless a separate pay item is provided in the "Schedule of prices." 8-20.3(10) Services Transformer, Intelligent Transportation System Cabinet Section 8-20.3(10) is revised and supplemented as follows: Paragraph two is deleted. Paragraph three is deleted. The following is added: Three types of power service are used as indicated below: 1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle A.C. (traffic signal service only) 2. Type II, system shall be single phase 240 volt, 2 wire, 60 cycle A.C. (street lighting non contactor, individual controlled photo -cell with no neutral wire) 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded neutral service) The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. 8-20.3(11) Testing Section 8-20.3(11) is supplemented as follows: Requests for traffic signal turn on will not be considered until a pre -turn on inspection of signal system has taken place. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 81 1 SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 82 1 All discrepancies and deficiencies must be corrected by the contractor and re -inspected 2 prior to requesting signal turn on date. 3 4 Requests for signal turn on shall not be considered until electrical service to the 5 intersection has been provided and has been energized by the electric utility. 6 A minimum of three (3) working days notice will be required for signal turn on. '7 8 9 10 Channelization at the intersection must be complete per pian before requesting signal date. Any deletions turn on of channelization prior to turn on must be approved by the ' 11 engineer. 12 13 City forces shall provide, post and maintain proper signing warning of new signal ahead. 14 ,15 Section 8-20.3(13)A is replaced with: 16 17 8-20.3(13)A Light Standards 18 19 Light standards shall be handled when loading, unloading, and erecting in such a 20 manner that they will not be damaged. Any parts that are damaged due to the 21 Contractor's operations shall be repaired or replaced at the Contractor's expense, 22 to the satisfaction of the Engineer. ' 23 24 Light standards shall not be erected on concrete foundations until foundations have 25 set at least 72 hours or attained a compressive strength of 2,400 psi, and shall be 26 raked sufficiently to be plumb after all load has been placed, or as otherwise 27 directed by the Engineer. 28 Light Standards shall be erected in accordance with section 8-20.3(4). '29 30 31 All light standards for this project shall be 40' tapered aluminum poles 32 '33 34 8-20.3(14) Signal Systems 35 36 8-20.3(14)C Induction Loop Vehicle Detectors ' 37 Section 8-20.3(14)C is revised as follows: 38 11. Install sealant per Section 9-02.1(10). 39 8-20.3(14)D Test for Induction Loops and Lead-in Cable ,40 41 Section 8-20.3(14)D is supplemented by adding the following: 42 (******) 43 The Contractor shall keep records of field testing and shall furnish the engineer with ' 44 a copy of the results. 45 46 (NWR February 22, 2005) 47 Round Loops , 48 Round loops shall be constructed in accordance with the following requirements: 49 50 1. Loop conductor and lead in cable shall conform to these Special ' 51 Provisions. 52 53 2. Round sawcuts shall be 6 feet in diameter and shall be constructed using , 54 equipment designed for cutting round loops. The equipment shall use a 55 concave, diamond -segmented blade. The sawcuts shall be normal to the 56 pavement surface and shall be a minimum of 0.25 inches wide. The ' 57 sawcut depth shall be a minimum of 2 5/8 inches and a maximum of 3 SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 82 1 �l 1 F, inches measured at any point along the perimeter, except on bridge 2 decks. Other methods of constructing the round sawcut, such as 3 anchoring a router or flat blade saw, will not be allowed. 4 5 3. The bottom of the sawcut shall be smooth. No edges created by 6 differences in sawcut depths will be allowed. 7 8 4. All sawcut comers shall be rounded to a minimum 1.5 inch radius. 9 10 5. All sawcuts shall be cleaned with a 1000 psi high pressure washer as 11 certified by the manufacturer's label on the machine or as measured by an 12 in line pressure gauge. Wash water and slurry shall be vacuumed out and 13 the sawcut shall be blown dry with compressed air. Sawcutting shall be 14 subject to the requirements set forth in Section 1-07.5(3) and the 15 subsection Fish And Wildlife and Ecology Regulations of the Special 16 Provision LEGAL RELATIONS AND RESPONSIBILITIES TO THE 17 PUBLIC. 18 19 6. Loops shall be installed after all grinding and prior to paving the final lift of 20 asphalt. 21 22 7. The loop shall be constructed using four turns of conductor. The 23 conductor shall be installed one turn on top of the previous turn. All turns 24 shall be installed in a clockwise direction. The conductors shall be 25 secured to prevent floating with 2 -inch lengths of high temperature foam 26 backer rod sized for a snug fit. The backer rod shall be spaced at 2 -foot 27 intervals around the perimeter of the sawcut and at comers. 28 29 8. installation of the sealant shall completely encapsulate the loop 30 conductors. A minimum of 1 inch of sealant shall be provided between the 31 top of the conductors and the top of the sawcut. The top of the sealant 32 shall be flush to 1/8 inch below the top of the sawcut. 33 34 9. Use of kerosene solvent is prohibited. 35 36 (NWR February 22, 2005) 37 Existing Traffic Loops 38 The Contractor shall notify the City Traffic Engineer through the Engineer a 39 minimum of five working days in advance of pavement removal in the loop 40 areas. 41 42 If the Engineer suspects that damage to any loop may have resulted or 43 believes it possible that an existing loop is not operating adequately, the 44 Engineer may order the Contractor to perform the field tests specified in 45 Section 8-20.3(14)D. The test results shall be recorded and submitted to the 46 Engineer. Loops that fail any of these tests shall be replaced. 47 48 If advance loops are replaced, they shall be installed immediately ahead of or 49 behind the existing loops. The Contractor shall avoid cutting through the 50 existing loop conductors or lead-in cable. 51 SW 2fH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 If replacement loops are not operational within 48 hours, the Contractor shall 2 install and maintain interim video detection at no additional cost to the 3 Contracting Agency until the permanent loops are in place. The type of interim ' 4 video detection furnished shall be approved by the Engineer prior to 5 6 installation. ' 7 (NWR August 9, 2004) 8 Test for Induction Loops and Lead-in Cable 9 Section 8-20.3(14)D is supplemented with the following: ' 10 it An inductance level below 75 microhenries is considered a failure for a round 12 loop. 13 14 Test A - The resistance shall not exceed values calculated using the given 15 formula. 16 ' 17 Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft 18 R = 3.26 x distance of lead-in cable (ftl '19 20 1000 ft 21 22 8-20.4 Measurement 23 Section 8-20.4 is supplemented with the following: 24 25 (NWR November 16, 1995) , 26 Replacement of existing loops will be measured per each complete installation. 27 28 (NWR August 5, 1996) 29 Boring casing of the kind and diameter specified will be measured by the linear foot for 30 the actual neat line -length in place. 31 32 (NWR September 16, 2002) 33 When shown as lump sum in the Plans or in the proposal as illumination system , 34 no specific unit of measurement will apply, but measurement will be for the sum total of 35 all items for a complete system to be furnished and installed. 36 37 (NWR December 16, 2002) 38 8-20.5 Payment 39 Section 8-20.5 is revised to read: 40 41 Payment will be made in accordance with Section 1-04.1, for each of the following bid 42 items that are included in the proposal: 43 "Illumination ", System lump sum. ,44 45 The lump sum contract price for "Illumination System ", shall be full pay for the 46 construction of the complete electrical system, modifying existing systems, or both, 47 as shown in the Plans and herein specified including excavation, backfilling, 48 concrete foundations, conduit, wiring, restoring facilities destroyed or damaged 49 during construction, salvaging existing materials, and for making all required tests. 50 All additional materials and labor, not shown in the Plans or called for herein and I SW 27T" ST./STRANDER BLVD. CONNECTION , PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 84 s 1 1 1 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 9a which are required to complete the electrical system, shall be included .in the lump sum contract price. "Conduit Pipe In. Diam.", per linear foot. The unit contract price per linear foot for "Conduit Pipe In. Diam." shall be full pay for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, and unions; for placing the pipe in accordance with the above provisions, including all excavation or jacking required, backfilling of trenches and pits, restoration of vegetation disturbed by the operation, chipping of pavement, and bedding of the pipe; and all other work necessary for the construction of the conduit, except that when conduit is included on any project as an integral part of an illumination or traffic signal system and the conduit is not shown as a pay item, it shall be included in the lump sum price for the system shown. (NWR December 15, 2003) "Loop Replacement Type _", per each. When traffic loops are replaced as described under Existing Traffic Loops, all costs for replacement, along with associated testing of the new loops, shall be included in the unit contract price per each for "Loop Replacement Type ". (NWR April 3, 1996) All costs for adjustment of junction boxes, both to the final grade and any grade adjustments required for the various construction stages proposed in the Contract, or for alternative stages proposed by the Contractor, shall be included in the lump sum contract price for the associated electrical system. 30 8-22 PAVEMENT MARKING 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24 -foot unit consisting of a 9 -foot line and a 15 -foot gap. Skip center strip is used as center line delineation on two-lane or three -lane, two-way highways. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4 -inch space. Double yellow center stripe is used as center line delineation on multilane, two-way highways and for channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45 - degree angle and 10 feet apart. Lane Line (Replacement) SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 85 27 8-26.1 Description 28 This work shall consist of furnishing and installing removable aluminum bollards in 29 accordance with the Plans, Standard Plans, and these Specifications, at the locations shown 30 in the Plans or as staked by the Engineer. 31 32 8-26.2 Materials 33 The bollards shall be Renton Parks Removal Bollard, Seidelhuber Iron & Bronze Works, or 34 approved equal. 35 36 Post 37 Bollard posts shall be milled aluminum conforming to the size and thickness shown in 38 the plans.. 39 40 Base 41 All base hardware shall be galvanized steel, conforming to the size and thickness 42 shown in the plans. The welding shall not interfere with the fit of the base with the post. 43 44 45 46 Concrete 47 Footings shall be constructed using concrete Class 3000. 48. 49 8-26.3 Construction Requirements 50 Bollards shall be constructed in accordance with the Standard Plans. 51 52 Bollards shall not vary more than 1/2 inch in 30 inches from a vertical plane. 53 54 8-26.4 Measurement 55 Measurement for bollards will be by the unit for each type of bollard furnished and installed. 56 57 8-26.5 Payment 58 Payment will be made in accordance with Section 1-04.1, for the following bid items: SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 86 1 A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the 2 same direction. The broken or "skip" pattern shall be based on a 24 -foot unit consisting of a 3 9 -foot line and a 15 -foot gap. , 4 5 Two Way Left Turn Line (Replacement) 6 A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, 7 separated by a 4 -inch space. The broken or "skip" pattern shall be based on a 24 -foot unit 8 consisting of a 9 -foot line and a 15 -foot space. The solid line shall be installed to the right of 9 the broken line in the direction of travel. 10 Crosswalk Line (Replacement) ,11 12 A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk 13 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the 14 center of lanes. See detail sheet. 15 16 Stop Line (Replacement) 17 A SOLID WHITE line 24 inches wide as noted on the Contract plans. 18 19 8-22.3(5) Installation Instructions 20 Section 8-22.3(5) is revised as follows: 21 (*****) 22 A manufacturer's technical representative need not be present at the initial material 23 installation to approve the installation procedure. 24 25 BOLLARDS 26 April 4, 2005 27 8-26.1 Description 28 This work shall consist of furnishing and installing removable aluminum bollards in 29 accordance with the Plans, Standard Plans, and these Specifications, at the locations shown 30 in the Plans or as staked by the Engineer. 31 32 8-26.2 Materials 33 The bollards shall be Renton Parks Removal Bollard, Seidelhuber Iron & Bronze Works, or 34 approved equal. 35 36 Post 37 Bollard posts shall be milled aluminum conforming to the size and thickness shown in 38 the plans.. 39 40 Base 41 All base hardware shall be galvanized steel, conforming to the size and thickness 42 shown in the plans. The welding shall not interfere with the fit of the base with the post. 43 44 45 46 Concrete 47 Footings shall be constructed using concrete Class 3000. 48. 49 8-26.3 Construction Requirements 50 Bollards shall be constructed in accordance with the Standard Plans. 51 52 Bollards shall not vary more than 1/2 inch in 30 inches from a vertical plane. 53 54 8-26.4 Measurement 55 Measurement for bollards will be by the unit for each type of bollard furnished and installed. 56 57 8-26.5 Payment 58 Payment will be made in accordance with Section 1-04.1, for the following bid items: SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 86 1 1 2 "Removable Aluminum Bollard", per each. 3 � I 1 I 1 'J Ifs SW 2f" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 87 1 2 DIVISION 9 3 MATERIALS 4 5 9-02 BITUMINOUS MATERIALS IX 7 Section 9-02.1(10) is a new section: 8 (*****) 9 9-02.1(10) Loop Sealant (RC) 10 Unless specified otherwise in the contract or permitted by the Engineer upon request 11 from the Contractor, loop sealant shall be hot -melt, rubberized asphalt sealant (Crafco 12 Loop Detector Sealant or approved equal), shall meet the penetration, flow and 13 resilience specifications of ASTM D3407. 14 15 The Contractor shall request and obtain approval from the Engineer for the type of loop 16 sealant to be used before installing detector loops and shall submit manufacturer 17 cutsheets or other data if requested by the Engineer in order to enable the Engineer to 18 determine the acceptability of the sealant. 19 20 9-03 AGGREGATES 21 (January 5, 2004) 22 9-03.8(2) HMA Test Requirements 23 Section 9-03.8(2) is supplemented with the following: 24 25 ESAL's 26 The number of ESAL's for the design and acceptance of the HMA shall be "** $$1$$ "** 27 million. 28 29 9-03.8(7) HMA Tolerances and Adjustments 30 Item 1 is deleted and replaced with: 31 (****) 32 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 33 04.3(7)A, the constituents of the mixture at the time of acceptance shall 34 conform to the following tolerances: 35 Nonstatistical Commercial 36 Evaluation Evaluation 37 Aggregate, percent passing 38 1" 3/a" '/2", and 3/8" sieves ±6% ±8% 39 U.S. No. 4 sieve ±6% ±8% 40 U.S. No. 8 sieve ±6% ±8% 41 U.S. No. 16 sieve ±4% ±6% 42 U.S. No. 30 sieve ±4% ±6% 43 U.S. No. 50 sieve ±4% ±6% 44 U.S. No. 100 sieve •±3% ±5% 45 U.S. No. 200 sieve ±2.0% ±3.0% 46 Asphalt Binder ±0.3% ±0.7% 47 48 VMA I% below minimum value in 9-03.8(2) 49 VFA min. and max. as listed in 9-03.8(2) 50 Va 2.5% minimum and 5.50/o maximum SW 27TH STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 88 1 1 s 1 t U t 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 UZI 47 48 49 50 51 52 53 54 55 These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-06 STRUCTURAL STEEL AND RELATED MATERIALS 9-06.5(4) Anchor Bolts Section 9-06.5(4) has been supplemented by adding: All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles, strain poles or other types of poles shall meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication, strength test results, mill certification and other data required to confirm that the anchor bolts meet those specifications. The following standard specifications shall apply to anchor bolts for street light, signal and strain poles provided that the Contractor can submit documentation from the manufacturer affirming that anchor bolts meeting these specifications are recommended for the pole to be installed thereon: 1. The standard anchor bolt for aluminum street light poles shall be 42 inches in length and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die -cut threads on the top end. 2. The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or specifications provided by the manufacturer. All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). 9-08 PAINTS Section 9-08.8 is a new section and subsections: 9-08.8 Manhole Coating System Products 9-08.8(1) Coating System Specification The following coating system specifications shall be used for coating (sealing) interior concrete (including the channel) surfaces of sanitary sewer manholes when required. Coating System Specification A. General 1. Buried Manhole 2. Surface Color Paint System Buried, and White C-1 exposed concrete surfaces. SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 9-08.8(2)Coating Systems 2 A. High Solids Urethane 3 Coating System: Cl Coating Material: High Solids Urethane Surfaces: Concrete Surface In accordance with SSPC Preparation: SP -7 (Sweep or brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Conseal high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser MC- Conseal (min. 4.0 DFT) 4 5 9-14 EROSION CONTROL 6 8 9-14.1(1) Topsoil Type A 9 Section 9-14.1(1) is supplemented with the following: 10 11 A. Topsoil Type A mix shall be a mixture of compost and sand. 12 13 1. Compost shall comply with requirements of 9-14.4(8). 14 2. Sand shall be "Washed Building Sand" and meet the following chemical and 15 mechanical analysis: 16 Size Sieve Percent No. 4 ASTM E-11 Passing No. 270 ASTM E-11 100 0-2 17 PERMISSIBLE RANGE 18 19 a. Salinity (millimhos per centimeter of 20 saturation extract @ 25°C) Nil — 3.0 21 22 b. Boron (saturation extract 23 concentration) Nil — 1.0 ppm 24 25 c. Sodium (sodium absorption ratio — SAR) Nil — 6.0 26 27 B. Topsoil Type A shall be a two-way mix soil consisting of one-half (1/2) sand and one-half 28 (1/2) compost by volume, thoroughly mixed together. Mixed soil shall have pH range of 29 5.0 to 6.5 with dolomite limestone added as necessary to attain this range. Contractor 30 shall send minimum of one (1) representative sample of MIXED SOIL to an approved 31 soil -testing laboratory (state or commercial laboratory) to determine FERTILITY 32 ANALYSIS (to determine magnesium, nitrogen, potassium, phosphorus levels, calcium, 33 minor elements, soluble salts/conductivity and pH). The results shall be submitted to SW 27T" STJSTRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 90 1 1 1 1 1 1 t r t 1 f Fj 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 310 32 33 34 35 36 37 38 the Engineer (WITH TEST RESULTS AND LABORATORY RECOMMENDATIONS FOR ORNAMENTAL PLANT GROWTH) for approval prior to use on the project site. The Contractor shall be responsible for whatever soil additives may be required, as recommended by the testing laboratory. The cost for testing and soil additions must be borne by the Contractor. C. Submit sand and mixed soil laboratory tests and supplier's certification of material for Engineer's review and approval prior to use on project site. 9-14.1(4) Topsoil Type D Section 9-14.1(4) is added as follows: A. Topsoil Type D mix shall be: A two foot thick layer of soil with a minimum organic content of 5 and a minimum cation exchange capacity (CEC) of 5 millequivalents/100 gram. Organic content shall .be measured on a dry weight basis using ASTM D2974. Cation exchange shall be determined using EPA laboratory method 9081. Certification by a soils testing laboratory that imported soil meets the organic content and CEC criteria shall be provided to the local approval authority. The soil shall be tested at one sample per 1,000 square feet of facility area. Each sample shall be a composite of subsamples taken throughout the depth of the treatment layer (usually two to six feet below the expected facility invert.) Animal manures used shall be sterilized due to potential of bacterial contamination of groundwater. B. Submit sand .and mixed soil laboratory tests and supplier's certification of material for Engineer's review and approval prior to use on project site. 9- i 4.2 meed Section 9-14.2 is supplemented with the following: Erosion Control Seed Mix shall consist of Sunmark Seeds, Streambank hydroseed mix or approved equal as follows: Bromus carinatus Upland Meadow Seed Mix shall consist of Sunmark Seeds, Streambank Plus hydroseed mix or approved equal as follows: Name Red Fescue Festuca rubra rubra California Brome Bromus carinatus Proportion by Weight 50% 20% SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 91 Proportion by % Purity 95% 95% Proportion by % Germination 90% 90% Proportion by Proportion by % Proportion by % Name Weight Purity Germination Blue Wildrye 60% 95% 90% Elymus glaucus Red Fescue 30% 95% 90% Festuca rubra rubra California Brome 10% 95% 90% Bromus carinatus Upland Meadow Seed Mix shall consist of Sunmark Seeds, Streambank Plus hydroseed mix or approved equal as follows: Name Red Fescue Festuca rubra rubra California Brome Bromus carinatus Proportion by Weight 50% 20% SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 91 Proportion by % Purity 95% 95% Proportion by % Germination 90% 90% 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Blue Wildrye 20% 95% 90% Elymus glaucus Large leaf lupine 20% 95% 90% Lupinus polyphyllus 9-14.3 Fertilizer Section 9-14.3 is supplemented with the following: General: Fertilizers must be delivered to job sites, mixed as specified, and in standard size unopened containers showing weight, analysis,. and name of manufacturer. Material shall be uniform in composition, free-flowing, and suitable for application by mechanical equipment. All elements shall be protected from the weather, particularly _moisture, both on and off the job site. Fertilizer for topsoil shall be per Specification Section 9-14.1(1) Topsoil Type "A". 9-14.6(5) inspection Section 9-14.6(5) is supplemented with the following: The review and approval of all plant materials by the Engineer, prior to planting, is mandatory. The Contractor shall submit plant samples to the Engineer's office and/or have samples available at the project site for review during scheduled site visits. The Contracting Agency reserves the right to reject, through his/her agent, any or all plant material at any time until final inspection and acceptance. Contractor is to remove rejected plant,-> immediately from site. 9-14.6(7) Temporary Storage Section 9-14.6(7) is supplemented with the following: Ball and burlapped plants that cannot be planted within one (1) day after arrival are to be heeled -in or otherwise temporarily stored, as specified and in accordance with accepted horticultural practice and as specified herewithin. 9-14.6(8) Sod Section 9-14.6(8)is supplemented with the following: Sod shall be one year old from a seeding of 65% Perennial Turf Type Ryegrass, and 35% Fine Fescue. Cut one (1) inch or less in mowing height prior to being lifted from field. Sod shall be dense, in vigorous condition, dark green in color, and free from disease and harmful insects Sod shall be non -netted. Netted sod shall be rejected. 9-14.8 Root Barrier Section 9-14.8 is added as follows: SW 27TH ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 92 u 1 t 1 1 t i [l r 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 Root barrier shall be "Deep Root" polypropylene panels, eighteen (18) or twenty-four (24) inch panels as noted on Plans or approved equal. Supplied by RG Sales, Woodinville, WA; Telephone: (425) 481-1213. 9-14.9 Reinforced Turf Paving Section 9-14.9 is added as follows: Reinforced turf paving units shall be Grasspave2 available from Invisible Structures Inc., or approved equal, size 1 inch depth. Associated fill material to be clean washed sharp concrete sand. Geotextile fabric of 100% polypropylene needle -punched engineering fabric to be non -woven, by Northwest Linings, (253) 872-0244 or approved equal. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit (RC) Section 9-29.1 is supplemented by adding the following: The conduit P.V.C. - non-metallic shall be of the two types indicated below: 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be used in all installations under roadways. 2. Schedule 40 heavy .all D\ .0. conforming to ACTINI + and ardJ . 9-29.2 Junction Boxes (RC) Section 9-29.2 is supplemented with: Junction boxes shall be reinforced concrete with galvanized steel from anchored in place and galvanized steel cover plate (Diamond pattern) as indicated on detail sheets. The inscriptions on the covers of the junction boxes shall be as follows: 1. Signal only: "Signals" 2. Street Lighting only: "Lighting" 3. Traffic Signal and Street lighting Facilities: "TS -LT" 4. Fiber Optic — "ITS" Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal, or both, shall be consistent throughout the project. All junction boxes shall be installed in conformance with provisions contained in the standard plans and detail sheets. The above inscriptions shall not be higher than the top surface of the cover plates. 9-29.3 Conductors, Cable Section 9-29.3 is revised and supplemented as follows: Supplement: Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the plans. SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 IN 1 The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to 2 complete the installation of the signal and lighting equipment as shown on the plans. All 3 materials and installation methods, except as noted otherwise herein, shall comply with 4 applicable sections of the National Electrical Code. 5 6 Revisions: 7 8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with 8 chemically cross-linked polyethylene type RHH-RHW insulation of code thickness. 9 10 11. Communications cable shall meet REA specification PE -39 and shall have No. 19 11 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall 12 have a petroleum compound completely filling the inside of the cable. 13 14 Supplement: 15 The shielded communications/signal interconnect cable shall meet the following: 16 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 17 2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone 18 industry color coding. 19 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays 20 (twist lengths) to minimize cross talk and meet strict capacitance limits. 21 4. Shielding: A corrosion/oxidation resistant tinted ethylene copolymer coated (both 22 sides) .008" thick corrugated aluminum tape shield is applied longitudinally with 23 shielding coverage. A .005 corrugated tape applied in the same manner is 24 acceptable. 25 5. Outer jacket: A black, low density high molecular weight virgin polyethylene 26 (compounded to withstand sunlight, temperature variations and other 27 environmental conditions plus abuse during installation) is extruded overall to 28 provide a continuous covering. 29 6. Footage markings: footage markings must be printed sequentially a minimum of 2' 30 along the outer jacket. 31 7. Filling: the entire cable within the outer jacket is flooded with petroleum - 32 polyethylene gel filling compound including the area between the outer jacket and 33 the shield 34 35 9-29.9 Ballast, Transformers 36 Section 9-29.9 is supplemented by adding the following: 37 (******) 38 The Ballast shall be pre -wired to the lamp socket and terminal board. 39 40 9-29.10 Luminaires 41 Section 9-29.10 is supplemented by adding the following: 43 The filter shall be charcoal with elast-omer gasket. 44 Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate 45 refractor. 46 The manufacturer's name or symbol shall be clearly marked on each luminaire. 47 48 9-29.11(2) Photoelectric Controls 49 Section 9-29.11(2) is replaced with: 50 51 Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. 52 The unit shall consist of a light sensitive element connected to necessary control relays. 53 The unit shall be so designed that a failure of any electronic component will energize 54 the lighting circuit. 55 56 The photo cell shall be a solid state device with stable turn -on values in the temperature 57 range of -55 degrees C to +70 degrees C. The photo cell shall be mounted externally 58 on top of the luminaire. In a contactor controlled system, the photo cell to control the 59 system shall be mounted on the luminaire nearest to the service/contactor cabinet. The SW VT" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 94 1 be "ON" 1,000 photo cell shall capable of switching watts of incandescent load as a 2 minimum. i 3 4 9-29.24 Service Cabinets 5 Section 9-29.24 is replaced by the following: 6 (******) 7 The signal/street lighting service cabinet shall be as indicated on the contract plans and 8 detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or 9 brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge 10 used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the 11 continuous concealed piano type and no screws, rivets or bolts shall be visible outside the :12 enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall 13 have ventilation louvers on the lower and upper sides complete with screens, filters and 14 have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene 15 gasket. 16 17 9-29.24(1) Painting 18 Section 9-29.24(1) is replaced with the following: 19 20 The finish coat shall be a factory baked on enamel light grey in color. The galvanized 21 surface shall be etched before the baked on enamel is applied. The interior shall be 22 given a finish coat of exterior grade of white metal.enamel. 23 24 Painting shall be done in conformance with the provisions of Section 8-20.3(12). 25 26 9-29.24(2) Electrical Circuit Breakers and Contactors 27 Section 9-29.24(2) is deleted and replaced with the following: 28 29 (******) The electrical circuit breakers and contactors shall be as indicated on the contract plans 30 and detail sheets. The following equipment shall be featured within the cabinet. 31 1. Main circuit breaker 32 2. Branch circuit breakers 33 3. Utilitv plug (120 volt -20 Amp rated) G_F.I. Type 34 4. Light control test switch (120 volt -15 Amp) 35 5. Contactor relay for each circuit 36 6. Double pole branch breaker(s) for lighting circuits (240 volt) 37 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) 38 8. Type 3 -single phase 120/240 volt grounded neutral service 39 9, One 120 volt 40 Amp single pole branch breaker (signal service) 40 10. Complete provisions for 16 breaker poles 41 11. Name plates phenolic black with white engraving except the main breaker 42 which shall be red with white lettering. All name plates shall be attached by 43 S.S. screws. 44 12. Meter base sections are unnecessary 45 46 9-30 WATER DISTRIBUTION MATERIALS 47 48 9-30.1(1) Ductile Iron Pipe (RC) 49 Section 9-30.1(1) is revised as follows: 50 51 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA 52 C151. Ductile iron pipe shall have a cement -mortar lining meeting the 53 requirements of AWWA C104. . All other ductile iron pipe shall be Standard 54 Thickness Class 52 or the thickness class as shown in the Plans. 55 56 9-30.3(1) Gate Valves (3inches to 12 inches) 57 Section 9-30.3(1) is replaced with: 58 (******) SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 95 1 2 4 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 Valves shall be designed for a minimum. water operating pressure of 200 PSI. G g p g p ate valves shall be Iowa List 14, Mueller Company No. A2380, Kennedy, or M&H. Approval of valves other than models specified shall be obtained prior to bid opening.. All gate valves less than 12" in diameter shall include an 8" x,24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation. Gate valves shall conform to AWWA C500 and shall be iron body, bronze -mounted, double disc with bronze wedging device and O-ring stuffing box. Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and . shall meet or exceed the requirements of AWWA Standard C-550 latest revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be equipped with one (1) anti - friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi- directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370, Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented by adding the following: Butterfly valves shall be Dresser 450 or Pratt Groundhog. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water." SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 0. 1 1 i 1 [i 1 r f t 1 9-30.3(7) Combination Air Release/Air Vacuum Valves 2 Section 9-30.3(7) has been supplemented as follows: 3 (*****) 4 Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy -Duty," 5 combination air release valve, or equal. 6 7 Installation shall be per the City of Renton Standard Detail, latest revision. 8 9 Piping and fitting shall be copper or brass. Location of the air release valve as show on 10 the plans is approximate. The installation shall be set at the high point of the line. 11 12 9-30.3(8) Tapping Sleeve and Valve Assembly 13 Section 9-30.3(8) is revised as follows: 14 15 Tapping sleeves shall be cast iron, ductile iron epoxy -coated steel, or other approved 16 material. 17 18 Section 9-30.3(9) is a new section: 19 (******) 20 9-30.3(9) Blow -Off Assembly 21 Permanent blow -off assembly shall be #78 Kupferle Foundry Co. or approved equal. 22 Installation of blow -off permanent blow -off assembly shall be per City of Renton Water 23 Standard Detail, latest revision. Pipe and fittings shall be galvanized. Blow -off 24 assembly shall be installed at location(s) shown on the plans. Temporary blow -off 25 assembly on new dead-end water main shall be installed at location shown on the 26 plans. 27 28 Temporary blow -off assemblies for testing and flushing of the new water mains will not 29 be included under this item and shall be considered incidental to the contract and no 30 additional payment shall be made. 31 32 9-30.5 Hydrants 33 CPctinn 9-30.5 is supplemented by grlriinn thin following: _ 35 Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal 36 conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. 37 38 Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 39 929, Mueller Super Centurion 200, conforming to AWWA C-502-85. 40 41 9-30.5(1) End Connections (RC) 42 Section 9-30.5(1) is supplemented by adding the following: 43 (******) 44 Hydrants shall be constructed with mechanical joint connection unless otherwise 45 specified in bid proposal description. 46 47 9-30.5(2) Hydrant Dimensions 48 Section 9-30.5(2) is replaced with the following: 49 50 Fire hydrants shall be Corey type (opening with the pressure) or compression type 51 (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical 52 joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose 53 nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper 54 nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside 55 diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" 56 pentagon operating nut opened by turning counter clockwise (left). 57 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 97 1 2 3 4 5 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions. 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) has been revised as follows: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) has been supplemented as follows: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. APPEND10ES (July 12, 1999) The following appendix is attached and made a part of this contract: APPENDIX A: Log of Test Borings, Page _ through Page _. STANDARD PLANS April 4, 2005 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 01 transmitted under Publications Transmittal No. PT 05-012, effective April 4, 2005 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA". C-1 Sheet 2 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and to 7/8" from 1 ". SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 C-11 b Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. C -14f In -SECTION "A", the reference to SEE STD. PLAN C -14b is revised to SEE STD. PLAN C -14e. C -14a In SECTION "A" .and SECTION "B", the reference to SEE STD. PLAN C -14b is revised to SEE STD. PLAN C -14e. D -2k Sheet 2 In the "BAR B" detail, all references to "button head" are revised to read "cone head" D -2n Sheet 2 In DETAILA, the specification for 1/4" Anchor bolt is revised to 1 1/4" Anchor bolt. In the BASE PLATE DETAIL the reference to AASHTO M 183 is revised to ASTM A 36. In the "BAR B" detail, all references to "button head" are revised to read "cone head". K-1 through K-27 These plans shall not be used on projects administered by WSDOT. The following are the Standard Plan numbers applicable at the time this project was advertised The date shown With path plan Is the publ,cat;on approval date shown in the lower right-hand corner of that plan. Standard Plans not having this date shall not be used in this contract. A-1 .....................5/13/02 A-3 ..................... 5/30/02 A-5 .................. 2/24/03 A-2 .....................5/09/02 A-4 ..................... 3/07/97 A-6 .................. 2/24/03 B-1 .....................7/21/03 B -4g ................... 7/18/97 B -20d .............. 6/30/04 B-1 a ....................6/23/04 B -4h ................... 5/09/97 B-21 ................ 7/18/97 B-1 b ....................6/23/04 B-7 ................... 11/23/04 B-21 a..............8/10/98 B-1 e ....................5/20/04 B -7a ................... 2/09/05 B-22 ................ 7/21/03 B-1 z ....................6/23/04 B-8 ..................... 6/23/04 B -22a .............. 8/01 /97 B-2 .....................2/25/05 B -8a ................... 6/23/04 B -23a .............. 2/25/05 B -2a ....................2/25/05 B-9 ................... 11/23/04 B -23b .............. 2/25/05 B -2b ....................6/17/02 B -9a ................. 11/23/04 B -23c .............. 5/20/04 B -2c ....................6/17/02 B -9b ................. 11/23/04 B -23d .............. 5/09/97 B -2d ....................6/17/02 B -9c ................. 11/23/04 B-25 ................ 6/30/04 B -2e ....................2/25/04 B -9d ................. 11/23/04 B-26 ................ 7/18/97 B-3 .....................1 /28/02 B-11 ...................2/25/05 B-27 ................ 8/01 /97 B -3a ....................5/09/97 B-13 ................... 2/25/05 B-28 .............. 10/06/99 B -4b ....................2/09/05 B-18 ................... 2/25/05 B-29 ................ 4/24/98 B -4c ....................2/09/05 B -18a ................. 5/09/97 B-30 ................ 8/10/98 B -4d ....................9/16/02 B -18b ................. 7/18/97 B-34 ................ 3/03/05 B -4f .....................5/09/97 B-19 ................... 5/30/97 C-1 ...................10/31/03 C -2t ...................3/03/05 C -8d ................ 5/20/04 C-1 a ...................7/31/98 C-3 ..................10/31/03 C -8e ................ 6/24/02 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 .q.q 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 C-1 b .................10/31 /03 C-1 c ....................5/30/97 .................10/06/99 C-1 d .................10/31 /03 C-2 .....................1 /06/00 C -2a ...................7/17/98 C -2b ...................6/12/98 C -2c .................... 2/20/03 C -2d ...................5/22/98 C -2e ...................3/07/97 C -2f ....................3/14/97 D -2e C -2g ...................7/27/01 C -2h ....................3/28/97 C-2 i ..................... 3/28/97 C -2j ..................... 6/12/98 C-2 k .................... 7/27/01 C -2n ...................7/27/01 C -2o ...................7/13/01 C -2p .................10/31/03 C -2q ...................3/03/05 C -2r ....................3/03/05 ..................7/17/98 C -2s .................... 3/03/05 D-1 a ...................1 /23/02 D-1 b .................10/06/99 D-1 c ..................10/06/99 /03 D-1 d .................10/06/99 D-1 e ...................1 /23/02 D-1 f ..................10/06/99 ..................2/25/05 D -2a ...................3%14/97 D -2b ...................3/14/97 D -2c .................... 3/14/97 D -2d ...................3/14/97 D -2e ...................3!14/97 D -2f ....................3/14/97 D -2g ...................3/14/97 D -2h ...................3/14/97 C -3a ................10/31 /03 C -3b ................10/31 /03 C -3c .................10/31 /03 C -3d ..................3/03/05 C-4 .................... 7/13/01 C -4a ..................2/25/05 C -4b ..................6/23/00 C -4e ..................2/20/03 C -4f ...................6/30/04 C -14a ..............7/26/02 C-5 ..................10/31 /03 C-6 ....................5/30/97 C -14c .............. C -6a ..................3/14/97 C -6c ...................1 /06/00 C -6d ..................5/30/97 C -6f ...................7/25/97 C-148 ............ C-7 ..................10/31 /03 C -7a ................10/31 /03 C-8 ....................4/27/04 C -14j .............12/02/03 C -8a ..................7/25/97 C -8b ..................7/17/98 C -8c ...................5/30/97 D -2i ....................3/14/97 F-1 a D -2j .................... 3/14/97 D -2k ...................3/14/97 F -2a D-21 .................... 3/14/97 D -2m .................3/14/97 ..................8/18/04 D -2n ..................3/14/97 ..................8/18/04 D -2o ..................3/14/97 ................12/15/04 D -2p ..................3/14/97 8/27/03 D -2q ..................3/14/97 C -14a ..............7/26/02 D -2r ...................3/14/97 C -14b .............. D -2s ...................3/14/97 C -14c .............. D -2t ...................3/14/97 C -14d ..............7/26/02 D -2u ..................3/07/97 C -14e ..............7/26/02 D -2v ...................3/07/97 C -14f ............... E-1 .....................7/25/97 E-4 ..................... 8/27/03 E-2 .....................5/29/98 E -4a ................... 8/27/03 F-1 ....................12/ 17/02 F-1 a ..................12/17/02 F-2 ...................... 8/27/99 F -2a .................... 6/23/04 F-2 b .................... 2/09/05 G-1 ..................... 9/12/01 G-2 ..................... 6/04/02 G -2a ...................6/04/02 /1.3/03 G-3 ..................... 6/04/02 G -3a ...................6/04/02 ..................8/18/04 G -4a ...................5/20/04 ..................8/18/04 G -4b ...................6/30/04 ................12/15/04 G-6 ..................... 8/27/03 H-1 .....................1 /10/02 H-1 a ...................4/14/00 H -1b ...................3/04/05 H-1 c ....................3/04/05 F -2c ...................6/23/04 ..................8/27/03 F -2d ...................6/23/04 ..................8/27/03 F-3 .....................1 /1.3/03 F -3a ...................2/09/05 ................12/15/04 F -3b ...................2/09/05 ..................8/18/04 G -6a ..................8/27/03 G -6b ..................8/27/03 G-7 .................... 7/18/97 G -8a ................12/15/04 G -8b ..................8/18/04 G -8c ..................8/18/04 G -8d ................12/15/04 G -8e ..................8/18/04 H-4 .................... 8/18/04 H -4a ..................2/25/05 H -4b ..................2/25/05 H-6 ..................10/29/03 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 100 C -8f ................. 6/30/04 C-10 ................ 7/31/98 C-11 ................5/20/04 9/12/97 C-11 a .............. 5/20/04 C-11 b .............. 5/20/04 C-12 ................7/27/01 6/30/04 C-13 ................4/16/99 6/30/04 C-13 a .............. 4/16/99 C -13b ..............4/16/99 6/19/98 C -14a ..............7/26/02 C -14b .............. 7/26/02 C -14c .............. 7/26/02 C -14d ..............7/26/02 C -14e ..............7/26/02 C -14f ............... 7/26/02 C-148 ............ 10/31 /03 C-14 h............12/02/03 C -14i .............12/02/03 C -14j .............12/02/03 D -2w ...............3/07/97 D -2x ................ 3/07/97 D -2y ................ 9/12/97 D-3 ............. ..... 6/30/04 D -3a ................ 6/30/04 D -3b ................ 6/30/04 D -3c ................ 6/30/04 D-4 ................ 12/11/98 D-6 .................. 6/19/98 D-7 ................10/06/99 D-7a..............10/06/oa D-9 ................12/11 /98 E-5 ..................5/29/98 F -3c ................2/09/05 F -3d ................2/09/05 F -3e .................2/09/05 F-4 ..................1 /13/03 G -8f ................6/30/04 G -8g ...............6/30/04 G -9a ...............6/25/02 G -9b ................2/09/05 G -9c ..............11 /23/04 G -9e ...............2/09/05 H-10 ................ 5/29/98 H-12 ................2/25/05 H -12a ..............2/25/05 H-12 b ..............2/25/05 I p t 1 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 H -1d ...................1/10/02 H-7 .................... 8/10/98 H-13 ................ 2/25/05 H-1 e ...................4/14/00 M-1.60-00 H-8 ....................9/18/98 M-1.80-00 H -13a .............. 2/25/05 H-2 .....................3/04/05 ........... 2/25/05 H-9 .................... 4/18/97 H-14 ................ 2/09/05 1-1 ....................... 7/18/97 1-6 ...................... 7/17/03 1-11 ................. 9/11/03 1-2 ....................... 4/23/99 1-7 ...................... 7/17/03 1-12 ................. 7/17/03 1-3 .......................8/20/99 1-8 ...................... 7/17/03 1-13 ................. 7/17/03 1-4 ....................... 7/17/03 1-9 ...................... 7/17/03 1-14 ................. 7/17/03 1-5 ....................... 7/17/03 1-10 .................... 7/17/03 J-1 b ..................10/08/99 J -6c ...................4/24/98 J -8c ................. 5/20/04 J-1 c ....................4/24/98 J -6f ....................4/24/98 J -8d ................5/20/04 J-1 e .:..................8/01/97 J -6g .................12/12/02 J -9a ................4/24/98 J-1 f .....................6/23/00 J -6h ...................4/24/98 J-10 ................7/18/97 J-3 ......................8/01/97 J -7a ................... 9/12/01 J -11a ............... 9/12/01 J -3b ....................3/04/05 J -7c ...................6/19/98 J-12 ................5/20/04 J -3c ..... ...............6/24/02 J -7d ...................4/24/98 J -16a ..............3/04/05 J -3d .................. 11/05/03 J -8a ...................5/20/04 J -16b ..............3/04/05 J-5 ......................8/01/97 J -8b ...................5/20/04 K-1 ...................12/20/02 K-10 ................. 12/20/02 K-19 .............. 12/20/02 K-2 ...................12/20/02 K-1 1 ................. 12/20/02 K-20 .............. 12/20/02 K-3 ...................12/20/02 K-12 ................. 12/20/02 K-21 .............. 12/20/02 K-4 ...................12/20/02 K-13 ................. 12/20/02 K-22 .............. 12/20/02 K-5 ...................12/20/02 K-14 ................. 12/20/02 K-23 .............. 12/20/02 K-6 ...................12/20/02 K-15 ................. 12/20/02 K-24 .............. 12/20/02 K-7 ...................12/20/02 K-16 ................. 12/20/02 K-25 .............. 12/20/02 K-8 ...................12/20/02 K-17 ................. 12/20/02 K-26 .............. 12/20/02 K-9 ...................12/20/02 K-18 ................. 12/20/02 K-27 .............. 12/20/02 L-1 ......................7/18/97 L-3 ..................... 7/18/97 L-2 ......................7/18/97 L-5 ..................... 7/31/98 M-1.20-00 ...........2/25/05 M-1.40-00 ...........2/25/05 M-1.60-00 ........... 2/25/05 M-1.80-00 ........... 2/25/05 M-2.20-00 ........... 2/25/05 M-2.40-00 ........... 2/25/05 M-2.60-00 ........... 2/25/05 M-3.1 0-00 .........12/ 15/04 M-3.20-00 .........12/ 15/04 M-3.30-00 ........12/15/04 ..... 3/04/05 M-3.40-00 ........12/ 15/04 M-3.50-00 ........12/ 15/04 M-5.10-00 ........12/ 15/04 M-7.50-00 .......... 3/04/05 M-9.50-00 .......... 3/04/05 M-11.10-00 ........3/04/05 ..... 3/04/05 M-15.10-00 ........ 2/25/05 M-17.10-00 ........ 3/04/05 SW 27T" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT 1 CITY OF RENTON JULY 2005 101 L-5 a ................ 7/31/98 L-6 .................. 7/25/97 M-20.10-00 ..... 3/04/05 M-20.20-00 ..... 3/04/05 M-20.30-00 ..... 3/04/05 M-20.40-00 ..... 3/04/05 M-20.50-00 ..... 3/04/05 M-24.20-00 ..... 3/04/05 M-24.40-00 ..... 3/04/05 M-24.60-00 ..... 3/04/05 .i APPENDIX A - WAGE RATES APPENDIX A CITY OF RENTON HOURLY MINIMUM WAGE RATES SW 27" ST)STRANDERBLVD. CONNECTION PHASE 1. SEGMENT 1 CITY OF RENTON JULY 2005 i '1 t State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $32.61 1N 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $39.87 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $39.11 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $38.95 1M 5D CARPENTER $38.95 1M 5D CREOSOTED MATERIAL $39.05 1M 5D DRYWALL APPLICATOR $39.63 1M 5D FLOOR FINISHER $39.08 1M 5D FLOOR LAYER $39.08 1M 5D FLOOR SANDER $39.08 1M 5D MILLWRIGHT AND MACHINE ERECTORS $39.95 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $39.15 1M 5D SAWFILER $39.08 1M 5D SHINGLER $39.08 1M 5D STATIONARY POWER SAW OPERATOR $39.08 1M 5D STATIONARY WOODWORKING TOOLS $39.08 1M 5D CEMENT MASONS JOURNEY LEVEL $40.01 1M 5D DIVERS & TENDERS DIVER $80.62 1M 5D DIVER TENDER $41.72 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $39.52 113 5D ASSISTANT MATE (DECKHAND) $38.76 1B 5D BOATMEN $39.52 1B 5D ENGINEER WELDER $39.57 1B 5D LEVERMAN, HYDRAULIC $41.04 1B 5D MAINTENANCE $38.76 16 5D MATES $39.52 1B 5D OILER $39.16 1B 5D DRYWALL TAPERS JOURNEY LEVEL $39.44 11 513 ELECTRICIANS - INSIDE CABLE SPLICER $49.51 1D 6H CABLE SPLICER (TUNNEL) $53.31 1D 6H CERTIFIED WELDER $47.79 1D 6H CERTIFIED WELDER (TUNNEL) $51.41 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $46.06 1D 6H JOURNEY LEVEL (TUNNEL) $49.51 1D 6H ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $50.84 4A 5A CERTIFIED LINE WELDER $46.37 4A 5A GROUNDPERSON $33.64 4A 5A HEAD GROUNDPERSON $35.46 4A 5A Page 1 Revised 5-5-2005; 5-27-2005 8A 8L 8L 8L 8L 8L 8L 8L 8L KING COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A JACKHAMMER OPERATOR $35.46 4A 5A JOURNEY LEVEL LINEPERSON $46.37 4A 5A LINE EQUIPMENT OPERATOR $39.50 4A 5A POLE SPRAYER $46.37 4A 5A POWDERPERSON $35.46 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEYLEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $52.27 4A 6Q MECHANIC IN CHARGE $57.41 4A 6Q FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEYLEVEL $27.93 1N 5D GLAZIERS JOURNEY LEVEL $39.96 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $41.93 1F 5E HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $33.09 1N 5D INLAND BOATMEN CAPTAIN $35.14 1K 5B COOK $30.11 1K 5B DECKHAND $29.09 1K 5B ENGINEER/DECKHAND $31.66 1K 5B MATE, LAUNCH OPERATOR $33.24 1K 5B INSULATION APPLICATORS JOURNEYLEVEL $38.95 1M 5D IRONWORKERS JOURNEYLEVEL $40.17 1B 5A LABORERS ASPHALT RAKER $33.09 IN 5D BALLAST REGULATOR MACHINE $32.61 1N 5D BATCH WEIGHMAN $27.93 1N 5D BRUSH CUTTER $32.61 1N 5D BRUSH HOG FEEDER $32.61 1N 5D BURNERS $32.61 1N 5D CARPENTER TENDER $32.61 1N 5D CASSION WORKER $33.45 1N 5D CEMENT DUMPER/PAVING $33.09 1N 5D CEMENT FINISHER TENDER $32.61 1N 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $32.61 1N 5D CHIPPING GUN (OVER 30 LBS) $33.09 1N 5D CHIPPING GUN (UNDER 30 LBS) $32.61 1N 5D CHOKER SETTER $32.61 1N 5D CHUCKTENDER $32.61 1N 5D CLEAN-UP LABORER $32.61 1N 5D CONCRETE DUMPER/CHUTE OPERATOR $33.09 1N 5D CONCRETE FORM STRIPPER $32.61 1N 5D CONCRETE SAW OPERATOR $33.09 1N 5D CRUSHER FEEDER $27.93 1N 5D CURING LABORER $32.61 1N 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED $32.61 1N 5D DITCH DIGGER $32.61 1N 5D DIVER $33.45 IN 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $33.09 1N 5D Page 2 KING COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code DRILL OPERATOR, AIRTRAC $33.45 1 N 5D DUMPMAN $32.61 1 N 5D EPDXY TECHNICIAN_ $32.61 1N 5D EROSION CONTROL WORKER $32.61 1N 5D FALLER/BUCKER, CHAIN SAW $33.09 1N 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $25.61 1N 5D construction debris cleanup) FINE GRADERS $32.61 1N 5D FIRE WATCH $27.93 1N 5D FORM SETTER $32.61 1N 5D GABION BASKET BUILDER $32.61 1N 5D GENERAL LABORER $32.61 1N 5D GRADE CHECKER & TRANSIT PERSON $33.09 1N 5D GRINDERS $32.61 1N 5D GROUT MACHINE TENDER $32.61 1N 5D GUARDRAIL ERECTOR $32.61 1N 5D HAZARDOUS WASTE WORKER LEVEL A $33.45 1 N 5D HAZARDOUS WASTE WORKER LEVEL B $33.09 1N 5D HAZARDOUS WASTE WORKER LEVEL C $32.61 IN 5D NIGH SCALER $33.45 1N 5D HOD CARRIER/MORTARMAN $33.09 1N 5D JACKHAMMER $33.09 1N 5D LASER BEAM OPERATOR $33.09 IN 5D MANHOLE BUILDER-MUDMAN $33.09 IN 5D MATERIAL YARDMAN $32.61 1N 5D MINER $33.45 IN 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $33.09 1N 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $33.09 1N 5D PILOT CAR $27.93 1N 5D PIPE POT TENDER $33.09 1N 5D PIPE RELINER (NOT INSERT TYPE) $33.09 1N 5D PIPELAYER & CAULKER $33.09 1N 5D PIPELAYER & CAULKER (LEAD) $33.45 1N 5D PIPEWRAPPER $33.09 1N 5D POT TENDER $32.61 1 N 5D POWDERMAN $33.45 1 N 5D POWDERMAN HELPER $32.61 1N 5D POWERJACKS $33.09 1N 5D RAILROAD SPIKE PULLER (POWER) $33.09 1N 5D RE-TIMBERMAN $33.45 1N 5D RIPRAP MAN $32.61 1N 5D RODDER $33.09 1N 5D SCAFFOLD ERECTOR $32.61 1N 5D SCALE PERSON $32.61 1N 5D SIGNALMAN $32.61 1N 5D SLOPER (OVER 20") $33.09 1N 5D SLOPER SPRAYMAN $32.61 1N 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $33.09 1N 5D SPREADER (CONCRETE) $33.09 1N 5D STAKE HOPPER $32.61 1N 5D STOCKPILER $32.61 1N 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $33.09 1N 5D TAMPER (MULTIPLE & SELF PROPELLED) $33.09 1N 5D TOOLROOM MAN (AT JOB SITE) $32.61 1N 5D TOPPER-TAILER $32.61 1N 5D TRACK LABORER $32.61 IN 5D Page 3 KING COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code ' Code TRACK LINER (POWER) $33.09 1 N .5D TRUCK SPOTTER $32.61 1 N 5D TUGGER OPERATOR $33.09 1N 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $32.61 1N 5D VIBRATOR $33.09 1N 5D VINYL SEAMER $32.61 1N 5D WELDER $32.61 1N 5D WELL -POINT LABORER $33.09 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $39.63 1M 5D PAINTERS JOURNEY LEVEL $30.76 2B 5A PLASTERERS JOURNEY LEVEL $39.93 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $51.01 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $37.26 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $39.88 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $40.34 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $40.86 1T 5D 8L BACKHOES, (75 HP & UNDER) $39.49 1T 5D 8L BACKHOES, (OVER 75 HP) $39.88 1T 5D 8L BARRIER MACHINE (ZIPPER) $39.88 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $39.88 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $39.49 1T 5D 8L BOBCAT (SKID STEER) $37.26 1T 5D 8L BROOMS $37.26 1T 5D 8L BUMP CUTTER $39.88 1T 5D 8L CABLEWAYS $40.34 1T 5D 8L CHIPPER $39.88 1T 5D 8L COMPRESSORS $37.26 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $37.26 1T 5D 8L CONCRETE PUMPS $39.49 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 1T 5D 8L CONVEYORS $39.49 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $39.49 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $39.88 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $40.34 1T 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $40.86 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $41:40 1T 5D 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $37.26 1T 5D 8L 'CRANES, A -FRAME, OVER 10 TON $39.49 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $41.92 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $39.88 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $40.34 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $40.86 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $40.86 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $41.40 1T 5D 8L CRUSHERS $39.88 1T 5D 8L Page 4 KING COUNTY Effective 03-03-05 (See Benefit Code Key) PREVAILING Over Time Holiday Note Classification WAGE Code Code Code DECK ENGINEER/DECK WINCHES (POWER) $39.88 1T 5D 8L DERRICK, BUILDING $40.34 1T 5D 8L DOZERS, D-9 & UNDER $39.49 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $39.49 1T 5D 8L DRILLING MACHINE ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $39.88 $37.26 1T 1T 5D 5D 8L 8L EQUIPMENT SERVICE ENGINEER (OILER) $39.49 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.88 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $39.49 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $37.26 1T 5D 8L GRADE ENGINEER $39.49 1T 5D 8L GRADECHECKER AND STAKEMAN $37.26 1T 5D 8L GUARDRAIL PUNCH $39.88 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $39.49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $39.49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.88 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $37.26 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $39.49 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $40.34 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $40.86 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $39.88 1T 5D 8L LOCOMOTIVES ALL $39.88 1T 5D 8L MECHANICS, ALL $40.34 1T 5D 8L MIXERS, ASPHALT PLANT $39.88 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $39.88 1T 5D 8L MOTOR PATROL- GRADER (NON FINISHING) $39.49 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $40.34 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 1T 5D 8L OPERATOR PAVEMENT BREAKER $37.26 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $39.88 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $39.49 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $37.26 1T 5D 8L POWER PLANT $37.26 1T 5D 8L PUMPS, WATER $37.26 1T 5D 8L QUAD 9, D-10, AND HD -41 $40.34 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 1T 5D 8L EQUIP RIGGER AND BELLMAN $37.26 1T 5D 8L ROLLAGON $40.34 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $37.26 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $39.49 1T 5D 8L ROTO -MILL, ROTO -GRINDER $39.88 1T 5D 8L SAWS, CONCRETE $39.49 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39.88 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $40.34 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $39.49 1T • 5D 8L SCREED MAN $39.88 1T 5D 8L SHOTCRETE GUNITE $37.26 IT 5D 8L SLIPFORM PAVERS SPREADER, TOPSIDE OPERATOR - BLAW KNOX $40.34 $39.88 1T 1T 5D 5D 8L 8L SUBGRADE TRIMMER $39.88 1T 5D 8L TOWER BUCKET ELEVATORS $39.49 1T 5D 8L TRACTORS, (75 HP & UNDER) TRACTORS, (OVER 75 HP) $39.49 $39.88 1T 1T 5D 5D 8L 8L TRANSFER MATERIAL SERVICE MACHINE $39.88 1T 5D 8L Page 5 KING COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRANSPORTERS, ALL TRACK OR TRUCK TYPE $40.34 1T 5D 8L TRENCHING MACHINES $39.49 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $39.49 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $39.88 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.88 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $37.26 1T 5D 8L YO YO PAY DOZER $39.88 1T 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.06 4A 5A SPRAY PERSON $31.34 4A 5A TREE EQUIPMENT OPERATOR $31.76 4A 5A TREE TRIMMER $29.48 4A 5A TREE TRIMMER GROUNDPERSON $21.94 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $48.21 1G 5A ROOFERS JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $46.74 11 6L SOFT FLOOR LAYERS JOURNEY LEVEL $32.24 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $49.19 1B 5C SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 i PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $28.31 2B 5A HOLE DIGGER/GROUND PERSON $15.92 213 5A INSTALLER (REPAIRER) $27.16 213 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.34 2B 5A SPECIAL APPARATUS INSTALLER 1 $28.31 2B 5A SPECIAL APPARATUS INSTALLER 11 $27.74 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.31 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.34 213 5A TELEVISION GROUND PERSON $15.12 2B 5A TELEVISION LINEPERSON/INSTALLER $20.05 2B 5A TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A TELEVISION TECHNICIAN $21.45 2B 5A TREE TRIMMER $26.34 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $37.03 1H 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $30.86 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $31.90 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $36.89 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L DUMP TRUCK $36.89 1T 5D 8L DUMP TRUCK & TRAILER $37.47 1T 50 8L OTHER TRUCKS $37.47 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 Page 6 1 1 t 1 Page 7 KING COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code OILER $12.97 1 ' WELL DRILLER $17.68 1 1 1 t 1 Page 7 1 I Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. $$1$$ Supplemental To Wage Rates $$2$$ Pagel WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 X for bridges. For use with Catch Basin type 2. The casting to meet AASHTO-M-105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. 2. Frame & Grate - frame and Grate for Catch Basin type X 1, 1 L, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-2, B -2a, and B -2b. 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. 4. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. $$1$$ Supplemental To Wage Rates $$2$$ Page 2 YES NO I $$1$$ Supplemental To Wage Rates $$2$$ Page 3 6. Corrugated Steel Pipe - Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam X corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for X mounting sign structures, luminaries and other , items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. ' 9. Aluminum Pedestrian Handrail - Pedestrian handrail X j conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). 10. Major Structural Steel Fabrication - Fabrication of X j major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of X minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing X conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). �II $$1$$ Supplemental To Wage Rates $$2$$ Page 3 I YES NO 13. Concrete Piling--Precast-Prestressed concrete piling for X use as 55 and 70 ton concreteilin . Concrete p g o Crete to conform to Section 9-19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6-05.3(3) of the Std. Spec. 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and/or cones. See Std. Plans. 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4, X including risers, frames maybe cast into riser. See Std. Plans. 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B -4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete X utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. $$1$$ Supplemental To Wage Rates $$2$$ Page 4 YES NO 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for X use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels - Reinforced X Earth Wall Panels in size and shape as shown in .the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - X tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. $$1$$ Supplemental To Wage Rates $$2$$ Page 5 YES NO 29. Prestressed Concrete Girder Series 4-14 - X Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam X Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. 31. Prestressed Precast Hollow -Core Slab - Precast X Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(26)A. 33. Monument Case and Cover - To meet AASHTO-M-105 class X 30 gray iron casting. See Std. Plan H-7. 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans G-3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. $$1$$ Supplemental To Wage Rates $$2$$ Page 6 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std. Plan G-8. Shop drawings for approval are to be provided prior to fabrication. 38. Light Standard -Prestressed - Spun, prestressed, hollow, concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-1, J-1 a, and J-1 b. See Special Provisions for pre -approved drawings. YES NO X X X KI 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J -7a, J -7c, and J-8. See Special Provisions for pre -approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C X Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. $$1$$ Supplemental To Wage Rates $$2$$ Page 7 YES NO 42. Traffic Signs - Prior to approval of a Fabricator. X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X $$1$$ Supplemental To Wage Rates $$2$$ Page 8 YES NO ' 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X ' 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 4 61. Steel tips, standard X , pile ' s custom 62. Steelile tip, P X $$1$$ Supplemental To Wage Rates $$2$$ Page 9 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05 METAL FABRICATION (IN SHOP) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 10.20 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11.13 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 10 METAL FABRICATION (IN SHOP) 03/03/05 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Clark Layerout 26.12 11,11 66 Fitter 25.76 11 613 Welder 25.22 11 66 Painter 22.64 11,11 613 Machine Operator 20.04 11 613 Laborer 19.50 11 613 Counties Covered: Snohomish Fitter 15.38 1 Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 Counties Covered: Spokane Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 Laborer 7.98 1 Counties Covered: Thurston Layerout Fitter Welder Machine Operator Laborer Counties Covered: Whatcom Fitter/Welder Machine Operator Laborer $$1$$ Supplemental To Wage Rates $$2$$ Page 11 25.07 1 R 6T 23.02 1 R 6T 20.99 1 R 6T 18.74 IR 6T 14.88 1 R 6T 13.81 1 13.81 1 9.00 1 METAL FABRICATION (IN SHOP) 03/03/05 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Yakima Fitter 12.00 1 Welder 11.32 1 Machine Operator 11.32 1 Painter 12.00 1 Laborer 10.31 1 Counties Covered: Cowlitz Fitter 23.72 1 B 6V Welder 23.72 1 B 6V Machine Operator 23.72 1B 6V Laborer 15.87 1B 6V Fitter Welder Painter Counties Covered: Grant Counties Covered: King 10.79 1 10.79 1 7.45 1 Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 Painter 11.10 1 Laborer 9.78 1 Counties Covered: Kitsap Fitter Welder Machine Operator Laborer $$1$$ Supplemental To Wage Rates $$2$$ 1 1 Page 12 26.96 1 13.83 1 13.83 1 7.35 1 F METAL FABRICATION (IN SHOP) 03/03/05 Over PREVAILING Time Classification WAGE Code Counties Covered: Klickitat, Skamania and Wahkiakum Fitter/Welder 16.99 1 Machine Operator 17.21 1 Painter 17.03 1 Laborer 10.44 1 Counties Covered: Pierce Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.98 1 Laborer 9.25 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 13 Holiday Note Code Code WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05 FABRICATED PRECAST.CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 1 Counties Covered: Franklin All Classifications 11.50 1 Counties Covered: King All Classifications 11.90 2K 6S Counties Covered: Pierce All Classifications 9.28 1 Counties Covered: Chelan, Kittitas, Klickitat and Skamania All Classifications 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum All Classifications 13.50 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 14 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code All Classifications Craftsman Laborer All Classifications $$1$$ $$2$$ Counties Covered: Spokane Counties Covered: Yakima Counties Covered: Whatcom Supplemental To Wage Rates Page 15 20.23 1 8.65 1 7.35 1 13.67 1 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of . covered and non -covered workers shall be directed to State L&I at (360) 902-5330. I J Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127-018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. $$1$$ $$2$$ Supplemental To Wage Rates Page 16 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method. of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. $$1$$ Supplemental To Wage Rates $$2$$ Page 17 ' STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 I TO: Kerry S. Radcliff, Editor Washington State Register ' FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers linvolved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: STArg D �C A OQ 9. Under the current material supplier regulations, WAC 296-127-018, the 'yt: i689 .a6ti ' STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 I TO: Kerry S. Radcliff, Editor Washington State Register ' FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers linvolved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: ' Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn, Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager $S1SE $SzSi Supplemental to Wage Rates 18 NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310. ' Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn, Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager $S1SE $SzSi Supplemental to Wage Rates 18 u BENEFIT CODE KEY - EFFECTIVE 03-03-05 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. , D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F_ THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF , WAGE. I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY -, RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE , THE HOURLY RATE OF WAGE. u BENEFIT CODE KEY - EFFECTIVE 03-03-05 1 -2- P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE W. HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE ' PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE ' PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL ' BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE. ' HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 2. 0. 4. A. 5. A. B. C. D. E. G. H. I. N. 0. P. Q- R. S. T. V. W X. Y Z. BENEFIT CODE KEY - EFFECTIVE 03-03-05 -3- ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). BENEFIT CODE KEY - EFFECTIVE 03-03-05 -4- 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). ' H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY. ' S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). ' T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, ' LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, ' INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175'- $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250'- $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'- DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200'- $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'- DIVERS MAY NAME THEIR OWN PRICE BENEFIT CODE KEY - EFFECTIVE 03-03-05 -5- '8. D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. ' N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25. 11 APPENDIX B - STANDARD PLANS APPENDIX B STANDARD PLANS CITY OF RENTON SW 27" ST./STRANDER BLVD. CONNECTION PHASE 1, SEGMENT l CITY OF RENTON JULY 2005 E o a � B T m OE e ri � rd E r m z m e rn m 3 C < o c n CL W E E° E m = n o o n m n = E m 3 m E oL o m o. am� g �EE cpi m� ooT mU@ t5 m m m m m y n $ o c .9� =Q� . c o o E rn o nm U EBF m E� E E v g Sm aam� to at m cCcSEp2`LE a5m j amOotf mm $g SEpp10g$m�q E @ o—_ o£ $ m E m E L E o m 2 of3 E` s m mm�mga lS Shrn1E m a a m o c o E. �tbiJ >+g m c q m '@=-E C=_ m m m ss a. � `o j 's @= 2 E m o E 5 H EOEI.E �c �a cyy�ayy'am E3-M mom E 8 w `� lig E E o : g ayy c tS omoc E R m C9 3a m 3 _= E b o m c F m m N v 3 2 mom Oe m E m a o E U U U a o 8 n c -.2 q O1 0 S'� 3•5� ca E! 5 o mLt m m o M nEl90 cZS� 4� a E L b o oC S m m m O4b$a0000xv Kola`=�a`o z r r v mi m PZ m 2 303 90 o LL W J Q C w 0 r- z >CC� W2 So N m / z°_ g rc 3 O U O O W 2 m U, o v K W LL a~i p> o Z, J o -1Z W J N 0 w O p pj QQ OQk O p2520 OO SOY 0 :3 06 Z JLL �- - --. - - . f tz 101 M �J O OW J W =U=W 3 R o fNo 2w ajow O �Ito<gF`0 > O WW y O r = wdzLu N ru�� 0 0.3 bio0a C O W o c o+ c o r J O ryii f o P L Y E O o L u E z d E 0 0 _ Y O u - «c c o } o C L C O P+ d C O C aI U d O « m z c Lc T d L d E O- •- d d [+I _ no o -j;:: O O O p C P 3 3 3 O O 0 0 O N C p d O p d E p TO c C d C L O � + O N 0 i O J d v u + o c c Y L- d o p P o w o n - o L Y O L _ - c d o U O �. D P 2 c o+ �- E O LL O Q r Q 3 N U Z O w ..-i ar �- U I-- W N 1 QW U U Z > O W O r J U Oz m ^ Y U O J J Ln r a -11 N tr'I� Z W 3c 0 z ■ O W ;. ar _ Y O tr " W W O T N 1 a w - O r U U m z>W C3 w T Y rU c c O r U z z o -j;:: to Y ..°h O mm i : w Q r Q 3 N U Z O w ..-i ar �- U I-- W N 1 QW U U Z > O W O r J U Oz m ^ Y U O J J INS will Q 6 aE1 1 m. -- Q U W N Ln r a -11 N tr'I� z z ■ O W ;. ar n� tr " W W O T N 1 a w i T T N U U m z>W C3 w > O O r U z z a to Y c u O _ o_ J mzo 01 u o '^ a Q F O W - Q 6 aE1 1 m. -- Q U W N " Ln r a -11 N tr'I� z z °Yr� N O W ;. ar n� tr " W W O T N 1 a w i T T N U U m z>W C3 w > O O r U z z a to Y c u O _ o_ J mzo 01 u o '^ a Q F O W - V) ¢414 Q " J Q r -11 w O r z z °Yr� N O W ;. ar 1 WO i > UO r W T N 1 a w i T T N U U m z>W C3 w > O O r U JU O z to Y c u O _ o_ J mzo 01 u o '^ a r;,°Gz c N G U d d + N d m .4(J r m r Ld 1 W -11 Ow3 r ZWO �az ..°/s %Z F- L) 3 O i O r „1-jL O m m r ZWO �az ..°/s %Z r r U in W to . II i-�IL Z K c MEW Q. o o¢ �g0 bgd W Z F m w o �� NI oo . �. r ¢ =- I o� FW-- m Z w !��' �� 0 4y 0 5 z� F o o� o m y .2 w. wLL (W=SZ Qm a 0� ai lla�o� oaom o0 0 rv� o V' oLL m$ S o ap aw N� a< O �u N o O OQ > �Y m> oo Q V Q { M �so SE � iW W p - Q wW ¢ m �Oeo �zN c=ia u 'm IL W o O F e < W Zm V LL ¢ U) a m m LL= li C Km m V New Y C ;LL0 Jy m LL< F a `Lv w �° W< as O Z P wi m �d °� Nwo o �¢ Y.W > ° W aO V m 8 z two f� d a F m = m 000 ort2 w .901 .Zt z Jw W .9 Z = tl y OYr ozru WOMj S3MVA <i 0 W V �a o wocwig Wm C =�u w� o�m K (Do W LL. 2 13m UelQa ,= U V �QLL g a g J 6 o ZZ m � o V < Z '9 W W LL3 a v .t 02 m Lu III oo c�� av R = a 3 a zL F-<o V W ' o¢m W F �4 a F. - Oa a� m 0 Q m \o Y .9 7 C)= o of Z(V U v Oo 53 ° W — LL3 Oh V LL a g8: FW - m a< zo QW.ME °o Zwa a zt F 9 V oZo ZO r'o �5; OU LL ' o aO{ QW Wul � 0 o z / �~ `e+— a W a JI -3 W ' K LL YZW LL< C U ;•� m UO03 ��, �• Q LL� 5 W,O 0,0 F"ZG ¢ O W Z Q '_' Fgo c t o QUA mcc m 's It ° ZWU LL F LU W o < x Z I1�t JII O p d' W cwi O o ' r< Lv B p O a r z ¢ U � a m LL Y o Z Z el W V o < W� WQ \ �U LL o Oo m �� o o EM N F D W L u LL< ZR' w >i LU o ULL O 0:) cYio dW > / WV w >bcoi V� LL LU = °. Q~ a Q C O m W o roy a ` \ U > 9 O¢ 4LL z QW LL O C LL a3 =g a A z ZU �LL W oQ o m OW 0 3 u< z Q' Z or o a } O m J �0w Um0 ow Ua N' W a N W W 00 R' OLL NO; UY K m Lu Z mmz ��$ F<� W UJW ¢� 22 mW roY w Z D < W o- (O } W fq jW$'�H r�.�' W W LL W o U 0 NVQ > ¢ v U Q W?Ta3 c W =m RE m F- 0 O U m i W< O ZY W m LL F j U N W Ow LOU Ww � N OwU � �W O J y Z NN Q i OWr Z O _ KUm U?? Z Ua}W m Ww T1T yY� >N C y Wz3 C �oa yo Ir W m O a 3 Y 1 3 OK W om hI W H � ao Lu Fo Z� 04 U0 F Z W f W U J �0w Um0 ow Ua wpm ru2 a N �F W 00 b OLL NO; C N' K m Lu • �U mmz W W www w K to Z r O U .r sF W s bZ m (U U / W< ZY W N W LOU Ww �W O J 1 NN Q a he W < c o ?z W m NO W Z F Go X R' OZ C� 0 Z Ua}W m Ww T1T yY� >N C y Wz3 C �oa yo Ir W m O a 3 Y 1 3 OK W om hI W H � ao Lu Fo Z� 04 U0 F Z W f W U �0w Um0 ow Ua wpm ru2 Z yW N V W o O�V U6U w v� ZK mw w K m 0� U 2 Z Ua}W m Ww T1T yY� >N C y Wz3 C �oa yo Ir W m O a 3 Y 1 3 OK W om hI W H � ao Lu Fo Z� 04 U0 F Z W f W U p a m d Z O I ° 1 -- 0M: m w d zWW U O W 7 L) J `fes z g 5�0 z p U N mr E v ) 0– �U O m c T; _ m m C9 U xrormssoao W o Q W - � FZ ¢w ¢o Ww d M � m m W 0 m U F m0 o z �dd�d 1to . 00 m m (� 0 t5-� io - h YaQ�I E ma o mm 8 .4 WFa O o W ? av 2 �0 °�s 25 m a w $ o ii n o d'bH wS i pR°� w W d I- Q D Z 2 o m 0.2 U- m U Z f` Lc. N'_Y a mlL m m mC H om "P� m �i $c g E iE3 2- m m E -g _ a 'p m mLy m m m CE � ��'$ m nm mm o t c �E c n En a m "`j4 =-Bm �m atmx m va -m a Emmy <� �iU° m cmtq m 3a�m mn m `a w a`o U m a m'o H m m '-L) E o .� � m D F F - U, 3 J3° C Q� Um vi Oa 3'v Z fV Ci 4 wi K) I� 4 VYMS NUM AS WYda O m UC m m m C9 U xrormssoao VYMS NUM AS WYda h�o w z www OUm.. – Q „q W 13i . aIL I I I s 00 Z h�o w z www OUm.. – Q z yQ z 2 dIJ L Z J Q O h Q W m FZ ¢w ¢o Ww O �a ILW W 0 s a Z F m0 o z m� ¢z v ul J U (� U U W fq Ud 2 Z .4 WFa O a}� W 2 X U2 G°l YW-Y Y�l G� N U Z Um z w U C 'a m � n N ¢ m U p h W m FZ 5: w d. o W sr��s w Q s a Z F m0 o z 09 k,. m �y 9th � ZmaUtu U = 7� W O u,m �Ow a QUm Z a}� o� "A1 rnmooit mpg mm �a rm N o�� m c m t m -' m W p c; mE 3,p L>o N E 0 = o 0 m -e Eon vv m. D% ��� Q 0 1 -0 . —D m o °4 m t c� t�� N� o Z i a �m�mm mmy mm �� o �y g m o E �= c (DEv� �w E crnm :2 rn m a cv m p m aHa� omi m� mm� tm om r N y $N r 19 o' o m m o 0 c gv m m Y -L r z 0 p o m N r C m m :E m 0 m O m ow �.c mtic'32° mm oma ��� 3n w rwm - m=a`" J`P pFS x W O z is -E L -E c°� o i� _ m m a m .w m P Q a a= p3 m m 3 00= �!-n < Hm w r � my JvoE �vm m- a Z6= .. E �o oim cam m c m w mM 'IV o.m mamna rnaw aceto c w `. `. oq 2 -am o�o� mso 'p am C PID m m m 100- m� C � m N m.o L,3Qt Lo .�._ ZE€ Com o5 r as N W`o �i.� v (vWp`o� oa c - TLp C m— O. U C p� m m m v w 3' S 'E PI E Q.. amn m d *�'- Lao�EQcmc> Mmt ac 'a� $.`= �---C I- Wi c a`o Cm3mEn om� mom= "°'m W" i me o�pe D, cv TQ mm� m3 -- -- ---- �--� 88¢ W � m a m C N� m C � O � m y p m le � m �p flJm i F Qwp. �ocS�o tn�5 4�n°r E r� rLL O w0 Z (V M < 1n mr Km 6p lim �r } z 0 w J W {V Q ci It m M w IL r I1 F -1H �-- r. m wwwa>> w m m y z xu�wh F n N maz W3 m2 O w3c) U p g0 O� _ Jm� w z) m W W o .01. w X _ 7 61 %I� Q Q�nYY K %= Q NSC�•• C xW m Na mmt �W mJ3•b-C � m jam} 00 mJ 'W Q m� vr , =<v, az off LL z 0 w a0 w oa om J wpZm a0' pZgm w r ma FciIr � Fc� mZ G �wo W �o -'¢ r na -J'2 i= na o� or o o� wet W "W4 J ]2 p w om O�W 2U !! U.1z ---- �i•� I SJ00000 Qm m0000 Z �W ~1 ® ® 6 m F Ixw lo b a W 9 Xc� _ = r am xww J Jp �a w �JO m =J J'il �Ow xIW- KN wF ala- lJ o <o )iono 3noINOW :A8 wvua m J F W O z LU x Q Q C `Lv Lew = xJ W W�?I�yy x %a 2 Ka .yyam phW Z vW bet a> W L.;.- W m 0 Ir } z 0 w J W {V Q ci It m M w IL r I1 F -1H �-- r. m wwwa>> w m m y z xu�wh F n N maz W3 m2 O w3c) U p g0 O� _ Jm� w z) m W W o .01. w X _ 7 61 %I� Q Q�nYY K %= Q NSC�•• C xW m Na mmt �W mJ3•b-C � m jam} 00 mJ 'W Q m� vr , =<v, az off LL z 0 w a0 w oa om J wpZm a0' pZgm w r ma FciIr � Fc� mZ G �wo W �o -'¢ r na -J'2 i= na o� or o o� wet W "W4 J ]2 p w om O�W 2U !! U.1z ---- �i•� I SJ00000 Qm m0000 Z �W ~1 ® ® 6 m F Ixw lo b a W 9 Xc� _ = r am xww J Jp �a w �JO m =J J'il �Ow xIW- KN wF ala- lJ o <o )iono 3noINOW :A8 wvua m J F W O z LU x Q Q N N N N lu 'NIW Al w Z 0 I. - LU LU orc 2z! w T M3 z IL EL w z IL U) N N N N lu 'NIW Al w Z 0 I. - LU LU orc 2z! w T M3 #w.0 -z i #w.O- I 0 m > a = LU °}) / g « ! _ LU Q §S z § G/ LU/ <0 0 § &ca $ w 2 m � k k LU z ■ z�§�\ 2 & / ƒ ° \\ lu ■ / 0 0 > a' ƒkt� ` k§ to § e 2z ® kW / §\ tz E 3 w m= } 0 go § ,- ( ) § � I|, 0. |,|| \ ( \ P )§° \az§#�B §\ §/ir 1,§ t]0 [#� 20 as< $ ) §2 - \wW 02 \\ Z§, w § )M §6 (Q& §OL W0 0 )£ www § /§ && R / -JZ /$ Ew _ � B/§ ?§ §§ 0 2 z w w 4 #w.0 -z i #w.O- I 0 m > a = LU °}) / g « ! _ LU Q §S z § G/ LU/ <0 0 § &ca $ w 2 m � k k LU ■ z�§�\ 2 & / ƒ ° lu ■ / _ $� ■-E §§|! a' ƒkt� ` to �|| ;! �§| ;|! � I|, |,|| § w 2 L | /� 2 z \ k i t / ) \ — / § } _ k k.) § \ § & § Co 2 ( . ( /- \ ) } > § 0 \ w \ \ {, § ¥ * E } & E § ) { o j( ¥®§� �� V5 f j m E \/ #5 e §2 w§ /k z r w w + § w 2 L | /� — -- )er )\ § 0 k � 3 § U) w § ■ ( k k � 0 a ,. \ e k § z , � § _3H3e-ne'AB __ k � � RL2 r- } � 0= k i z w ± ® §� * � � ■ ) � ! / » ®`2t« & 22 a|| ~` � 2 . .,� �|| !! |§� |||§,. Rill |,|| � § _3H3e-ne'AB __ k � � RL2 r- BACKFILL MATERIAL (SEE NOTE 5) CONCRETE CLASS C (SEE NOTE 8) FOUNDATION LEVEL BACKFILL MATERIAL (SEE NOTE 5) — BEDDING MATERIAL FOR RIGID PIPE (SEE NOTE 6) FOUNDATION LEVEL BEDDING MA1 FOR FLEXIBLE (SEE NOTE 7 FOUNDATION W (SEE NOTE 4) LIMITS OF PIPE ZONE I f., (CLASS A DESIGN) W (SEE NOTE 4) DESIGN) BEDDING FOR RIGID PIPE I�1 LIMITS OF PIPE ZONE 11 00 (CLASS F DESIGN) BEDDING FOR FLEXIBLE PIPE NOTES: 1. PROVIDE UNIFORM SUPPORT UNDER BARREL 2. HAND TAMP UNDER HAUNCHES. 3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY OVER PIPE. HAND TAMP ONLY. 4. SEE "EXCAVATION AND PREPARATION OF TRENCH" IN THE SANITARY SEWERS SECTION OF THE STANDARD SPECIFICTATIONS FOR TRENCH WIDTH W" AND TRENCHING OPTIONS. THE PIPE ZONE WILL BE THE ACTUAL TRENCH WIDTH, EXCEPT FOR CLASS A BEDDING. THE MINIMUM CONCRETE WIDTH SHALL BE 1-1/2 I.D. + 18"- 5. TRENCH BACKFILL SHALL CONFORM TO "BACKFILLING SEWER TRENCHES" IN THE SANITARY SEWERS SECTION OF THE STANDARD SPECIFICATIONS, EXCEPT THAT ROCKS OR LUMPS LARGER THAN 1" PER FOOT OF PIPE DIAMETER SHALL NOT BE USED IN THE BACKFILL MATERIAL. 6. SEE "BEDDING MATERIAL FOR RIGID PIPE" IN THE AGGREGATES SECTION OF THE STANDARD SPECIFICATIONS FOR THE MATERIAL SPECIFICATIONS. 7. SEE "BEDDING MATERIAL FOR FLEXIBLE PIPE" IN THE AGGREGATES SECTION OF STANDARD SPECIFICATION FOR THE MATERIAL SPECIFICATIONS. 8. PIPE MUST BE ANCHORED IN SUCH A MANER AS TO ENSURE FLOW LINE IS MAINTAINED. 1S OF PIPE ZONE rem 4-4-97 2-21-91 * A = 4" MIN. 27" I.D. AND UNDER 6" MIN. OVER 27" LD. PIPE BEDDING FOR SANITARY SEWER O�C1 p� ADOPTED CITY OF RENTON a STANDARD PLANS IST DATE: 4/97 DWG. NAME: BW18C SP PAGE: 8077 BEDDING CLASS DESIGN DIMENSION CLASS A CLASS B CLASS C CLASS D CLASS F A 4" MIN. 1/4 I.D. 12" MAX. * ZERO B 1/4 O.D. 1/2 O.D. 1/8 O.D. ZERO O.D. C 3/4 O.D. 1/2 O.D. 1/8 O.D. O.D. - * A = 4" MIN. 27" I.D. AND UNDER 6" MIN. OVER 27" LD. PIPE BEDDING FOR SANITARY SEWER O�C1 p� ADOPTED CITY OF RENTON a STANDARD PLANS IST DATE: 4/97 DWG. NAME: BW18C SP PAGE: 8077 1 1/4•FOUNDARY NAME �1/2' LETTERS RECESSED TO BE FLUSH Of OO DO S1NV1fiTgd ON d7 lIV31i15 01 TN TOP VIEW 23 3/4" O ti SIDE VIEW 2" wo `- LEVELING PADS 8 - 3/4"X 1 3/4"X 1/8" O 7 1/4" FOR MACHIN]�' CLEARANCE BAR i" THICK TYP. 4 PLACES BARS 1 5/8" THICK THIS AREA BARS 1 3=/8" THICK THIS AREA END VIEW �1 1/4" I{ { L 3/4" 1/2" 5/B" SLOT DETAIL 7/8" TYP. SLOT ROUND ELLIPTICAL TANGENT BETWEEN TWO RADII OPTIONAL DESIGN FOR GRATE OPENING ENDS NOTES: 1. SLOT FORMED AND RECESSED FOR 5/8"-11 NC X 2" SOCKET HEAD (ALLEN HEAD) BOLT. 2. GRATE SHALL BE DUCTILE IRON. 3. SHALL CONFORM TO SEC. 9-05.15 OF THE STANDARD SPECIFICATIONS. 4. USE VANED GRATE IN CURB LINE - 5. USE FRAME SHOWN IN STANDARD DETAIL D-7. /4" 6. GRATE IS OLYMPIC FOUNDRY #SM50G OR EQUAL. SURFACE WATER UTILITY CATCH BASIN FRAME & GRATE DETAILS (SHEET 1 OF 2) Y p� ADOPTED CITY OF RENTON STANDARD PLANS LS' DATE: 12/96 DATE I REVISION I BY IAPPR'DI DWG. NAME: BR -18 SP PAGE: 8020.1 LEVEL PADS (16) 3/4"X 2 1/4"X 1, NOTES: PLAN 18"x24" 9/16" 1 1/2" (+1 /32", -0" TYP) 4 4" E--16"x22" -- f 3/4"-J 17 3/4"x23 3/4" (+1/32", -0" TYP) 25"x31 " ELEVATION 1. DRILL AND TAP FOR, AND PROVIDE. TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER. 3. SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. 4. FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. CATCH BASIN VERTICAL CURB WALL 1-111111 I'll, EXTRUDED CURB SURFACE WATER UTILITY CATCH BASIN FRAME & GRATE DETAILS (SHEET 2 OF 2) ADOPTED GTTY OF RENTON (0 -, STANDARD PLANS IST DATE: 12/96 DWG. NAME: BR -18A SP PAGE: B020.2 25" 2 1/2"_ SEE NOTE 1 31' PLAN 18"x24" 9/16" 1 1/2" (+1 /32", -0" TYP) 4 4" E--16"x22" -- f 3/4"-J 17 3/4"x23 3/4" (+1/32", -0" TYP) 25"x31 " ELEVATION 1. DRILL AND TAP FOR, AND PROVIDE. TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER. 3. SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. 4. FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. CATCH BASIN VERTICAL CURB WALL 1-111111 I'll, EXTRUDED CURB SURFACE WATER UTILITY CATCH BASIN FRAME & GRATE DETAILS (SHEET 2 OF 2) ADOPTED GTTY OF RENTON (0 -, STANDARD PLANS IST DATE: 12/96 DWG. NAME: BR -18A SP PAGE: B020.2 FIRE HYDRANT SHALL BE COREY -TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY-MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS DIRECTED BY RENTON FIRE DEPARTMENT_. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. a, -18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF SIDEWALK THAT IS ADJACENT TO CURB TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION 4.875" x 5" STORZ WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090). MAX 4" / MIN 2" RAISED PAVEMENT MARKER TYPE 88 A8 STIMSONITE TWO-WAY BLUE. 42" MIN ��F CONCRETE BLOCKING - BURY F MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET. 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 16" x 8" x 4" 2-3/4" COR-TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS. MININUM CONCRETE BLOCK UNDER HYDRANT -1/2 YARD WASHED DRAIN ROCK (3"TO 3/8") MIN. V ABOVE BOOT FLANGE. PLACE 8 MIL . POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. CUT FIRE HYDRANT ASSEMBLY LEVEL ALL GROUND MIN 3' RADIUS 4.875" x 5" STORZ HYDRANT LOCATION IN CUT OR FILL LEVEL ALL GROUND MIN 3' RADIUS ONE MAN ROCK 1 6p FILL FIRE HYDRANT ASSEMBLY DETAIL G1S1' p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 04/04 DWG. NAME: BR24 SP PAGE: Bl02 MARKER MARKER I I . TWO LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LINE) MARKER FOUR LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) HYDRANT MARKERS 4, RAISED PAVM_EINT MARKER TYPE 88 AB STIMSONITE TWO-WAY (BLUE) MARKER ON SIDE STREETS WHERE THE HYDRANT IS WITHIN 20' OF A MAIN TRAVELED STREET, THE MARKER IS TO BE INSTALLED ON THAT MAIN STREET MARKER • 4 FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) HYDRANT MARKERS ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 12/96 DWG. NAME: BR24A SP PAGE: 6103 WATER MAIN 2" CLOSE NIPPLE 2" 90' ELBOW --------------- CONCRETE BLOCKING TWO PIECE CAST IRON VALVE — \ EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION, WITH REGULAR BASE SECTION LENGTH TO FIT. 2" RESILIENT SEATED GATE VALVE, SCREWED 2" GALVANIZED PIPE 12" LONG 2" CLOSE NIPPLE BETWEEN CAP OR PLUG AND 2" 90' ELBOW r—IF ADDITIONAL ADJUSTMENT IS REQUIRED, INSTALL 2-2" CLOSE NIPPLE AND 2-2" 90' BEND, SCREWED AT THIS POINT. FIELD LOCATE PLASTIC METER BOX IN PLANTER OR CAST IRON BOX IN PAVED OR CONCRETE AREAS. 2" CLOSE NIPPLE 2" 90' ELBOW 2" GALVANIZED PIPE AS REQUIRED PLAN VALVE NUT EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090) IGROUND LINE CONCRETE SIDEWALK �-i 6" MAX. � o00',oepd0 INSTl�L 4 MIL POLYETHYLENE �g" MAX. o� a��.-oo_ °ova. PLASTIC COVER OVER WASHED o.°oo .00,00°0000 GRAVEL. CUT HOLE FOR PIPE °�p'°� moo b'."000 Op.o 00 10 CU. FT. WASHED GRAVEL PASSING 1-1/2" AND RETAINED ON 1/4" MESH FOR DRAIN ELEVATION 2 112" NST (HOSE) AND 2 1/2" FNST CAP WITH GASKET 2"x2"x2" TEE AND 2" CAP 2" CLOSE NIPPLE BEWTEEN TEE AND 90' ELBOW. 2" 90' ELBOW PERMANENT 2" BLOW—OFF ASSEMBLY (FOR 8" MAINS AND SMALLER) U1�Y p� ADOPTED crnr OF FJDMN a STANDARD PLANS N T O$ LST DATE: 04/04 DWG. NAME: BR25A SP PAGE: B105 CONCRETE BLOCKING SIZING PROCEDURE A. GENERAL The amount'of concrete required to anchor horizontal bends, tees, and dead ends depends on the strength of the soil. The methods of placing concrete to keep the joint accessible is shown in Figure 1. The area square feet of concrete which must bear against the side of the trench is found by dividing the thrust in pounds shown in Table 1 by the safe bearing load of the soil as shown in Table 2. B. CRITERIA 1. The sizing procedure is for horizontal or downward thrust only. 2. Height of the thrust block must be equal to or less than 1/2 the depth from the ground surface to the block base. 3. The thrust block bearing face is approximately rectangular. 4. The concrete blocking shall be as per APWA Specification 74-2.14. C. SYMBOLS d = Outside Diameter of Pipe in Feet T = Thrust in Pounds at the Fitting (Table 1) SBL = Safe Bearing Load in Pounds/Sq. Ft. (Table 2) h = Depth of Trench in Feet W = Wdlh of Trench in Feet A = Area of Concrete which must bear against the Side of the Trench in Sq. Ft. Hm = Maximum Height of the Thrust Block in feet Dc = Depth of the Concrete Thrust Block to Bearing Surface in Feet Lm = Maximum Length of the Thrust Block in Feet GROUND SUFACE i F d h HIM= 2 BLOCK BASE Da W 1. Area of Concrete (A) = Thrust (In Pounds- T Safe Bearing Load (In Pounds/Sq. Ft.) SBL 2. Maximum Height of Thrust Black (Hm) = Depth of Trench in Feet _ h 2 2 (Width of Trench in Feet) - 3. Depth of Concrete Thrust Block = Dutside Diameter of Pipe in Feet) _ W -d 2 2 4. Maximum Length of Thrust Block (Lm) = Area of Concrete - A Maximum Height Hn 5.- Required Amount of Concrete (Cu. Yd.) _ (Height x Depth x Length) x 0.03704 _ (Hm x Lm x Dc) x 0.03704 E. EXAMPLE _ 1. Problem: Calculation of the amount of concrete required to block a 90' bend in an 8' C.I. water main; the normal operating pressure in the pipe will be 65 psi and the soil condition in the area indicates sand and gravel. 2. Solution: - - Maximum testing pressure (See Table 1) = 300 psi. = 075 ft. Duside diameter of 8 pipe = 9.05 in. - 9.05/12 Go to Table 1: The testing pressure of 300 psi, we see - that the thrust on a 90' bend is 21,360 pounds. wf-VIII .. Ai TEE 22-1/20 450BEND - Go to Table 2: Table 2 gives the safe bearing load for Bond and gravel: 3,000 lbs./sq. ft. - Go to Figure 1: figure 1 indicates the position of the concrete for blocking the 90' bend. - Go to the specifications of the project and find depth of trench (h) = 4 feel - Width o1 trench (W) = 3 feet With the above an embled information, we proceed to thefinal calculations: Thrust - 21,360 Area of Concrete (A) = = 7 12 sq ft. Safe Bearing Load 3,000 - Maximum Height of Thrust Block (Hm) = Depth of Trench in Feet 2 h 4 = 2 = 2 = 2.0 fl. - Depth of Concrete Thrust Block (Dc) Width of Trench in Feet (W) - Outside Diameter of Pipe (d) 2 3- 0.75 = 1.13 ft. 2 - Maximum Length of Thrust Block (Lm) = A ' 7.12 Hm 2.0 _ 3.56 ft. - Required Amount of Concrete (Height x Depth x Length) x 0.03704 (Hm x Lm x Dc) x 0.03704 =(2.0 x 3.56 x 1.13) x 0.03704 = 0.30 cu. yd. Size Pressure PSI Thrust at Fittings in Pounds Tees 90' 45 22-1/2 11-1/4 STANDARD PLANS Dead Ends Bend Bend Bend Bend 3' 300 2,120 3,OOD 1,630 830 430 4" 300 3.780 5,370 2,910 1,470 750 6" 300 8,500 12,000 6,510 3.320 1,700 8' 300 15,100 21,360 11,550 5,880 3,020 10" 275 21,620 30,570 16,540 8,430 4,330 12' 250 33,930 48,000 25,950 13.260 6,780 14" 250 46,200 65,370 35,340 10,030 9,240 16' 225 45,250 64,000 34,620 17,650 9,050 18"200 50,900 72,000 38,940 19,860 10,180 20" 2D0 62.840 88,900 48,080 24,520 12,560 24" 200 90,480 127,980 69,2DO 35,320 18.100 30" 200 141,370 199.960 108,150 1 55,140 28,280 36" 2D0 203,580 287,950 155,740 79,400 140,720 TABLE 2 Safe Bearing Loads 'n Lb /Sa Ft. The sofe bearing loads given In the following table are for horizontal thrusts when the depth of cover over the pipe exceeds 2 feet: Safe Bearing Load SOIL Lb. per Sa FL -Muck, peat, etc. 0 Soft Clay 1,000 Sand 2,000 Sand and Gravel 3,000 Sand d Grovel Cemented with Cloy 4,000 Hard Shale 10,000 -in muck or peal, oil thrusts shall be restrained by piles or .tie rods to solid foundations or by removal of muck or peat and replacement with ballast of sufficient' stability to resist thrusts. 90 BEND 11-1 /4 FIGURE 1 NOTE: FOR CONVEX VERTICAL BENDS BLOCKING SEE APWA STANDARD PLAN NO. 73. CONCRETE BLOCKING SIZING PROCEDURE p� ADOPTED Gti'tY Crff OF RENTON STANDARD PLANS LST DATE: 12/96 3/6/95 CORRECTED COLUMN HEADINGS DCV AG DATE REVISION BY PPR D DWG. NAME: BR26 SP PAGE: 8085 MORTAR FILLET MANHOLE FRAME AND COVER SEE DRAWING BR29 (SP PAGE B074) ADJUSTMENT (4" MIN.) CONE RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 STEPS - 3/4" DEFORMED BAR STEPS SHALL BE INCLUDED CONCRETE RISER BY PIPE INC., OR APPROVED EQUAL. MAX. PIPE SIZE - 'E' LADDER -STD. ALUMINUM OR GALVANIZED STEEL CONCRETE SHELF PRECAST BASE SECTION OR CAST IN SHELF-. SANITARY MANHOLE TYPICAL DETAIL NOT TO SCALE 'A' 'B' 'C' 'D' 'E' 48" MH 48" 6" MIN. 5"MIN 24" MIN, 21" I.D. 54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D. 60" MH 60" 8" MIN. 6" MIN. 42" MIN. 30" I.D. NOTES 1. STEPS TO BE 3/4" 0 DEFORMED BAR GALVANIZED SAFETY STEPS OR EQUAL. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING TO BE PER DRAWING BR29. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ALL JOINTS SHALL BE GROUTED. 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR APPROVED EQUAL. 10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING AND FALL PROTECTION SYSTEM INSTALLED. 4 10 0 Revised notes. hnH I DMC 0/17/961 Added notes. AG DATE I REVISION I BYIAPPR'j SANITARY MANHOLE TYPICAL DETAIL ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:O4/03 DWG. NAME: BR28 SP PAGE: 130711 1� I 234' 333' NOTES: 1. ALL COVERS SHALL BE LOCKING LID PER INLAND FOUNDRY CO. INC. No. 817 (LOCKING) OR EQUAL. 2. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). Revised notes and Detail. Added notes. am m--I LI - I l l 25' 8' 2T I } 21 SPECIFY LETTERING MANHOLE FRAME AND COVER p� ADOPTED (y CTfY OF RENTON :Ivo; STANDARD PLANS IS DATE:4/2003 DNC AG SPR DWG. NAME: BR29 SP PAGE:8074 3'-0" I 6" w WIDENED CURB BIFrf- - B 4 J11 18" O 12" ii� �\ I FACE OF CURB SLOPE 0.05 FT/FT STREET SECTION CONSTRUCTION JOINTS NORMAL GUTTER GRADE a NOTES: SECTION A -A 1. 3' TO 5' DRAFT PERMITTED AS NEEDED. 2. WELDING NOT PERMITTED. 3. DIMENSIONS SHALL HAVE ±1-/16" TOLERANCE EXCEPT AS NOTED. 4. FOUNDRY NAME SHALL BE EMBOSSED ON TOP OF GRATE. LETTERING TO BE RECESSED 1/16". 5. SEATING OF GRATE SHALL BE ACCOMPLISHED BY ONE OF THE FOLLOWING: ALTERNATE A SHALL BE 8 PADS, 1 1/2% 3/4% 1/8" INTEGRALLY CAST WITH THE GRATE. ALTERNATE B SHALL BE A MACHINED SURFACE OUTSIDE A 17" CIRCLE, BOTTOM ONLY (SEE SECTION B—B). 6. MATERIALS IN ACCORD WITH DIVISION 9 OF STANDARD SPECIFICATIONS SECTION "METAL FRAME AND GRATE FOR CATCH BASIN OR INLETS". 7. MATERIAL USED FOR GRATE SHALL BE DESIGNATED BY EMBOSSING "DI" (DUCT IRON) OR "CFS" (CAST STEEL) NEAR MFR'S NAME. 7. SEE DWG. NAME BR -32 FOR FRAME AND GRATE DETAIL. GRATE IS OLYMPIC FOUNDRY #SM50G, #SM50GL, #SM50SL, OR EQUAL. FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. SURFACE WATER UTILITY OPEN CURB FACE FRAME & GRATE INSTALLATION DETAIL G�CY p� ADOPTED CTTY OF RMON STANDARD PLANS LST DATE: 12/96 DWG. NAME: BR -30 SP PAGE: 6017 30" 24" 4" SECTION B -B 26" I.D. - 27 1/2" O.D. C NOTES: ✓ELING PAD /TYP). 18" II �- -- 20" -I 4" �- SECTION A -A 6" T ----T 8" 1 12-1" DIA. HOLES FOR 3/4" BOLT, WASHER, AND NUT SECTION C -C 1. GRATE SHALL BE DUCTILE IRON: OLYMPIC FOUNDRY #SM5OG, #SM5OGL, #SM5OSL OR EQUAL. 2. FRAME IS OLYMPIC FOUNDRY #SM52 OR EQUAL. 3. LEVELING PADS ARE 1/8"x 3/4"x 2 1/4" APPROXIMATE WEIGHTS FRAME 104 LBS. GRATE 220 LBS. HOOD 71 LBS. TOTAL 395 LBS. SURFACE WATER UTILITY OPEN CURB FACE FRAME & GRATE DETAILS ADOPTED CITY OF RENTON ♦ i STANDARD PLANS LST DATE: 12/96 DWG. NAME: BR -32 SP PAGE: BO18 15"x27" PLASTIC METER BOX EQUAL TO MID -STATES PLASTIC, INC. BCF SERIES MSBCF 1527-18 WITH 1.75" THICK DUCTILE CITY PRIVATE IRON DIAMOND PLATE COVER 16'x27" EQUAL TO MID -STATES PLASTICS, INC. MSCBC-1527-R WITH READER LID AND 1-5/8 PIPING PIPING DRILLED HOLE FOR TOUCHREAD PIT LID (SEE -A) Li ui JI IN UNIMPROVED RIGHT OF JI WAY INSTALL METER BOX AT PROPERTY LINE WITH 12" w • LONG COPPER TAILPIECE. w . " MAXIN o I SIDEWALK a 12 M FINISH GRADE _ _ _ - ? ¢ ef TOUCHREAD WATER - - > METER TO BE o u SUPPLIED BY THE 12 Z xa 36 MIN COVER n CITY M,> TYPE "K" SOFT b O COPPER TUBING " 22-1/2' /// NEW DUCTILE IRON WA7ERMAIN 7SERVICEHOUSE IS 3/4" OR 1" THE FUTURE 7 GALVANIZED 33 OR 44 FIDT PLUG xCOMESSONUPLING LOOP DOWN TO CENTERLINE OF WATER MAIN. TO PROVIDE SLACK IN COPPER' COPPERSETTER FOR 5/8"x3/4" METER: FORD SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WC0033, OR MUELLER: B-1427-3/4 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP. FORD TAPERED THREAD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR (CC). PACK JOINT McDONALD BRASS: 21-415WCOO44, OR MUELLER: B-1427-1 (3/4" F1OOO-3-G) OR AY MCDONALD 47010 BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER. (1" F1OOO-4-G) OR AY MCDONALD 47010 PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL PACK -JOINT FITTINGS SHALL BE WITH GRIPPER. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL -BE CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. A— A DRILL 1-5/8" DIA. HOLE FOR AMR (AUTOMATIC METER READ) TOUCHREAD DEVICE L — — — 2-1/2" MIN. FROM NEAREST AND FRONT EDGE OF PIT LID I TYPICAL RIB NOTE: J THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. 3/4" & i" WATER SERVICE GlCY p� ADOPTED CITY OF RENTON ~ _ + STANDARD PLANS LST DATE:O4/04 DATE REVISION BY APPR DWG. NAME: BR41 SP PAGE: B106 15"x27" PLASTIC METER BOX EQUAL TO MID -STATES PLASTIC, INC. BCF SERIES MSBCF 1527-18 WITH 1.75" THICK DUCTILE IRON DIAMOND PLATE COVER 16"x27" EOUAL TO MID -STATES PLASTICS, INC. MSCBC-1527-R WITH 1-5/8" DRILLED HOLE FOR TOUCHREAD PIT LID (SEE DETAIL A -A) 9" MIN 12" MAX LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER SERVICE LINE TO METER. CORPORATION STOP. FORD TAPERED THREAD (CC). PACK JOINT (3/4" 71000-3-G) (1" F1000) CITY PIPING FINISH GRADE CITY OF RENTON _ X z_I STANDARD PLANS 36" MIN COVER J - - O N o v PROPERTY LINE WITH 12" 22 -1/2 - w• w NEW DUCTILE SIDEWALK 0_I af IRON CC,- WATERMAIN / LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER SERVICE LINE TO METER. CORPORATION STOP. FORD TAPERED THREAD (CC). PACK JOINT (3/4" 71000-3-G) (1" F1000) CITY PIPING TOUCHREAD WATER METER TO BE --112" MIN SUPPLIED BY THE CITY TYPE "K" SOFT / COPPER TUBING IF SERVICE LINE TO HOUSE IS TO BE INSTALLED IN THE FUTURE INSTALL FORD C14-33 OR 44 FIDT x COMPRESSION COUPLING COPPERSETTER FOR 5/8"x3/4" METER: FORD VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCO033, OR MUELLER: B-1427-3/4 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVEON OUTLET COPPERSETTER FOR 1" METER: FORD VH72-15W-44-44G, OR McDONALD BRASS: 21-415WC0044, OR MUELLER: B-1427-1 BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER. PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL PACK -JOINT FITTINGS SHALL BE WITH GRIPPER. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. PRIVATE PIPING 3/4" OR 1" GALVANIZED PLUG ADRILL 1-5/8" DIA. HOLE FOR TOUCHREAD DEVICE 2-1/2" MIN. FROM NEAREST r — AND FRONT EDGE OF PIT LID I I RIB J NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. 3/4" & 1" WATER SERVICE Z_ x , a �> � o0 N 1) U ADOPTED CITY OF RENTON dIN UNIMPROVED RIGHT OF z_I STANDARD PLANS WAY INSTALL METER BOX AT J PROPERTY LINE WITH 12" LONG COPPER TAILPIECE. w• w SIDEWALK 0_I af CC,- CIL TOUCHREAD WATER METER TO BE --112" MIN SUPPLIED BY THE CITY TYPE "K" SOFT / COPPER TUBING IF SERVICE LINE TO HOUSE IS TO BE INSTALLED IN THE FUTURE INSTALL FORD C14-33 OR 44 FIDT x COMPRESSION COUPLING COPPERSETTER FOR 5/8"x3/4" METER: FORD VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCO033, OR MUELLER: B-1427-3/4 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVEON OUTLET COPPERSETTER FOR 1" METER: FORD VH72-15W-44-44G, OR McDONALD BRASS: 21-415WC0044, OR MUELLER: B-1427-1 BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER. PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL PACK -JOINT FITTINGS SHALL BE WITH GRIPPER. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. PRIVATE PIPING 3/4" OR 1" GALVANIZED PLUG ADRILL 1-5/8" DIA. HOLE FOR TOUCHREAD DEVICE 2-1/2" MIN. FROM NEAREST r — AND FRONT EDGE OF PIT LID I I RIB J NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. 3/4" & 1" WATER SERVICE Z_ x , a �> � o0 N 1) U ADOPTED CITY OF RENTON f f STANDARD PLANS LST DATE: 2/04 DWG. NAME: BR41—TR SP PAGE: 8106 CEMENT CONCRETE CURB AND GUTTER 3/6" PREMOIDED JOINT FILLER I � I I 5' 0" R r� R. � 5'-0" R. 4'-8 1/4" 5" ` 5 4' - 8 1/4" CATCH BASIN FRAME AND GRATE GUTTER PAN (NOT INCLUDED IN BID ITEM) PLAN VIEW CATCH BASIN GUTTER, PAN 2'-8" SLOPE GUTTER PAN DOWN TO FRAME 5 1/2" AND GRATE MATCH t /2" R. 1" R. ROADWAY SLOPE 1 RECESS • ° ••. 06 1/2" D • D ADJUSTMENT SECTION p (NOT INCLUDED IN BID ITEM) _ D SECTIONAO 5" TOP OF 1/2" R. /— ROADWAY i .D • VARIES 'D CATCH BASIN OR INLET ,• It, ' (NOT INCLUDED IN BID ITEM) D 6 1/2- 5 1/2" 1/2" R. V MATCH ROADWAY SLOPE • p 1/2" R. .D D Tcp Or •'D , p' ROADWAY f VARIES r SECTION OB CEMENT CONCRETE CURB AND GUTTER PLAN SHEET 1 OF 1 Y p� ADOPTED CITY OF RENTON STANDARD PLANS DATE: 12/17/2002 DWG. NAME: F01A SP PAGE: F -1a CONTRACTION JOINT IN SIDEWALK ONLY EXPANSION JOINT IN BOTH CURB AND SIDEWALK JOINT AND FINISH DETAIL SLOPE ROUNDING VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK VARIES ^- 6' - 0" MIN. (SEE CONTRACT) 1/2" R. (TYP.) L + 2% 1/4" PREMOLDED JOINT FILLER CEMENT CONCRETE SIDEWALK ADJACENT TO CURB BROOMED FINISH 4" WIDE, SMOOTH /% TROWELED PERIMETER CEMENT CONCRETE CURB (CURB AND GUTTER SHOWN) NOT INCLUDED IN BID ITEM CURB NOT INCLUDED IN BID ITEM. CEMENT CONCRETE SIDEWALK SHEET 1 OF 3 - Y 0� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 03/2004 DWG. NAME: F03 SP PAGE: F-3 V— 0" MIN.1 6-1 SIDEWALK VARIES — 6' — 0" MIN. (SEE CONTRACT) 1/2" R. (TYP.) — n� 2 % S� _ CSP 8., SEE RAISED 1/4" PREMOLDED EDGE DETAIL JOINT FILLER CEMENT CONCRETE SIDEWALK WITH RAISED EDGE SLOPE ROUNDING VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK 6'1 VARIES ^- 6' — 0" MIN. (SEE CONTRACT) 1/2" R. (TYP.) 2% 2% SEE CURB FACE DETAIL --� MONOLITHIC CEMENT CONCRETE CURB AND SIDEWALK SLOPE ROUNDING VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK VARIES ^- 5' — 0" MIN. V (SEE CONTRACT) 1/2" R. (TYP.) 2% 2% CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP BUFFER STRIP RIES — 3' — 0" N (SEE CONTRACT) CURB NOT INCLUDED N BID ITEM CURB NOT INCLUDED IN BID ITEM CEMENT CONCRETE SIDEWALK SHEET 2 of 3 ADOPTED CITY OF RENTON STANDARD PLANS N -T IST DATE: 03/2004 DWG. NAME: F03 SP PAGE: F-3 112" R. NOTE: EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE RAISED EDGE RAISED EDGE DETAIL WALL OR BARRIER SIDEWALK V-1 /2" R. p [�C? D cL 1/4" PREMOLDED JOINT FILLER SIDEWALK ADJACENT TO WALL DETAIL 3 P� TO PREMOLDED JOINT FILLER EO EXPANSION JOINT SEE CONTRACTION JOINT -- FACE OF CURB 1" i— 1" R. TOP OF ROADWAY 12„ 8" 6 1/2" NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION JOINTS TO INCLUDE CURB (FULL DEPTH) CURB FACE DETAIL z 1 /8" TO 1/4" D � D CO CONTRACTION JOINT CEMENT CONCRETE SIDEWALK SHEET 3 of 3 Y p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 03/2004 DWG. NAME: F03 SP PAGE: F-3 DRIVEWAY \� (BY OTHERS) CEMENT CONCRETE DEPRESSED SIDEWALK CURB & GUTTER (SEE NOTE 3) TYPE 3N ISOMETRIC VIEW SEE SHEET 5 DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) DRIVEWAY (BY OTHERS) CEMENT CONCRETE DEPRESSED CURB & GUTTER CURB &GUTTER (SEE NOTE 3) (SEE NOTE 3) TYPE 4 — ISOMETRIC VIEW SEE SHEET 6 lur CEMENT CONCRETE CURB &GUTTER (SEE NOTE 3) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3; & 4 Sheet 2 of 6 Y 0 ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 03/2004 DWG. NAME: F04 SP PAGE: F-4 ,11 DRIVEWAY (BY OTHERS) "' CEMENT CONCRETE CURB & GUTTER (SEE NOTE 3) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) Jli CEMENT CONCRETE DEPRESSED SIDEWALK CURB & GUTTER (SEE NOTE 3) 04 TYPE 3 - ISOMETRIC VIEW SEE SHEET 5 DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) DRIVEWAY (BY OTHERS) CEMENT CONCRETE DEPRESSED CURB & GUTTER CURB &GUTTER (SEE NOTE 3) (SEE NOTE 3) TYPE 4 - ISOMETRIC VIEW SEE SHEET 6 EEE� FATS IRLl/ICIl1N IAV 4PPR' CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 2 of 6 ec,ADOPTED CITY OF RENTON STANDARD PLANS IST DATE: 03/2004 DWG. NAME: FO4 SP PAGE: F-4 (TYF �L L RAMP WITH 12H:1V , SEE NOTE 1 CEMENT CONCRETE SLOPE (TYP.)CURB & GUTTER PLAN VIEW B (SEE NOTE 3) PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 1 NOT TO SCALE 6'-0" VARIES — 14' MIN. 6'-0" RAMP (SEE CONTRACT) RAMP CEMENT CONCRETE PEDESTRIAN CURB (TYP.) io /y io CEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.) SIDEWALK O SECTION (SEE STD. PLAN F-3) 6'-0' 6'-0- 1/2" '-0` 1/2„ R (TYP) VARIES 27 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) /DRIVEWAY SECTION O (BY OTHERS) f1ATP- 1 RFl/ICI(1N RY IAIDIDPIJ YP.) CONTRACT) ) IENT CONCRETE SIDEWALK 7 X� 7 DEPRESSED CURB & GUTTER (SEE NOTE 3) CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 GST Y � t DWG. NAME: FO4 Sheet 3 OF 6 ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 03/2004 SP PAGE: F-4 6'-0" VARIES 14' MIN. (SEE CONTRACT) 6'-0" 3/8" EXPANSION (SEE STD. JOINT PLAN F-3) CEMENT CONCRETE PEDESTRIAN (WHEN S (SEE STD.. CURB (' IN D LAN F-1 PLAN CEI' �j 1 I I RAMP WITH 12H:1V , SEE NOTE 1 CEMENT CONCRETE SLOPE (TYP.)CURB & GUTTER PLAN VIEW B (SEE NOTE 3) PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 1 NOT TO SCALE 6'-0" VARIES — 14' MIN. 6'-0" RAMP (SEE CONTRACT) RAMP CEMENT CONCRETE PEDESTRIAN CURB (TYP.) io /y io CEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.) SIDEWALK O SECTION (SEE STD. PLAN F-3) 6'-0' 6'-0- 1/2" '-0` 1/2„ R (TYP) VARIES 27 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) /DRIVEWAY SECTION O (BY OTHERS) f1ATP- 1 RFl/ICI(1N RY IAIDIDPIJ YP.) CONTRACT) ) IENT CONCRETE SIDEWALK 7 X� 7 DEPRESSED CURB & GUTTER (SEE NOTE 3) CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 GST Y � t DWG. NAME: FO4 Sheet 3 OF 6 ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 03/2004 SP PAGE: F-4 3/8" EXPANSION JOINT (TYP. (SEE STD. PLAN F-3) CEMENT CONCRETE SIDEWALK CEMENT CONCRETE CURB & GUTTER (SEE NOTE 3) PLAN VIEW PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 2 NOT TO SCALE VARIES — 6" to 0 7'-6" VARIES — 14' MIN. ( DRIVEWAY TAPER SEE CONTRACT) VARIES — 2' 6" to 0 I CEMENT CONCRETE SIDEWALK SECTION CO 4'-0" 1/2" R (TYP.) 2% � 3/8" EXPANSION JOINT _ DRIVEWAY (TYP•) (SEE STD. PLAN F-3) (BY OTHERS) DRIVEWAY ENTRANCE SIDEWALK (TYP.) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) DRIVEWAY DRIVEWAY ENTRANCE ENTRANCE SIDE SLOPE I SIDEWALK VARIES VARIES — 5'-0" to 0 0 TO 7'-6" 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) 6'-0" DEPRESSED i° CURB &GUTTER (SEE NOTE 3) SECTION OD f)ATP7 I RFl/ICI(1NI I my AQDP' A CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 4 OF 6 Y p� ADOPTED CITY OF RENTON ♦AM t STANDARD PLANS IST DATE: 03/2004 DWG. NAME: FO4 SP PAGE: F-4 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) \ CEMENT CONCRETE SIDEWALK VARIES - 14' MIN. (SEE CONTRACT) r X Y 3' 0" 13' 1" 4. 0" 10' 9" 5' 0" 7' 8" 0 J�- �y OI � Jx w V7 � F 4 .1x F X BUFFER STRIPSEE NOTE 1 _ E 2 6" 2 6" N& GUTTER (TYP.) CURB Y - BID ITEM (SEE NOTE 3) - DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) PLAN VIEW - CEMENT CONCRE�DRIVEWAY ENTRANCE TYPE ENTRANCE TYPE 3 NOT TO SCALE . DRIVEWAY 5'-0" 6'-0" (BY OTHERS) 1/2" R (TYP.) o 2% 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) SECTION O DEPRESSED CURB & GUTTER (SEE NOTE 3) VARIES - VARIES - VARIES - 14' MIN. 2'6" to 0 2'6" to 0 (SEE CONTRACT) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) VARIES 6" to 0 BUFFER STRIP '° - 1O (TYP.) m SECTION O CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 5 OF 6 �lRY p� ADOPTED CITY OF RENTON + + STANDARD PLANS N T 82 LST DATE: 03/2004 nATP7 I RP\nclnNl I av IApppJ DWG. NAME: F04 SP PAGE: F-4 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) ILI DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) BID ITEM VARIES — 14' MIN. (SEE CONTRACT) 0 SEE NOTE 1 CEMENT CONCRETE H CURB & GUTTER (SEE NOTE 3) PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 4 NOT TO SCALE VARIES 6'-0" to 0 I VARIES ^- 14MIN. I VARIES 6'-0" to 0 (SEE CONTRACT) DRIVEWAY ENTRANCE VARIES 6`' to 0 SIDE SLOPE (TYP.) 0 0 0 3/8" EXPANSION JOINT (TYP.) SECTION O (SEE STD. PLAN F-3) 6'-0" DEPRESSED 1/2" R (TYP.) fO� CURB & GUTTER (SEE NOTE 3) DRIVEWAY (BY OTHERS) SECTIONHO f1GTF I RFVICI(1f l IAV AQmp' CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 G~� Y DWG. NAME: FO4 Sheet 6 OF 6 ADOPTED CM OF RENTON STANDARD PLANS LST DATE: 03/2004 SP PAGE:F-4 bANU-11 bfh OR APPROVE[ v^ MOUNTING ON METAL POLE 4"x4" PRESSURE TREATED POST 12' TYPICAL OR AS REQUIRED 2' MIN. TOI EDGE OF SIGN 7' MIN TO BOTTOM OF SIGN EDGE OF TRAVELED ROADWAY 30'� go. 3' FOR REFLECTORIZED SIGNS: MOUNT FACING 3' OUTWARD IF SIGN IS WITHIN 30 FEET OF ROADWAY SIGN FACE ORIENTATION 5/16"x2-1/2" GALVANIZED LAG SCREWS WITH GALVANIZED WASHERS. 30" MIN, REPLACE TO MATCH EXISTING ADJACENT MATERIAL COMPACTED SELECT.FILL MATERIAL MOUNTING ON WOOD POST SIGN MOUNTING ON SINGLE WOOD OR METAL POST n*vv ADOPTED CTTY OF RENTON STANDARD PLANS LST DATE: 10/30/96 DWG. NAME: GR01 SP PAGE: G021 5" + 2-1/2" 1-1/2 T STD 90' BRACKET OR 360' ADJUSTABLE BRACKET IF REQUIRED. PIPE CAP 2" GALVANIZED STEEL PIPE - a CEMENT 1-1/2' CONCRETE CLASS 'B' 3' 5/8th 1-1/2' MINUS CRUSHED ROCK 42" MAX 24" MIN M 8'- 6' 2' MIN CLEARANCE FROM FACE OF CURB. 10' MIN CLEARANCE IF NO CURB. , GROUND MOUNTED STREET NAME SIGNS G1ZY o� ADOPTED CITY OF PENTON STANDARD PLANS LSI' DATE: 10/30/96 DWG. NAME: GRO3 SP PAGE: G024 42" MAX 24" MIN 1 5" 1 2-1/2" 1 1 -1/2'1 - STD 90' BRACKET OR 360' ADJUSTABLE BRACKET IF , REQUIRED. PIPE CAP 2" GALVANIZED STEEL PIPE 8'-6' CEMENT 1-1/2' CONCRETE CLASS 'B' 3' 5/8th 1-1/2' MINUS CRUSHED ROCK Im 2' MIN CLEARANCE FROM FACE OF CURB. 10' MIN CLEARANCE IF NO CURB. GROUND MOUNTED STREET NAME SIGNS G��Y p� ADOPTED ��i CITY OF RENTON ♦ �!/ � STANDARD PLANS ]v T �$ LST DATE: 10/30/96 DWG. NAME: GR03 SP PAGE: G024 I C CENTER LINES • ® • • • • • • • • • ® • • • • • • • •--L4 • ® • • • • • • • • ® • • • • • • • • f 4" YELLOW TYPE 'I' 30' LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) 9' 15' ----� 3' OV 4" YELLOW TYPE 'I' a LINE MARKERS ' SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REEL.) � I � IL TWO-WAY LEFT TURN LANE ® • • • • • • . • • • • • • • • m • • • • • • • • • 0--T �— 9' -- 15' -� -� 3 I 12' 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) 4" YELLOW TYPE 'I' LINE MARKERS ® • • • • • • • ® • • • • • • • • • • • • • • • • • • ® • • • NUMBER OF 2 -WAY LEFT TURN ARROWS CHANNELIZATION MARKERS DETAIL GtiZl' p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 10/30/96 DWG. NAME: HR -01 SP PAGE: H001 SPEED LIMIT 25 MPH ----- 200' O.C. woot SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. CHANNELIZATION MARKERS DETAIL GtiZl' p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 10/30/96 DWG. NAME: HR -01 SP PAGE: H001 APPROACH LINE V-8„ } 34" WHITE TYPE 'I' 24 LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) SKIP APPROACH LINE (-- 9' --�— 15' 3' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) LANE LINE 4" �-- 9' 15' 3' v 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) CHANNELIZATION MAKERS DETAIL �1RY p� ADOPTED Crff OF RENTON STANDARD PLANS LST DATE: 10/30/96 DWG. NAME: HR -02 SP PAGE: H002 NUMBER AND LOCATIONS OF ARROWS OR 'qkW APPROACH LINE LENGTH ARROW LOCATIONS 20'-50' 1 ARROW (20' BAC -K FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE) 125'-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS OVER 300' AT 100' INTERVALS SKIP APPROACH LINE (-- 9' --�— 15' 3' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) LANE LINE 4" �-- 9' 15' 3' v 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) CHANNELIZATION MAKERS DETAIL �1RY p� ADOPTED Crff OF RENTON STANDARD PLANS LST DATE: 10/30/96 DWG. NAME: HR -02 SP PAGE: H002 CURB LANE LANE LANE CURB LANE CENTER CENTER IN IN LANE I LANE I I I t I I I I I i 10' I I I I I I I I I I i I I I 24" i II 8"(TYP.)-STRIPE 6"MIN.(TYP.) 8"(TYP.)-OPEN j I (TYP.) ( 8' (TYP.)—STRIPE CONCRETE LANE I LANE GUTTER LINE I LINEr1i 1 M M I I M —TIRE ( TIRE ( TIRE I TIRE TRACKS TRACKSJ TRACKS TRACK TYPICAL 4 -LANE ROADWAY CONFIGURATION NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. Thermoplastic/Painted Crosswalk G1ZY p� ADOPTED CTTY OF RENTON STANDARD PLANS NT IST DATE: 04/01/1990 DWG. NAME: HR -13 SP PAGE: HO12 TYPICAL DESIGN 'B' JUNCTION BOX SPLICE KITS CLEAR EPDXY SPLICE KITS ON ALL THRU WIRE RUNS 4" CONCRETE PAD - #8 BARE COPPER GROUND WIRE 1 #8 GROUND WIRE - 2 - LIGHTING SYSTEM - WIRES TO CONTACTOR (SIZED AS REQ'D.) 5/8"x8' COPPER CLAD GROUND ROD FUSE KITS QUICK DISCONNECT 10 AMP IN LINE FUSE KITS S,E.C. OR EQUAL GROUND LUG 2" MIN. GROUT UNDER POLE BASE 5" 9.. GROUND CLAMP TO LUMINAIRE I 1/4" MINIMUM DRAIN HOLE _ II II II 4 II -PVC CONDUIT SYSTEM. CONCRETE FOUNDATION 3' SO. OR DIA. 106/25/031 ADDED #8 GROUND WIRE I JA ' CH TOP OF CONCRETE FOUNDATION TO BE LEVEL WITH TOP OF SIDEWALK OR CURB. TYPICAL LIGHTING UNDERGROUND SYSTEM ADOPTED CITY OF RENTON STANDARD PLANS LSP DATE: 12/96 DWG. NAME: JR -06 SP PAGE: J007 7' ♦° , 0 0 0 3 o o` CD J STREET LIGHT POLE PLAN VIEW NCTION BOX SIDE VIEW LIGHTING STANDARD & JUNCTI-ON BOX NOTE: CLASS `B' CONCRETE TO BE USED IN CONSTRUCTION OF PAD 4" DEEP PLAN VIEW 1 _ 1' INDIVIDUAL JUNCTION BOX CONCRETE PAD DETAILS Ul�Y p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 10/30/96 DWG. NAME: JR -07 SP PAGE: JOOS ed e' ° v e O o d O O e o a d 'o v ° e v e v. PLAN VIEW CONDUIT ENTR. AREA 4-1 /2"X16"GALVANIZED ANCHOR BOLTS (TYP) N e II v 11 II v' v d SIZE TO FIT SIZE TO FIT CABINET CABINET FRONT VIEW SIDE VIEW CABINET FOUNDATION CABINET EQUIPMENT 1. PIN TUMBLER -TYPE STAINLESS STEEL BEST CORE LOCK (OR EQUAL) KEYED FOR CX -1 WITH 2 KEYS 2. 4-1/2"X16" GALVANIZED ANCHOR BOLTS W/NUTS AND WASHERS 3. 4-1/4" TRIANGULAR SHAPED CORNER LOCK -DOWN PLATES 106/25/031 REMOVED DETAILS, EDITED NOTES. IJA I CH I G. L. STREET LIGHT CONTACTOR FOUNDATION ADOPTED CITY OF FMON STANDARD PLANS LST DATE: 03/2004 DWG. NAME: JR -09 SP PAGE: J010 MOUNTING HEIGHT 15 FEET i 1=3/4" TO 2" 2" TO 2-7/8" 2-1/2„ TO 3" DECAL: REFLECTORIZE.D GOTHIC GOLD OR WHITE LEGEND ON BLACK BACKGROUND INSTALL DECAL NUMBERS VERTICALLY INSTALL IN DRY WEATHER, 50' F OR ABOVE. NUMBERING EXAMPLES D----P 5 6 7 8 LETTER LETTER PREFIXED SUFFIXED PUGET POWER CITY OWNED OWNED Off, l qC' F 45' TRAFFIC FLOW PLAN VIEW STREET LIGHT STANDARD DECAL NUMBERING SYSTEM �tiZY p� ADOPTED CITY OF PENTON STANDARD PLANS LSP DATE: 12/96 DWG. NAME: JR -09A SP PAGE: J009 TEST SWITCH TERMIN BLOCK STREET LIGHTING CONTACTOR CABINET WIRING SCHEMATIC TYPE III SERVICE 120/240 VOLT LUMINAIRE WIRING COLOR CODE A. WHITE JACKET (NEUTRAL) B. BLACK JACKET (LINE) C. GREEN JACKET (GROUND) D. RED JACKET (LOAD) E. GREEN OR BARE WIRE (GROUND) OUND STREET LIGHTING CONTACTOR CABINET SCHEMATIC ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 10/30/96 DWG. NAME: JR -10 SP PAGE: J011 48" 4" 16" MIN. 14" 100 AMP PANEL WITH BRANCH 2" MALE FEMALE BUSHINGS PL CELL TERM. STRIP BREAKERS AS REQ'D -RACEWAY WI TH REMOVABLE COVER I� 6„ 0- TYPE TYPE III SERVICE CABINET TYPE III SERVICE CABINET GtiZZ' p� ADOPTED CUT OF RENTON STANDARD PLANS LST DATE: 10/30/96 got o n1 DWG. NAME: JR -11 SP PAGE: J012 100 A LTG. MAIN I 3, LTG. LTG. 1 4 LTG. I GFI 2 CON. SIG. I NEUTRAL o TEST GFI SWITCH RECEPT. LIGHTING CONTACTORS AS REQ'D SERVICE FEEDERS EI Fq 100 AMP PANEL WITH BRANCH 2" MALE FEMALE BUSHINGS PL CELL TERM. STRIP BREAKERS AS REQ'D -RACEWAY WI TH REMOVABLE COVER I� 6„ 0- TYPE TYPE III SERVICE CABINET TYPE III SERVICE CABINET GtiZZ' p� ADOPTED CUT OF RENTON STANDARD PLANS LST DATE: 10/30/96 got o n1 DWG. NAME: JR -11 SP PAGE: J012 1/81, -mom i„„ LOAD LINE i i/I" vv i uivv i�nvv� (— 11 r- r I/ 1-r EPDXY FILL INLINE SPLICE rnrwv rii i VV TL J)rLl�,t 1/8" SPLICE KIT FUSE HIT & SPLICE HIT DETAILS GSSY p� ADOPTED CITY OF RENTON f � ,Sl STANDARD PLANS �'NTO LST DATE: 11/5/96 BY PPR D DWG. NAME: JR -12 SP PAGE: J013 LOOP NUMBERING SYSTEM 23 0 # LOOP NUMBER (PHASE COUNTING FROM NUMBER) STOP BAR BACK AND FROM INSIDE LANE TO OUTSIDE LANE 0 #1 EACH PAIR OF LOOP WIRES AND EACH LOOP RETURN CABLE SHALL BE TAGGED IN EACH JUNCTION BOX WITH A DURABLE, MOISTURE RESISTANT TAG APPROVED BY THE ENGINEER 21 26 04 22 24 #1 26 #2 02 21 23 25 05 51 52 DETECTOR NUMBERING SYSTEM �tiTY p� ADOPTED CITY OF FMON STANDARD PLANS LST DATE: 12/96 DWG. NAME: JR -27 SP PAGE: J034 LOOP RETURN NUMBERING SYSTEM RETURN CABLE TO HAVE SAME MARKING AS THE FIRST LOOP CONNECTED TO IT. EXAMPLE: 11 12 RETURN CABLE #11 864 #2 06 863 LOOP 862 #1 DETECTOR 861 852 05 LOOP 857 DETECTOR #2 846 N.B. 845 #3 43 04 431 844 S.B. LOOP 843 #2 CALL DETECTOR 842 S. B. #1 41 841 #1 �A� n821 Ln 822 02 DETEOCTOOR 21 26 04 22 24 #1 26 #2 02 21 23 25 05 51 52 DETECTOR NUMBERING SYSTEM �tiTY p� ADOPTED CITY OF FMON STANDARD PLANS LST DATE: 12/96 DWG. NAME: JR -27 SP PAGE: J034 J. B. m J Ll o S Q J U I- N LEAD—IN CABLE 2/C SHLD. METAL TAPE OR SHIELD TWO LAYERS OF SPLICING COMPOUND TAPE & ONE LAYER OF FRICTION TAPE mns rLUVV 0 J U L� \ L U N Q J r 'r THREE LAYER VINYL ELEC. TAPE & PROTECTIVE COATING t'l /2" FSELDTMANOUAL, 1985 Ref: ITE TRAFFIC DETECTOR LOOP WIRES COMPRESSION AND SOLDER CONNECTION INDUCTION LOOP WIRING AND LOOP SPLICING DETAILS �1RY p� ADOPTED CITY OF RENTON STANDARD PLANS IST DATE: 11/5/96 BY PPR D DWG. NAME: JR -33 SP PAGE: J038 FA T VAR. I VAR. LOOP WIRES 1 1/2" + X2 1/2" :;I CRAFCO TYPE RUBBERIZED U-.. ASPHALT LOOP SEALANT A -A B -B X = 1/2" OF DEPTH FOR EACH TWISTED PAIR NOTE: TWIST EACH PAIR 2 TURNS PER FOOT FROM PULL BOX TO END OF LOOP. —HREE TURNS OF WIRE IN EACH LOOP, AS SHOWN ON DETECTOR SCHEDULE, OR AS DIRECTED BY THE ENGINEER. INSTALLATION AND. TESTING TO CONFORM WITH STANDARD SPECIFICATION. INDUCTION LOOP DETAIL ADOPTED 0117 OF PENTON STANDARD PLANS LST DATE: 11/5/96 DWG. NAME: JR -34 SP PAGE: J039 TYP ME CONC. • 1 R/W LINE SIDEWALK CURB (� ROADWAY CURB SIDEWALK R/W LINE 10' MIN. CLEARANCE FROM DRIVEWAY ALTERNATE PLAN VIEW 2' TO 4' OVERHANG 1 -2 H FACEOF CURB TO CENTER SL R OF POLE CLJ ROADWAY SIDEWALK PLANTER STRIP---/ kf STREET LIGHT CONDUIT TRENCH DEPTH 24" TYPICAL STREET LIGHT FOUNDATION LOCATION H 25' 1 30' 1 35' 1 40' �- SL 18'-3" 23'-3" 28'-3" 33'-3" T 0.188 0.188 0.219 0.219 2' TO 4' TAPERED ALUM. POLE 'T' WALL OVERHANG ALLOY 6063-T6 SATIN GROUND FINISH 'H' �HANDHOLE 4"x6" OPENING W/COVER & S.S.SCREWS GROUND LUG INSIDE POLE INSIDE POLE 1'-6" STREET LIGHT CONDUIT TRENCH DEPTH 24" 1'-2"-ff ALTERNATE STREET CROSS SECTION 'SL LIGHT BASE AND JUNCTION BOX LOCATIONS �tiZY p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 12/96 DWG. NAME: JR -35 SP PAGE: J014 PLAN VIEW H S U- K I ELEVATION VIEW Z_ X Q d J X cD 00 X E- Q Q BELL ENDS cv "' ON CONDUIT 6" GRAVEL PAD COMPACTED TYPICAL JUNCTION BOX INSTALLATION DETAILS NOTES LEGEND DETAIL 1"Nom 11"Nom I C TELEMETRY I � I I n o 22 1 2" before forming letters. LT"Nom- LL- iE E L I 28" PLO-m. 13" 14" ILLUMINATION PLAN VIEW H S U- K I ELEVATION VIEW Z_ X Q d J X cD 00 X E- Q Q BELL ENDS cv "' ON CONDUIT 6" GRAVEL PAD COMPACTED TYPICAL JUNCTION BOX INSTALLATION DETAILS NOTES LEGEND DETAIL 1"Nom 11"Nom SIGNALS LIGHTING . (Mork L TS -LT TS1.1 Nom TELEMETRY 22" TRAFFIC SIGNAL SYSTEM LEGEND Form Letters with 1/8" Weld 17" Bead. Grind off Diamond Pattern 22 1 2" before forming letters. LT"Nom- 18" 19" 28" PLO-m. 13" 14" ILLUMINATION SYSTEM LEGEND 7�1.�1.3/16, m TYPE 'I' BOX 0 TYPE 'II' BOX 1"Long PLAN SYMBOLS HOOK DETAIL (2 Hooks per Lid) JUNCTION BOX DIMENSION TABLE Y ITEM > BOX TYPE TYPE 1 ALTERNATE A ALTERNATE B TYPE 2 A Box Outside length 22" 22" 33" B Box Outside Width 17" 17" 22 1 2" C Box Inside Length 18" 19" 28" D Box Inside Width 13" 14" 17" E Lid Length 18". 18" 26 1/2" F Lid Width 13" 13" 17" G Box Depth 12" 12" 12" H Lid & Frame Depth 5/16" 5 16" 5Z J Wall Thickness (Min.) 1 112" 1 1/2" 1 1 2" K Wire Reinforcement W-3 W-2.5 W-2.5 L Legend See Detail See Detail See Detail 1. All dimensions ore minimum. Exact configurations vary among different manufacturers. 2. The noted lid thickeners overall minimums. The Diamond Pattern for Type 1 or Type 2 r boxes shall be 28% minimum of overall thickness.. a 3. Lid support members shall be welded to the frame. 4. 4000PSI concrete is allowed if box reinforcement consists of 6 X 6 W3 X W3 welded wire fabric welded to the frame. 5. When noted in the contract. .Type 2 and Type 3 Boxes shall be provided with 12" deep extension boxes. 6. When noted in the contract. Type 2 Boxes shall be provided with a 10' X 27 1/2" 10 gage divider plate complete with fasteners. ITEM MATERIALS Box 6000 PSI concrete See Notes Frome Diamond Plate Steel - A786 Lid Support 1 8"Min. Thick Steel C, L or T. - A36 Lid Diamond Plate Steel - A786 Anchors Steel Wire or Tee Plate Reinforcement ASTM A-82 Steel 'GALVANIZED STEEL JUNCTION BOX DETAILS 7. Non -concrete Boxes may be submitted for approval. Evaluation will include on H-20 Load Test. ASSY O� ADOPTED CITY OF RENTON STANDARD PLANS ��'NT�$ LST DATE: 11/5/96 DWG. NAME: JR -36 SP PAGE: JO 16 TYPICAL LIGHT BASE AND JUNCTION BOX CONCRETE PAD ' 3- 0" 4•-- VARIABLE FRONT VIEW TYPICAL JUNCTION BOX `B' CONCRETE PAD SIDE VIEW e D Oo oD .21 eD —.", 0, -D L— J SIDE VIEW TYPICAL JUNCTION BOX `C' CONCRETE PAD 4„ I I D Oo p e0o D p Oo0 D D Oo D D D Oo ea o.. ..o ea .. aoad oe< edo.A :A <avad FRONT VIEW SIDE VIEW TYPICAL CONCRETE PAD DETAILS G1�Y p� ADOPTED CTfY OF RMON STANDARD PIANS IST DATE: 11/7/96 DWG. NAME: JR -36A SP PAGE: J015 ' a Oo D D D `F vava0 D O D °..O J FRONT VIEW SIDE VIEW e D Oo oD .21 eD —.", 0, -D L— J SIDE VIEW TYPICAL JUNCTION BOX `C' CONCRETE PAD 4„ I I D Oo p e0o D p Oo0 D D Oo D D D Oo ea o.. ..o ea .. aoad oe< edo.A :A <avad FRONT VIEW SIDE VIEW TYPICAL CONCRETE PAD DETAILS G1�Y p� ADOPTED CTfY OF RMON STANDARD PIANS IST DATE: 11/7/96 DWG. NAME: JR -36A SP PAGE: J015 DRIVEWAY (BY OTHERS) CEMENT CONCRETE PEDESTRIAN CURB (TYP.) CEMENT CONCRETE SIDEWALK DRIVEWAY (BY OTHERS). CEMENT CONCRETE SIDEWALK NOTES: CEMENT CONCRETE CURB & GUTTER (SEE NOTE 3) RAMP WITH 12H:1 V SLOPE (TYP.) DEPRESSED CURB & GUTTER (SEE NOTE 3) TYPE 1 - ISOMETRIC VIEW SEE SHEET 3 CEM. CONC. CURB & GUTTER (SEE NOTE 3) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) DEPRESSED CURB & GUTTER (SEE NOTE 3) TYPE 2 — ISOMETRIC VIEW SEE SHEET 4 1. When the driveway width exceeds 15 feet, construct a full depth expansion joint (see Standard Plan F-3) with 3/8" joint filler along the driveway centerline. 2. Construct expansion joints parallel with the centerline as required at 15' maximum spacing when driveway widths exceed 30'. See Std. Plan F-3 for sidewalk details. 3. Curb and gutter shown, see the Contract. Plans for the curb design specified. See Std. Plan F-1 for curb details. 4. Avoid placing drainage structures, junction boxes or other obstructions in front of driveway entrances. f1AT; I I RY APPR'fl CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 1 OF 6 Y 0� ADOPTED CITY OF RENTON a STANDARD PLANS jar i 0 LST DATE: 03/2004 DWG. NAME: F04 SP PAGE: F-4 APPROACH LINE 8" 3' 4" WHITE TYPE 'I' 24 LINE MARKERS 4" WHITE TYPE 'Ile'. LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF ARROWS APPROACH LINE LENGTHrOR ARROW LOCATIONS 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE) 125-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS OVER 300' AT 100' INTERVALS SKIP APPROACH LINE 148 9 15' 3' 4" WHITE TYPE '1' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) LANE LINE 4" 9 15 3' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) ' nnT� onncinni I ov In000'n CHANNELIZATION MAKERS DETAIL v1�Y p� ADOPTED A CITY OF RENTON ♦ + STANDARD PLANS �L NTO� LST DATE: 10/30/96 DWG. NAME: HR -02 SP PAGE: H002 "m CENTER LINES • ® • • • • • • • • • ® • • • • • • 1 •-L4> 30' 4" YELLOW TYPE '1' LINE MARKERS " DOUBLE YELLOW CENTER LINE 4YELLOW TYPE 'Ild'LINE MARKERS (REEL.) 9' 15 3' 4' YELLOW TYPE 'I' LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) TWO-WAY LEFT TURN LANE • • ® • • • • • • • • • • • • • • • ® 1 4„ �:9 1 0 0 15' * �,3,� 1 0 0 0 0--T 12' 4" YELLOW TYPE ''Ild' LINE MARKERS (REEL.) 4" YELLOW TYPE 'I' LINE MARKERS NUMBER OF 2 -WAY LEFT TURN ARROWS I nArc i 0[ Venni Dv iA000' CHANNELIZATION MARKERS DETAIL GtiTY o� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 10/30/96 DWG. NAME: HR -01 S° PAGE: H0011 SPEED LIMIT 25 MPH ----- 200' O.C. wooir SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. I nArc i 0[ Venni Dv iA000' CHANNELIZATION MARKERS DETAIL GtiTY o� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 10/30/96 DWG. NAME: HR -01 S° PAGE: H0011 W d wW a o- 0 N r CL—. I f >- Qr � U LLL I w S Z W U w Z g m U 1 En W Y of 1-- 7- 0 0 Q D U LL z 0 U U) W W Z :2 ZJZ O Z g0 �j W W _ E z - OZ" U O W Esi a M W Q c tnWO . I - T1 W Z � U cr �0 LLJ ZmaZ UWd N(nWV J a c N 02 c W O ASF=-� O~LL. w M W 0 m F- ~LLIW �ZZF- }avZ W O v W F- Q O N W cr—LL) z3 J cr- a- p W OQZQ� W 1- O Z 0 n ( § 4 § ( n § 2 z ■ \ M J 9 M � m �i ¥ ¥ z | J2� �2 m M 2 \ § p | `S» �■ ) o�■ X Q= o 2 a — k ) » § ( a / / rn (n M 2 k \||) ! nk � k j ° �2 k k f k j Z % k z )° $ �)g § m in Q $ � § k M -4 M � § * ¥ ¥ z 0/ M� §2 �$ T- \) k CO§ \ P } a§ (a§ �[ 00 q2 § m M 2 \ fCD M> ) @ § $ m C � $ k o 2 a — k ) » § ( a x § rn (n M 2 M ) 0 k $ \ < ( k j ( \ — \ k f k j Z % k / $ m � � \ F0 F /) m ) Sa cn 2 2 k£ ° 2 / �§ § < � ��•. I a mom I-Ucn au0 oom $§k »m0 0k §\ &f @ ¥ a § t -n §§ Cl) 0 (A sm m» ( §0■ $9 ;P m§. 00 Mm ) mmm )§.22 § �%§ e /tea �00 § gm § ^�0 §m 8 §]2 ( \� o op} o Zm z o z xm Oz c k§/ m m0 k @2 k §3 $ $§m ;K z 2k ) e® ` >z z §§ m \,n 0 Zd ( �m q °� z co> § m Ie / ) zm } 0. �> e $ $m m §§ § FEW �§ & IJ� \LLI |2 B 2 ■ - k X79 §o 0— §� � � \ §� CIL���§§ /B k i � B &�� Mee § �[ ! � a , q 2a « ( �. $ . ) 2� f� @ - , ( FEW �§ & IJ� \LLI |2 B 2 ■ - k X79 §o 0— §� � � \ §� CIL���§§ §■ �w k i � B &�� k q « ( �. $ � §� � ƒ �& ) k i » &�� � ƒ $o w W 1 R .. a b 9 fIl U � O --i m o �iwiu�ssona �m W VXMS YHVH :A9 NMVHC D 32IL O = tm ba �gU Cgg 40 F CD v = �g c a2 �O�rr ��oSc N �Wg�! $ Q o a % `� 5 a d `W gi f' 84a 4 fg'c E. -S9 Z n� m c S m Ri g LL n gEl' a Ca m� z .a a va t a Em g i �@ CD g g'Er7i'm a E'ai m`o 12 to �=z nae p : 6 W W J 0� 2 HE MCI s b 0 U <m�o m ��u O O OF W LL 0y z I i ..~ '� 1 OF OWLUR zm x v m U � FQ zCN ata s b 0 U u o a b o v b o o b o O" m �s� 5 >- s¢ O �. wU U 8pr- ] b ] 1 1 mvz,. m .o� �NiO m m ALL 9.8 0 o b FI a ?! gE m m� Y b LLNZ I r1Ls+11 FF U OIx1 / b F F b o b w b o b a b b w m E -9 E-9 Kc 6 Ey e g moo m� c~c a v� c w g LL c g ppeeE F m H o'8 v)Ims savw :as Wvaa $ m p g 'd c D _ � N i � t' LI N h � ii '! YI •1 7e H In H 7e N $�88$a Zow �2 4 t�W r ' y�W� 1 1Em� O1 A 8 eE 1 �� 1 OE E p O" m �s� 5 >- s¢ O �. wU U 8pr- ] b ] 1 1 mvz,. m .o� �NiO m m ALL 9.8 �W ivl a w 1 1 / c m,L 8a gE m m� Y E LLNZ I r1Ls+11 FF U OIx1 / E- m �� E �W/ m 4w q_a----- -------- Vr{ o E -9 E-9 Kc 6 Ey e g moo m� c~c a v� c w g LL c g ppeeE F m H o'8 v)Ims savw :as Wvaa $ m p g 'd c D _ --------------------------------------- Z r N {7 I[f m A 1 �2 O1 No mmW 1 CO 1 �� 1 � i q O" m �s� 5 >- s¢ O �. wU U 8pr- ] b ] 1 1 U 6 1 1 1 �W ivl a w 1 1 / m,L b 1 Z le— OR U�75� v LLNZ I r1Ls+11 FF U OIx1 / �U�p m 2 i � � �W/ m 4w q_a----- -------- Vr{ o 1 1 lr! v)Ims savw :as Wvaa 0 w --------------------------------------- W97 2Z 3 N $�88$a Zow �2 U m 1W H V. 01 ��\ H1WJ1560i!J ' &*'o O �2 O1 No mmW CO 1 �� 4 .s.�✓<., � i q O" m �s� 5 >- s¢ O �. wU U 8pr- ] b ] UU 0 YIo S5 �W ivl a w LL elm^ le— OR �O 4W m� ¢ '--------------- q_a----- -------- Vr{ o v)Ims savw :as Wvaa 0 w &*'o O V� �2 O1 No mmW CO 2fqSm�W1r�CWWr1 �_ D W IL Q LLI U D b l O" m O b Qg_ S �. wU U 8pr- ] b ] UU 0 YIo �W ivl a w V� �2 =a <W 2fqSm�W1r�CWWr1 �_ D W IL Q LLI WV` � l U e a m o 0 3 m e }d r d i E° S w i g �p� oaf PA SS a lu a e » �mrrJd mEi F s° �g" m a " o %off m » » 0 "o a vEELL �N LL E0 Oz mm N VQ �O p - ;.g �}yj CNIVMSSY� r F- W ;ai Z C4 l+f Y 1N 1G I� UFFg ;W W� 9V W W UI\� WFU W \ on \ � o O = Q - a y jr, 2� Vd d U oRp° F C Fum Z U a 6 i 2 b Q a e T�W-- mFosoW Ip b1lJ b 0 w + 1 OC Um ' a u�, UFFg ;W W� 9V W W UI\� WFU W \ on \ � o O = Q - a y jr, 2� Vd d U oRp° F C Fum Z U a 6 i 2 b S U q M W IL O = Q IL W S W d U oRp° F C Fum Z �I On �o i b Q a e S U q IIC LL O U 0U ED W S W d U oRp° F C Fum Z �I `u m B i s==o W HI S T�W-- mFosoW b 0 IIC LL U 0U ED SOP! p > Wm* C i s==o W HI WWF SFS ggN' YR S < € < m S �u 0 cUl ;vavx,� TT —f ? Q d Q O ol G � 0 =S OZ O n116, (L W m w wc', �Wr¢ NiVNISSOlYJ 1 t I bz 1 g 6� ° t I n I I I j Ca � /I I LLC I o1 I U C Z I Z = t05 i � t 6 / . U I / I I _ ------------------------------°2- U h U W a G � 0 =S OZ O n116, (L W m w wc', �Wr¢ NiVNISSOlYJ bz 1 g ° I � Ca W I Z I Z = t05 i y ' 0 N tyFtFy�� 8 U �7U U G w VAMS )rdVM :AB WVSO o 86° mp Oa0 q+ SEE s�uz 0 b O �bp OZ O n116, +a�aB 0 Fam bz 1 g ° IffW�W Ca n o 86° mp Oa0 q+ SEE s�uz 0 b O �bp OZ Z O vW�LL 0 Fam bz 1 g oU 2 Ib Ca WUZ0, Y U� m'o y t o� U $ c fG m a mz OQOQ b o� WFU d W IL M. m Zr = t� UWP W m c 0 JG �E Y lea a 0 U D CE' dun a� m O QM J m E fA 8 mw� lay W a-9 p C fa E SEE : ac =' LL a E� -e m g � U do p n Q 3 C! .a c S s � Q g ! O $ C4 vi 'i wi m a 133ULS MONIW 4 c 0 rco 1 m'o y O o� O� S fG s < �o FC mz OWWR Pf b o� WFU d W IL M. m Zr = t� UWP W w 0 JG Crg� N < m U D Zgpo � dun a� � O 2 U J „ n 5 � mw� lay W 7j2( �Gj � U �� Q g ! O W mn �oLD }ry n V U s a 133ULS MONIW 4 c 0 rco 1 vxmS HMVW 'A8 WAVW II'M m'o y O o� O� S fG s < �o FC mz OWWR Pf b o� WFU d W IL M. m Zr = t� UWP W w 0 JG Crg� N < m U D Zgpo � vxmS HMVW 'A8 WAVW II'M y O p_ O� S fG FC mz rA y�0 ! W IL M. m O W w 0 JG N q Zgpo � dun a� � O 2 U J „ n 5 � mw� lay W 7j2( �Gj � U �� 4 g ! O W mn �oLD lie VW �v n V U X2222 O O Apao O� S fG FC mz rA y�0 ! W � W O JG b 1^ Zgpo � dun a� � O 2 U J „ n 5 � mw� lay W 7j2( �Gj � U �� 4 •f O W mn �oLD lie VW �v n V U O Apao mC� FC mz rA � W OUm W � O0 V O U W dun a� � yl �m� -6rU 2 U zzU oa mw� lay 6 �r— d�A J Wpr G ;WWW O W �w IW I <U 0 i U Q Ow 0g. �I u: w a Qi W V j..ZV{L 914 Z, 2'oE F b +� oe'd yd b Z„-� m 1 � t OLWd`� 0 6 d �d,Yy Fp�E�SJU W IS d g QO� LIM � � 1A '1► owi 0 w Um¢ 0.r0.r W v .. y YWOI U.•.. o LUO A WFWFR O uj L 1 0g. u: w a Qi W V U b +� = b W 1 J t s Z � `— d G ui i ul QO� LIM owi Z 0 v .. 6 }j AG uj L b � W O z 0 F W Q* 81a 521! Qi +� 1 J l' fill Q O R QO� LIM aRS i m MEN oQ i m m m o X o r Z r QFQ J p 3 IL of �E o v c m -24q E VLL + ma m m WEE E m9 m °' a m. C C m L C v'� C C E o o U O LL m m m m a$ m W m = v n m d o o _ro m E N m b F� b a e to a M LLy m edd m x N b n b o h n b wi t b • b a C C b t�S m r C l x U FWW- H AHW F F �WW �FH mLL T 4 LL T W LL W LL WW- LL 4 WW W LL S m MEN oQ i m m m o X o r Z r QFQ J p 3 IL of �E o v c m -24q E VLL + ma m m WEE E m9 m °' a m. C C m L C v'� C C E o o U O LL m m m m a$ m W m = v n m d o o _ro m E N m m� �•q MNM3015 s �a C-4 to a M LLy m m MEN oQ 6 � U i m d`,'t 4. o X o r Z r QFQ J p 3 IL i pl b + a � G w W a f� C s v M e�® �a a _ro �i MNM3015 s �a ..0-.S a M LLy m edd 6 � U b b .Y O z 0 1 U i m v X uiIL IL b + a � ti d J m s r C s v M _ro s MNM3015 s �a ..0-.S a M LLy m b b .Y O z 0 1 U