Loading...
HomeMy WebLinkAboutCedar Ave Sidewalk Contract ProvisionsContract No.:CAG-25-003 Contract Provisions Award Amount: Award Date: Award To: Cedar Ave Sidewalk General Bid Information:Builders Exchange of Washington,Inc. (425)258-1303 City Contact:Emily Logan (206)507-1007 Consultant Contact:Tani Stafford,PE (206)284-0860 Date: Prepared by: Approved for Construction City of Renton Date: &L. CONSULTING ENGINEERS Gray &Osborne.nc. 1 130 Rainier Avenue South,Suite 300 Seattle.A’ashington 98144 Volume I of 2 1055 South Grady Way,Renton,Washington 98057 CITY OF RENTON RENTON, WASHINGTON Contract Provisions for the Cedar Ave Sidewalk City Contract Number: CAG-25-003 February 2025 City of Renton 1055 South Grady Way Renton, WA 98057 2/7/25 Cedar Ave Sidewalk Table of Contents Page 1 of 1 2025 CITY OF RENTON Cedar Ave Sidewalk Table of Contents VOLUME I I. CALL FOR BIDS II. INFORMATION FOR BIDDERS 1. INFORMATION AND CHECKLIST FOR BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON III. PROJECT PROPOSAL 1. * PROJECT PROPOSAL BID SUMMARY 2. * PROPOSAL COVER PAGE 3. * SCHEDULE OF PRICES 4. * NON-COLLUSION DECLARATION 5. * LOCAL AGENCY SUBCONTRACTOR LIST 6. * PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT 7. * CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS 8. * PROPOSAL SIGNATURE PAGE 9. * PROPOSAL BID BOND TO THE CITY OF RENTON IV. AGREEMENT FORMS 1. ❖ AGREEMENT 2. ❖ CONTRACT BOND TO THE CITY OF RENTON 3. ❖ FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE * Submit as part of the bid. ❖ Submit within 10 days after Notice of Award. V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS APPENDICES A – PREVAILING HOURLY MINIMUM WAGE RATES B – CITY OF RENTON STANDARD PLANS C – WSDOT STANDARD PLANS VOLUME II 1. CONTRACT PLANS City of Renton Contract Provisions for Cedar Ave Sidewalk ______________________________________________________________________________ I. CALL FOR BIDS City of Renton CAG-25-003 Cedar Ave Sidewalk Cedar Ave Sidewalk Project Call for Bids TED4004098 Page 1 of 1 2025 CALL FOR BIDS Sealed bids will be received until 11:00 AM on March 18, 2025, at the lobby of Renton City Hall, 1055 South Grady Way, Renton, WA 98057. All supplemental documents, that are allowed to be submitted after this date and time, shall be received at the lobby of Renton City Hall. The bids will be opened and publicly read via Zoom video-conferencing web application at 3:00 PM, March 20, 2025. Any bids received after the published bid submittal time cannot be considered and will not be accepted.  The bid opening meeting can be accessed by clicking the following link to join the Zoom meeting: https://us02web.zoom.us/j/88577808478?pwd=xaCuZhLb1bVcohbe9BOatkkFTr6Kp4.1  Using the Zoom app: Meeting ID: 885 7780 8478; Password: 358936;  Via telephone by dialing: 253-205-0468;  Zoom is free to use and is available at https://zoom.us/. Approved plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future addenda and to be placed on the Bidders List). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. The City of Renton, in accordance with the provisions Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The improvement for which bids will be received is described below: Construct the Cedar Ave Sidewalk. The work includes but is not limited to: reconstruction of approximately 100 LF of curb, gutter and sidewalk along Cedar Avenue South, fronting 601 Cedar Avenue South, terraced modular block walls, reconstruction of cement concrete stairs and railings, a curb ramp and surface restoration. Jason A. Seth, City Clerk Published: Daily Journal of Commerce – March 4, 2025 and March 11, 2025 Seattle Times – March 4, 2025 and March 11, 2025 City of Renton Contract Provisions for Cedar Ave Sidewalk ______________________________________________________________________________ II. INFORMATION FOR BIDDERS Cedar Ave Sidewalk Information and Checklist for Bidders Page 1 of 3 2025 INFORMATION FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Prevailing Wages. This project does not include federal funding. Therefore, only State Prevailing Wages must be paid on this project. The Prevailing Wages in effect at time of Advertisement are provided in Appendix B. It is the Bidder’s responsibility to obtain wage information for any work classifications that are not included. b. Map of Project Locations and Summary of Quantities. Volume 2 of 2 includes a Map of Project Locations and may include a summary of quantities for each street included in the scope of work. If there is a conflict in quantities between these summaries and the Schedule of Prices, the Schedule of Prices shall govern. OTHER PROJECT SPECIFIC INFORMATION 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation i n writing by the close of business five (5) business days preceding the bid opening to allow a written reply t o reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either: • Submit questions via e-mail: mailto: elogan@rentonwa.gov. Put “Cedar Ave Sidewalk” in the subject line No other type of inquiry will be accepted. 4. All bids must be self -explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City of Renton may request further information on particular points. The bidder shall, upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder. The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. Payment for this work will be made in cash warrants. Cedar Ave Sidewalk Information and Checklist for Bidders Page 2 of 3 2025 8. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. 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 the date and time that bids are due. The following documents shall be submitted with the bid. a. Project Proposal Cover Sheet - The form included in these Bid Documents must be used; no substitute will be accepted. b. Proposal – The form included in these Bid Documents must be used; no substitute will be accepted. c. Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. d. Non-Collusion Declaration – The form included in these Bid Documents must be used; no substitute will be accepted. e. Local Agency Subcontractor List - This form is available at http://wsdot.wa.gov/forms/pdfForms.html . Bidder may download, print and complete the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. f. Proposal for Incorporating Recycled Materials into the Project – The form included in these Bid Documents must be used; no substitute will be accepted. g. Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts – This form is available at http://wsdot.wa.gov/forms/pdfForms.html . Bidder may download, complete, print and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. Cedar Ave Sidewalk Information and Checklist for Bidders Page 3 of 3 2025 h. Proposal Signature Page – The form included in these Bid Documents must be used; no substitute will be accepted. i. Proposal Bid Bond to the City of Renton – The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. 10. Contract Checklist The following documents are to be executed by the successful Bidder after the Contract is awarded. a. Agreement – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. b. Contract Bond – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all l aborers, subcontractors, suppliers, etc. If an attorney -in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. c. Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents must be used; no substitute will be accepted. d. Certificates of Insurance – To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as “Additional Insured” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. e. Retainage – Refer to Standard Specification Section 1-09.9(1), Retainage. Cedar Ave Sidewalk Summary of Fair Practices Policy 2025 Cedar Ave Sidewalk Summary of American Disabilities Act Policy 2025 City of Renton Contract Provisions for Cedar Ave Sidewalk ______________________________________________________________________________ III. PROJECT PROPOSAL Project Name: Cedar Ave Sidewalk City Contract Number: CAG-25-003 Company: Address: Telephone No.: Fax No.: Total Bid Amount: $ Cedar Ave Sidewalk Proposal 2025 PROPOSAL COVER PAGE Cedar Ave Sidewalk TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work, has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of Prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of (check one)  bid bond, or  cashier's check (made payable to the City of Renton), or  postal money order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Amount, is attached hereto. If a bid bond is signed by an attorney -in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 45 working days. Contract time shall begin on the first working day following the Notice to Proceed date. ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 1 ADA FEATURE SURVEYING 1-05.4 LS 1 2 CONTRACTOR SURVEYING 1-05.4 LS 1 3 SPCC PLAN 1-07.15(1) LS 1 4 MOBILIZATION 1-09.7 LS 1 5 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5(2) LS 1 6 TRAFFIC CONTROL SUPERVISOR 1-10.5(2) LS 1 7 PEDESTRIAN TRAFFIC CONTROL 1-10.5(2) LS 1 8 FLAGGERS 1-10.5(2) HR 540 9 OTHER TRAFFIC CONTROL LABOR 1-10.5 HR 30 10 CLEARING AND GRUBBING 2-01.5 AC 0.04 11 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.5 LS 1 12 REMOVING CURB AND GUTTER 2-02.5 LF 130 13 REMOVING CEMENT CONC. SIDEWALK 2-02.5 SY 75 14 REMOVING ASPHALT CONC. PAVEMENT 2-02.5 SY 30 15 SAWCUTTING 2-02.5 LF 130 16 ROADWAY EXCAVATION, INCL. HAUL 2-03.5 CY 220 17 GRAVEL BACKFILL FOR WALL 2-06.5 TN 120 SCHEDULE OF PRICES Cedar Ave Sidewalk ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Cedar Ave Sidewalk Page 1 of 3 Schedule of Prices 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 18 LOCATE EXISTING UTILTIES 2-09.5 LS 1 19 POTHOLE 2-09.5 EACH 2 20 CRUSHED SURFACING TOP COURSE 4-04.5 TON 75 21 CRUSHED SURFACING BASE COURSE 4-04.5 TON 40 22 ADJUST CATCH BASIN 5-04.5 EACH 1 23 HMA CL. 1/2" PG 58H-22 5-04.5 TON 10 24 CEMENT CONC. COPING 6-02.5 CY 15 25 CEMENT CONC. STAIR WALL 6-02.5 CY 60 26 STAIR RAILING 6-03.5 LS 1 27 SOLID WALL PVC DRAIN PIPE, 4 IN. DIAM. 7-01.5 LF 20 28 CONNECTION TO DRAINAGE STRUCTURE 7-05.5 EACH 1 29 EROSION CONTROL AND WATER POLLUTION PREVENTION 8-01.5 LS 1 30 INLET PROTECTION 8-01.5 EACH 2 31 SILT FENCE 8-01.5 LF 95 32 PROPERTY RESTORATION 8-02.5 EST 1 $20,000.00 $20,000.00 33 SOD INSTALLATION 8-02.5 SY 105 34 TOPSOIL, TYPE A 8-02.5 CY 30 35 BARK OR WOOD CHIP MULCH 8-02.5 CY 10 36 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 LF 135 37 CHAIN LINK FENCE, TYPE 4 8-12.5 LF 110 38 CEMENT CONC. STAIRWAY 8-14.5 SY 7 Cedar Ave Sidewalk Page 2 of 3 Schedule of Prices 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 39 CEMENT CONC. SIDEWALK 8-14.5 SY 60 40 CEMENT CONC. CURB RAMP, TYPE SINGLE DIRECTIONAL 8-14.5 EACH 1 41 MAILBOX SUPPORT, TYPE 1 8-18.5 EACH 1 42 PERMANENT SIGNING 8-21.5 LS 1 43 GRAVITY BLOCK WALL 8-24.5 SF 620 TOTAL BID AMOUNT = *NOTE: All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1) and WAC 458-20-171. Cedar Ave Sidewalk Page 3 of 3 Schedule of Prices 2025 Cedar Ave Sidewalk Local Agency Non-Collusion Declaration 2025 Cedar Ave Sidewalk Local Agency Subcontractor List 2025 Cedar Ave Sidewalk Proposal For Incorporating Recycled Materials 2025 Cedar Ave Sidewalk Contractor Certification, Wage Law Compliance – Responsibility Criteria 2025 Cedar Ave Sidewalk Proposal – Signature Page 2025 PROPOSAL SIGNATURE PAGE By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 3 2 4 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. [Signature of Authorized Official] * [Business Name] [Printed Name] [Address Line 1] [Title] [Address Line 2] [Date] [Telephone Number] * NOTE: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non -responsive and the Bid may be rejected. NOTE: The address and phone number listed above will be used for all communications regarding this proposal. Type of business entity (e.g. corporation, partnership, etc.): State of Incorporation, or State where business entity was formed: Cedar Ave Sidewalk Proposal – Signature Page 2025 WA State Contractor’s Registration # UBI # Industrial Insurance Account # Employment Security Department # State Excise Tax Registration # DUNS # N/A The Surety Company which will furnish the required Contract Bond is [Surety] [Address Line 1] [Telephone Number] [Address Line 2] Cedar Ave Sidewalk Proposal Bid Bond to the City of Renton 2025 PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] _________________________________ of [address] ______________________________________________________ as Principal, and [Surety] _________________________________________ a corporation organized and existing under the laws of the State of ________________________ 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 unto the City of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of the bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit: Cedar Ave Sidewalk said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be i n full force and effect. IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton w ithin ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this ________ day of ____________________, 20______. Cedar Ave Sidewalk Proposal Bid Bond to the City of Renton 2025 PRINCIPAL SURETY [Principal] [Surety] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or Surety Company: Telephone: Surety WAOIC # Surety NAIC # City of Renton Contract Provisions for Cedar Ave Sidewalk ______________________________________________________________________________ IV. AGREEMENT FORMS Cedar Ave Sidewalk Agreement 2025 AGREEMENT CONTRACT NO. CAG-25-003 THIS AGREEMENT, made and entered into this ________ day of ________________, ________ by and between the CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter referred to as “City” and _______________________________________________, hereinafter referred to as “Contractor.” WITNESSETH: That in consideration of the terms and con ditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Cedar Ave Sidewalk in accordance with and as described in the attached plans and specifications, and the 2025 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation (WSDOT) and the Washington State Chapter of the American Public Works Association (APWA) which are by this reference incorporated herein and made part hereof and, shall perform any changes in the work in accord with the Contract Documents. The Contractor shall provide and bear the e xpense of all equipment, work and labor, of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in these Contract Documents except those items mentioned therein to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and furnish the same in accord with the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices at the time and in the manner and upon the conditions provided for in this contract The sum total of all progress payments is not to exceed the Total Bid Amount listed in the Schedule of Prices incorporated into this contract , unless the Total Bid Amount is amended by change order(s) prepared and executed in accordance with these Contract Documents . 3. The Contractor for himself/herself, and for his/her heirs, executors, administrators, successors, and assigns, does hereby agree to full performance of all covenants required of the Contractor in the contract. Cedar Ave Sidewalk Agreement 2025 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as provided herein. 5. In the event litigation is commenced to enforce this contract, the prevailing party shall be entitled to recover its costs, including reasonable attorney’s and expert witness fees. 6. This contract is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed and original. IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first below written and the Mayor has caused this instrument to be executed by and in the name of the City of Renton the day and year first above written. CONTRACTOR CITY OF RENTON [Signature of Authorized Official] * Denis Law, Mayor [Title] ATTEST [Business Name] Jason Seth, City Clerk [Date] * NOTE: E vidence of the signatory’s authority to sign the Agreement on behalf of the business entity shall be submitted. CONTRACTOR ADDRESS FOR GIVING NOTICES CITY OF RENTON ADDRESS FOR GIVING NOTICES Transportation Systems Division Renton City Hall – 5th Floor 1055 South Grady Way Renton, WA 98057 Cedar Ave Sidewalk Page 1 of 2 Contract Bond to the CITY of Renton 03/08/2022 F clb CONTRACT BOND TO THE CITY OF RENTON Bond No. ________________ KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________ of [address]________________________________________________ as PRINCIPAL , and (SURETY)_________________________________________ a corporation organized and existing under the laws of the State of ________________________ 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 (CITY/OWNER) in the sum of________________________________________________ US Dollars ($________________________) Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, successors, assigns, executors, administrators and personal representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of Washington and the ordinances of the City of Renton. Dated at _____________, Washington, this ________ day of ____________________, 20______. NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS: WHEREAS, under and pursuant to Contract No. CAG-25-003 providing for construction of the Cedar Ave Sidewalk; 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.  The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to faithfully perform the Contract. • The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other design professionals retained by OWNER in connection with the Project. • No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond. SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract Bond and notice to SURETY is not required for such increased obligation.  This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. Cedar Ave Sidewalk Page 2 of 2 Contract Bond to the CITY of Renton 03/08/2022 F clb FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that PRINCIPAL or SURETY:  Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the manner and within the time specified as may be extended under the Contract;  Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on of such work under the Contract;  Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82 RCW or any other law;  Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized representative of CITY. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the SURETY. PRINCIPAL SURETY [PRINCIPAL] [SURETY] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or SURETY Company: Telephone: Cedar Ave Sidewalk Fair Practices and Non-Discrimination Declaration 2025 FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation affirms and subscribes to the Fair Practices and Non-discrimination policies set forth by the law and by City of Renton policy, adopted by Resolution No. 4085. 2. That by signing the signature page of this Agreement, I am deemed to have signed and to have agreed to the provisions of this declaration. City of Renton Contract Provisions for Cedar Ave Sidewalk ______________________________________________________________________________ V. CONTRACT SPECIFICATIONS City of Renton Contract Provisions for Cedar Ave Sidewalk ______________________________________________________________________________ 1. Special Provisions Cedar Ave Sidewalk SP i Special Provisions 2025 Table of Contents Introduction To The Special Provisions ............................................................................................... SP 1 Description of Work .......................................................................................................................... SP 2 1-02 BID PROCEDURES AND CONDITIONS .................................................................................... SP 4 1-03 AWARD AND EXECUTION OF CONTRACT ............................................................................. SP 12 1-04 SCOPE OF WORK ................................................................................................................. SP 14 1-05 CONTROL OF WORK ............................................................................................................ SP 15 1-06 CONTROL OF MATERIAL ...................................................................................................... SP 23 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ................................................... SP 23 1-08 PROSECUTION AND PROGRESS ........................................................................................... SP 33 1-09 MEASUREMENT AND PAYMENT .......................................................................................... SP 38 1-10 TEMPORARY TRAFFIC CONTROL ........................................................................................... SP 42 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ................................................................. SP 44 2-03 ROADWAY EXCAVATION AND EMBANKMENT ...................................................................... SP 47 2-04 HAUL ................................................................................................................................... SP 50 2-07 WATERING ........................................................................................................................... SP 50 2-09 STRUCTURE EXCAVATION .................................................................................................... SP 50 3-01 PRODUCTION FROM QUARRY AND PIT SITES ........................................................................ SP 54 4-04 BALLAST AND CRUSHED SURFACING .................................................................................... SP 55 5-04 HOT MIX ASPHALT ............................................................................................................... SP 56 6-02 CONCRETE STRUCTURES ...................................................................................................... SP 80 6-06 BRIDGE RAILINGS ................................................................................................................. SP 81 6-07 PAINTING ............................................................................................................................. SP 83 7-01 DRAINS ................................................................................................................................ SP 87 7-05 MANHOLES, INLETS, CATCH BASINS AND DRYWELLS ............................................................ SP 87 7-07 CLEANING EXISTING DRAINAGE STRUCTURES ...................................................................... SP 89 Cedar Ave Sidewalk SP ii Special Provisions 2025 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ....................................................... SP 91 8-02 ROADSIDE RESTORATION ..................................................................................................... SP 92 8-04 CURB, GUTTERS, AND SPILLWAYS ........................................................................................ SP 97 8-09 RAISED PAVEMENT MARKERS .............................................................................................. SP 97 8-12 CHAIN LINK FENCE AND WIRE FENCE ................................................................................... SP 98 8-14 CEMENT CONCRETE SIDEWALKS .......................................................................................... SP 99 8-18 MAILBOX SUPPORT ............................................................................................................ SP 101 8-21 PERMANENT SIGNING ........................................................................................................ SP 102 8-22 PAVEMENT MARKING ........................................................................................................ SP 103 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING ................................................. SP 104 9-03 AGGREGATES ..................................................................................................................... SP 107 9-14 EROSION CONTROL AND ROADSIDE PLANTING .................................................................. SP 107 APPENDICES .................................................................................................................................. SP 118 Cedar Ave Sidewalk SP 1 Special Provisions 2025 SPECIAL PROVISIONS INTRODUCTION TO THE SPECIAL PROVISIONS (January 4, 2024 APWA GSP, Option A) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2025 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The GSPs are labeled under the headers of each GSP, with the effecti ve date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOTGSP) (May 1, 2013 Renton GSP) Agency Special Provision Project specific special provisions are labeled without a date as such: (*****) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction , WSDOT Manual M21-01, current edition • City of Renton Standard Details, City of Renton Public Works Department, Current Edition • Public Rights-of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. Cedar Ave Sidewalk SP 2 Special Provisions 2025 DIVISION 1 – GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of Cedar Ave Sidewalk and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (January 19, 2022 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Cedar Ave Sidewalk SP 3 Special Provisions 2025 Supplement this Section with the following: All references in the Standard Specifications or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. Cedar Ave Sidewalk SP 4 Special Provisions 2025 Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") 2 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 2 Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense. Cedar Ave Sidewalk SP 5 Special Provisions 2025 1-02.4 Examination of Plans, Specifications and Site of Work 1-02.4(1) General (December 30, 2022 APWA GSP Option B) The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is revised to read: Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business 5 business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4(2) Subsurface Information (January 19, 2022 APWA GSP) The third and fourth sentences in the first paragraph are revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. The boring logs and associated data, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms (******) Delete Section 1-02.5 and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; a State of Washington Contractor’s Registration Number; Unified Business Identifier (UBI); Industrial Insurance Account Number, Employment Security Department Number and State Excise Tax Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. Cedar Ave Sidewalk SP 6 Special Provisions 2025 1-02.6 Preparation of Proposal (******) Delete Section 1-02.6 and replace it with the following: The Contracting Agency will accept only those Proposals properly executed on the physical forms it provides, or electronic forms that the Bidder has been authorized to access. Unless it approves in writing, the Contracting Agency will not accept Proposals on forms attached to the Plans and stamped “Informational”. All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars and cents. The Proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), 2. An extension for each unit price (omitting digits more than two places to the right of the decimal point), and 3. The Total Bid Amount (the sum of all extensions). 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. In the space provided on the signature sheet, the Bidder shall confirm that all Addenda have been received. The Bidder shall submit with the Bid a list of: 1. Subcontractors who will perform the work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and 2. The work those Subcontractors will perform on the Contract as described in RCW 39.30.060; and. 3. Shall not list more than one Subcontractor for each category of work identified, except, when Subcontractors vary with Bid alternates, in which case the Bidder shall identify which Subcontractor will be used for which alternate. If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. Cedar Ave Sidewalk SP 7 Special Provisions 2025 Evidence of the signatory’s authority to sign the Bid Proposal on behalf of the business entity shall be submitted with the Bid Proposal. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and may be rejected. 1-02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP) Section 1-02.6(1) is an added new section: The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and will be rejected. 1-02.6(2) Certification of Compliance with Wage Payment Statutes (******) Section 1-02.6(2) is an added new section: The Bidder shall submit with the Bid a completed and signed “Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts” document where the Bidder under penalty of perjurty verifies that the Bidder is in compliance with reponsibile bidder criteria in RCW 39.04.350 subsection (1)(g), as required per Section 1-02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and will be rejected. The Bidder may use the form provided in the Bid Documents. The form is also available at http://wsdot.wa.gov/forms/pdfForms.html. The Bidder may download, print, complete and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in the Bid Documents, otherwise the Bid will be regarded as irregular and non-responsive and the Bid will be rejected. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; Cedar Ave Sidewalk SP 8 Special Provisions 2025 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order (******) Section 1-02.7(1) is an added new section: As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of either a bid bond, cashier’s check or postal money order in an amount equal to five percent (5%) of the Total Bid Amount shall be submitted with the Bid Proposal. If the Bidder elects to provide a bid bond, the Proposal Bid Bond form included in the Bid Documents shall be used. Otherwise, the Bid Proposal will be considered irregular and non-responsive and the Bid Proposal will be rejected. If the Bidder elects to provide a cashier’s check, it shall be made payable to the City of Renton. If the Bidder elects to provide a postal money order, it shall be made payable to the City of Renton. Cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (******) Delete Section 1-02.9 and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. Proposals that are received as required will be publically opened and read as specified in Section 1- 02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. Cedar Ave Sidewalk SP 9 Special Provisions 2025 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, e-mailed, or faxed requests to withdraw, revise or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals (******) Supplement Section 1-02.12 with the following: The Contracting Agency reserves the right to postpone the date and/or time that sealed bids are due and the bid opening. Notification to all bidders of any change will be by addenda. 1-02.13 Irregular Proposals (******) Delete Section 1-02.13 and replace it with the following: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; Cedar Ave Sidewalk SP 10 Special Provisions 2025 e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; h. The Bidder fails to submit with their Bid Proposal, an original Bid Proposal Deposit in an amount equal to five percent (5%) of the Total Bid Amount, as required in Section 1-02.7; i. The Bidder elects to provide a Bid Bond for the Bid Proposal Deposit and does not submit or properly execute the Proposal Bid Bond form included in the Bid Documents, as required in Section 1-02.7(1); j. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; k. The Bidder fails to submit or properly complete the Proposal for Incorporating Recycled Materials into the Project document, as required in Section 1-02.6(1). l. The Bidder fails to submit or properly execute the Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contractors document, as required in Section 1-02.6(2). m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 3. A Proposal will be considered irregular and may be rejected if: a. The Bidder fails to submit with their Bid Proposal, evidence of signatory’s authority to sign the Bid Proposal on behalf of the business entity, as required in Section 1-02.6. Cedar Ave Sidewalk SP 11 Special Provisions 2025 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option A) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. 1-02.15 Pre Award Information (December 30, 2022 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and ti me required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. Cedar Ave Sidewalk SP 12 Special Provisions 2025 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (December 30, 2022 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revi se the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (December 30, 2022 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted wi th the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (July 8, 2024 APWA GSP Option A) Revise this section to read: Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. Cedar Ave Sidewalk SP 13 Special Provisions 2025 Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. 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 the calendar days after the award date stated above, 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. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide an executed payment and performance bond(s) for the full contract amount. The bond may be combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on a Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contact obligations, conditions, and duties, or Cedar Ave Sidewalk SP 14 Special Provisions 2025 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice-president). 1-03.7 Judicial Review (December 30, 2022 APWA GSP) Revise this section to read: All decisions made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, P lans, Special Provisions, Specifications and Addenda (December 22, 2022 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by 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. Standard Specifications, 6. Contracting Agency’s Standard Plans or Details (if any), and 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. Cedar Ave Sidewalk SP 15 Special Provisions 2025 1-04.4 Changes (January 19, 2022 APWA GSP) The first two sentences of the last paragraph of Section 1-04.4 are deleted. 1-04.6 Variation in Estimated Quantities (December 30, 2022 APWA GSP, Option A) Revise the first paragraph to read: Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. When the accepted quantity of Work performed under a unit item varies from the original Proposal quantity, payment will be at the unit Contract price for all Work unless the total accepted quantity of the Contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original Proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than $10,000. In that case, payment for contract work may be adjusted as described herein. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: (January 13, 2021 WSDOT GSP) Contractor Surveying - Roadway The Contracting Agency has provided primary survey control in the Plans. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization 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. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at the Contractors expense. 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. Cedar Ave Sidewalk SP 16 Special Provisions 2025 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. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 5. Establish the horizontal and vertical location of all drainage features, placing offset stake s 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. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 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. Cedar Ave Sidewalk SP 17 Special Provisions 2025 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes +0.10 feet +0.10 feet Subgrade grade stakes set 0.04 feet below grade +0.01 feet +0.5 feet (parallel to alignment) +0.1 feet (normal to alignment) Stationing on roadway N/A +0.1 feet Alignment on roadway N/A +0.04 feet Surfacing grade stakes +0.01 feet +0.5 feet (parallel to alignment) +0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving +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 A10.10. 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. Cedar Ave Sidewalk SP 18 Special Provisions 2025 Payment Payment will be made for the following bid item when included in the proposal: "Roadway Surveying", lump sum. The lump sum contract price for "Roadway 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. (April 4, 2011 WSDOT GSP) Licensed Surveyors The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right-of-way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide “rights of entry” as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right-of-way lines as designated by the Engineer. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at Contractors expense. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Cedar Ave Sidewalk SP 19 Special Provisions 2025 Payment Payment will be made in accordance with Section 1-09.6 for the following bid item when included in the proposal: (November 25, 2024 APWA GSP Option D) Contractor Surveying – ADA Features ADA Feature Staking Requirements The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, and grades necessary for the construction of the ADA features. Calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor’s responsibility. The Contractor shall build the ADA features within the specifications in the Standard Plans and contract documents. ADA Feature Contract Compliance The Contractor shall be responsible for completing measurements to verify all ADA features comply with the Contract in the presence of the Engineer. ADA Feature As-Built Measurements The Contractor shall be responsible for providing the latitude and longitude of each ADA feature as indicated on the ADA Post Inspection Form(s) (WSDOT Form 224-020LP). The completed ADA Post Inspection Form(s) (WSDOT Form 224-020LP) shall be submitted as a Type 3 Working Drawing and transmitted to the Engineer within 30 calendar days of completing the ADA feature. After acceptance, the Contracting Agency will retain the final form(s) for their records. Payment Payment will be made for the following bid item that is included in the Proposal: “ADA Feature Surveying”, lump sum. The lump sum Contract price for “ADA Feature Surveying” shall be full pay for all the Work as specified. In the instance where an ADA feature does not meet accessibility requirements, all work to replace non-compliant work and then to measure, record the as-built measurements, and transmit the electronic forms to the Engineer shall be completed at no additional cost to the Contracting Agency. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. Cedar Ave Sidewalk SP 20 Special Provisions 2025 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Comple tion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Cedar Ave Sidewalk SP 21 Special Provisions 2025 Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final i nspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the writt en notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical co mpletion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Cedar Ave Sidewalk SP 22 Special Provisions 2025 Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented with the following: (March 13, 1995 WSDOT GSP) 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: Cedar Ave Sidewalk 1-05.15 Method of Serving Notices (January 4, 2024 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be served and directed to the Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be written in paper format, hand delivered or sent via certified mail delivery service with return receipt requested to the Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (October 1, 2005 APWA GSP) Section 1-05.16 is an added new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Cedar Ave Sidewalk SP 23 Special Provisions 2025 1-06 CONTROL OF MATERIAL 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, an d adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the proje ct site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site. Cedar Ave Sidewalk SP 24 Special Provisions 2025 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. Cedar Ave Sidewalk SP 25 Special Provisions 2025 For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.7 Load Limits (March 13, 1995 WSDOT GSP) Section 1-07.7 is supplemented with the following: If the sources of 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. 1-07.13 Contractor’s Responsibility for Work 1-07.13(4) Repair of Damage (August 6, 2001 WSDOT GSP) Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1 -04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (October 3, 2022 WSDOT GSP OPT. 2) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their C ontractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the Cedar Ave Sidewalk SP 26 Special Provisions 2025 prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: Communication, Power and Gas utilities will adjust their vaults and castings to grade The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors, and all utility owners and their Contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: Utility Agency/ Company Address Contact Phone Power Puget Sound Energy gary.bradley@pse.com Gary Bradley 253-343-3754 Power Seattle City Light david.kylen@seattle.gov David Kylen 253-615-0607 Gas Puget Sound Energy 6905 S 228th St Kent, WA 98032 Glenn Heiton 425-559-4647 Communications Lumen Jesse.patjens@lumen.com Jesse Patjens 425-429-5722 Communications Comcast Corporation James_cohn@comcast.com James Cohn 253-569-0636 Transportation Maintenance City of Renton 3555 NE 2nd St Renton, WA 98056 Eric Cutshall 425-430-7423 Water Maintenance City of Renton 3555 NE 2nd St Renton, WA 98056 George Stahl 425-430-7400 Utility Agency/ Company Address Contact Phone Surface Water and Wastewater Maintenance City of Renton 3555 NE 2nd St Renton, WA 98056 Nathan Nelson 425-757-4102 Transit King County Metro Construction.coord@kingco unty.gov Metro Construction Information Center 206-477-1140 Buried Utility Locating Assistance One-Call Center 800-424-5555 1-07.17(3) Transit Facilities (******) Section 1-07.17(3) is a new section: King County Metro Any construction or installation activities affecting transit operations or facilities must be coordinated by the Contractor through the Metro Transit Construction Information Center. The Contractor shall prepare and submit the appropriate construction notification documentation for King County Metro Transit and provide copies of such documentation to the Engineer. For notification information and guidelines, refer to: Cedar Ave Sidewalk SP 27 Special Provisions 2025 http://www.kingcounty.gov/transportation/kcdot/MetroTransit/Construction.aspx 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2024 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made and state the retroactive date . Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency Cedar Ave Sidewalk SP 28 Special Provisions 2025 on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. I. Under no circumstances shall a wrap up policy be obtained, for either initiating or maintaining coverage, to satisfy insurance requirements for any policy required under this Section. A “wrap up policy” is defined as an insurance agreement or arrangement under which all the parties working on a specified or designated project are insured under one policy for liability arising out of that specified or designated project. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: ▪ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1 07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. Cedar Ave Sidewalk SP 29 Special Provisions 2025 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1 07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self -insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. Cedar Ave Sidewalk SP 30 Special Provisions 2025 The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $2,000,000 Each Occurrence $3,000,000 General Aggregate $3,000,000 Products & Completed Operations Aggregate $2,000,000 Personal & Advertising Injury each offence $2,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (November 4, 2024 WSDOT GSP OPT5) Lane, ramp, shoulder, and roadway closures are only permitted as follows: With the exception of holidays, lane closures are limited to the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Exceptions to these restrictions are listed below and when applicable take precedence over closures listed above. The Engineer may also consider on a case-by-case basis additional exceptions following a written request by the Contractor. Cedar Ave Sidewalk SP 31 Special Provisions 2025 Lane, ramp, shoulder, and roadway closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 p.m. on the day prior to a holiday or holiday weekend, and 4. Before 8:30 a.m. on the day after the holiday or holiday weekend. 5. The two-hour period prior to and the two-hour period after the following special events: None. It shall be the Contractor’s responsibility to obtain the dates and times of all events. Traffic Delays When Automated Flagger Assistance Devices (AFADs) or flaggers are used to control traffic, traffic shall not be stopped for more than 3 minutes at any time. All traffic congestion shall be allowed to clear before traffic is delayed again. If the delay becomes greater than 5 minutes, the Contractor shall immediately begin to take action to cease the operations that are causing the delays. If the 5 minute delay limit has been exceeded, as determined by the Engineer, the Contractor shall provide to the Engineer, a written proposal to revise his work operations to meet the 5 minute limit. This proposal shall be accepted by the Engineer prior to resuming any work requiring traffic control. There shall be no delay to medical, fire, or other emergency vehicles. The Co ntractor shall alert all flaggers and personnel of this requirement. General Restrictions Construction vehicles using a closed traffic lane shall travel only in the normal direction of traffic flow unless expressly allowed in an accepted traffic control plan. Construction vehicles shall be equipped with flashing or rotating amber lights. No two consecutive on-ramps, off-ramps, or intersections shall be closed at the same time and only one ramp at an interchange shall be closed, unless specifically shown in the Plans. Roads or ramps that are designated as part of a detour shall not be closed or restricted during the implementation of that detour, unless specifically shown in the Plans. Controlled Access No special access or egress shall be allowed by the Contractor other than normal legal movements or as shown in the Plans. Contractor’s vehicles of 10,000 GVW or greater shall not exit or enter a lane open to public traffic except as follows: Cedar Ave Sidewalk SP 32 Special Provisions 2025 Egress and ingress shall only occur during the hours of allowable lane closures, and: 1. For exiting an open lane of traffic, by decelerating in a lane that is closed during the allowable hours for lane closures. 2. For entering an open lane of traffic, by accelerating in a closed lane during the allowable hours for lane closures. Traffic control vehicles are excluded from the gross vehicle weight requirement. If placing construction signs will restrict traveled lanes, then the work will be permitted during the hours of allowable lane closures. Advance Notification The Contractor shall notify the Engineer in writing of any traffic impacts related to lane closure, shoulder closure, sidewalk closure, or any combination for the week by 12:00 p.m. (noon) Wednesday the week prior to the stated impacts. The Contractor shall notify the Engineer in writing ten working days in advance of any traffic impacts related to full roadway closure, ramp closure, or both. The Contractor shall notify the Engineer in writing of any changes to the stated traffic impacts a minimum of 48 hours prior to the traffic impacts. 1-07.23(1) Construction Under Traffic (May 2, 2017 APWA GSP) Revise the third sentence of the second paragraph to read: Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction. 1-07.24 Rights of Way (July 12, 2015 APWA GSP) Section 1-07.24 is supplemented with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum. Cedar Ave Sidewalk SP 33 Special Provisions 2025 Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private pr operty owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (July 8, 2024 APWA GSP) 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 purpose of the preconstruction conference will be: 1. To review the initial progress schedule; Cedar Ave Sidewalk SP 34 Special Provisions 2025 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To review DBE Requirements, Training Plans, and Apprenticeship Plans, when applicable. 5. To establish normal working hours for the work; 6. To review safety standards and traffic control; and 7. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 2 weeks prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example. 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) Cedar Ave Sidewalk SP 35 Special Provisions 2025 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day. 5. If David Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1 Subcontracting (******) Section 1-08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer written certification that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421-012, revised 08/2022). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. On all projects, the Contractor shall certify to the actual amount received from the Contracting Agency (Final Contract Voucher Certification) and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or services providers on the Contract. Upon physical completion of the project, the Contractor shall submit to the Contracting Agency, a list of all firms paid under this contract and the final actual amounts paid to each firm listed. 1-08.1(7)A Payment Reporting (November 25, 2024 APWA GSP Delete this section and replace it with the following: 1-08.1(7)A VACANT Cedar Ave Sidewalk SP 36 Special Provisions 2025 1-08.1(8)B Clauses Required in Subcontracts of All Tiers (November 25, 2024 APWA GSP) Delete item 8 of the second paragraph of Section 1-08.1(8)B. 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (December 30, 2022 APWA GSP) Revise this section to read: The Contractor shall submit five (5) copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of the Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. Cedar Ave Sidewalk SP 37 Special Provisions 2025 1-08.4(1) Daily Notification of Planned Work Location (******) Section 1-08.4(1) is a new section. For each day work is scheduled to be performed, the Contractor shall contact and inform the Engineer of the location and the anticipated start time. 1-08.5 Time for Completion (March 13, 1995 WSDOT GSP) Section 1-08.5 is supplemented with the follo wing: This project shall be physically completed within 45 working days. (November 25, 2024 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and all partial or whole days the Engineer declares as unworkable The statement will be identified as a Written Determination by the Engineer. If the Contractor does not agree with the Written Determination of working days, the Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved 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 C ontractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: Cedar Ave Sidewalk SP 38 Special Provisions 2025 a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports in DMCS of the amounts paid including the final payment confirmation to all firms required by Section 1-08.1(7)A if applicable d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 1-08.9 Liquidated Damages This Section is supplemented with the following: (September 8, 2020 WSDOT GSP) Liquidated damages in the amount of $1,500 per working day will be assessed for failure to physically complete the Contract within the physical completion time specified. 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1-09.2(1) General Requirements for Weighing Equipment (November 25, 2024 APWA GSP, Option B) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day’s hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027LP, Scaleman’s Daily Report, unless the printed ticket contains the same information that is on the Scaleman’s Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. Cedar Ave Sidewalk SP 39 Special Provisions 2025 1-09.2(1) General Requirements for Weighing Equipment (July 8, 2024 APWA GSP, Option C) Revise the sixth and seventh paragraph to read: Trucks and Tickets – Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. The Contractor shall provide Electronic tickets or Physical tickets for all weighed materials. All Tickets shall, r egardless of medium, at a minimum, contain the following information: 1. Date of haul; 2. Contract number; 3. Contract unit Bid item; 4. Unit of measure; 5. Identification number of hauling vehicle; and 6. Weight delivered: a. Net weight in the case of batch and hopper scales. b. Gross weight, tare (a.m. and p.m. minimum) and net weight in the case of platform scales (tare may be omitted if a tare beam is used). c. Approximate load out weight in the case of belt conveyor scales. Electronic-tickets shall be uploaded to the designated site so that they can be accessed by the material receiver at the material delivery point. Physical tickets shall be handed to the inspector at the delivery point at the time materials are delivered. The material delivery point is defined as the location where the material is incorporated into the permanent Work. The Contractor’s representative shall make report summaries available to the Engineer’s designated receiver, not later than the end of shift, for reconciliation. Tickets for loads not verified as delivered will receive no pay. 1-09.2(5) Measurement (December 30, 2022 APWA GSP) Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. Cedar Ave Sidewalk SP 40 Special Provisions 2025 1-09.6 Force Account (December 30, 2022 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does n ot 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 by the Engineer. 1-09.9 Payments (July 8, 2024 APWA GSP OPT B) Section 1-09.9 is revised to read: Delete the fourth paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Cedar Ave Sidewalk SP 41 Special Provisions 2025 Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.11 Disputes and Claims 1-09.11(3) Time Limitation and Jurisdiction (December 30, 2022 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that all claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that all such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to all such claims or causes of action. It is further mutually agreed by the parties that when claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 1-09.13(3)A Administration of Arbitration (January 19, 2022 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(4) Venue for Litigation (December 30, 2022 APWA GSP) Revise this section to read: Litigation shall be brought in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superi or Court. It is mutually agreed by the parties that Cedar Ave Sidewalk SP 42 Special Provisions 2025 when litigation occurs, the Contractor shall permit the Contracting Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General (October 3, 2022 WSDOT GSP) Section 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 https://www.nwlett.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 https://www.esc.org The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 https://altssa.com/training Integrity Safety 13912 NE 20th Ave. Vancouver WA 98686 (360) 574-6071 https://www.integritysafety.com US Safety Alliance (904) 705-5660 https://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave Everett, WA 98201 (800) 343-4049 https://www.kndservices.net Cedar Ave Sidewalk SP 43 Special Provisions 2025 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3)F Notification to Properties (******) Section 1-10.3(3)F is deleted and replaced with the following: The Contractor shall be responsible for delivering notification to all properties that front on, or have access to, any street included in the Work. The first notification shall be made approximately one week prior to the day the work is scheduled to begin. The second notification shall be made twenty - four hours (24 hours) prior to the beginning of work. The Contacting Agency shall supply the Contractor with standard notification forms that the Contractor shall complete and deliver. All work and materials associated with this work shall be incidental to the contract lump sum price for “Project Temporary Traffic Control”. 1-10.3(3)L No Parking Signs (******) Section 1-10.3(3)L is a new section: Along any street included in the Work, the Contractor shall be responsible for posting “No Parking” signs a minimum of 72 hours in advance of the start of work. The signs shall specify the date(s) and time(s) that parking restrictions will be in effect. The name and phone number of the Contractor shall be clearly visible on each sign. The Contractor shall be responsible for coordinating with the Engineer and/or Renton Police Department if the need arises to tow any vehicle(s) violating a posted “No Parking” sign. The Contractor shall make a reasonable effort to contact the vehicle owner prior to initiating the process to tow a vehicle. All work and materials associated with this work shall be incidental to the contract lump sum price for “Project Temporary Traffic Control”. END OF DIVISION 1 Cedar Ave Sidewalk SP 44 Special Provisions 2025 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description (******) This Section is supplemented with the following: This work also consists of removing, handling and disposing of deleterious material or debris encountered during roadway, sidewalk, and trench excavation or other work as indicated on the Plans within the Project site, including, but not limited to, existing pipes, utility structures or appurtenances, riprap, buried concrete including thrust blocks, concrete footings and/or slabs, buried logs or debris, asphalt pavement, cement concrete pavement, sidewalks, fences, landscaping items, rock walls, guardrail, signs and any and all other structures and obstructions (unless a separate bid item has been provided for this work). All salvageable items shall be removed and delivered to the Contracting Agency unless indicated otherwise on the Plans. 2-02.3 Construction Requirements (******) This Section is supplemented with the following: The removal of any existing improvements shall be conducted in such a manner as not to damage utilities and any portion of the infrastructure that is to remain in place. Any deviation in this matter will obligate the Contractor at his own expense, to repair, replace or otherwise make proper restoration to the satisfaction of the Contracting Agency. When sawing of concrete or combinations of materials is required, the depth of cut shall be as required to accomplish the intended purpose, without damaging surfaces to be left in place and will be determined in the field to the satisfaction of the Engineer. Unless otherwise indicated on the Plans or in the Special Provisions, all structures, castings, pipe and other material of recoverable value removed from the Project site shall be carefully salvaged and delivered to the Owner of said utility items in good condition and in such order of salvage as the Engineer may direct. Materials and other items deemed of no value by the Engineer shall be promptly removed, loaded and wastehauled by the Contractor and becomes his property, to be disposed of at his discretion, in compliance with regulatory requirements. Waste materials shall be loaded and hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. 2022 Curb Ramps for Overlay SP 45 Special Provisions 2025 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters (******) This Section is supplemented with the following: Existing cement concrete sidewalks, roadway slabs, curbs, and curbs and gutters shall be removed at the nearest construction joint where possible, and removed and wastehauled as required for the construction of this Project. Where directed by the Engineer, cement concrete curbs or curb and gutter shall be saw-cut prior to removal. Existing pavement shall be precut before commencing excavation and shall be removed as required for the construction. Where shown on the Plans or where directed in the field by the Engineer, the Contractor shall make a neat vertical saw-cut at the boundaries of the area to be removed. Care shall be taken during sawcutting so as to prevent damage to the existing asphalt concrete, or concrete, to remain in place. Any pavement or concrete damaged by the Contractor outside the area scheduled for removal due to the Contractor’s operations or negligence shall be repaired or replaced to the Contracting Agency’s satisfaction by the Contractor at no additional cost to the Contracting Agency. All cuts shall be continuous, full depth, and shall be made with saws specifically equipped for this purpose. No skip cutting or jack hammering will be allowed unless specifically approved otherwise in writing by the Engineer. Wheel cutting or jack hammering shall not be considered an acceptable means of pavement “cutting,” unless pre-approved in writing by the Engineer. However, even if pre-approved as a method of cutting, no payment will be made for this type of work, and it shall be included in the various unit contract and lump sum prices listed in the Proposal. The location of all pavement cuts shall be pre-approved by the Engineer in the field before cutting commences. All water and slurry material resulting from sawcutting operations shall not be allowed to enter the storm drainage or sanitary sewer system and shall be removed from the site and disposed of in accordance with the Washington State Department of Ecology regulations. 2-02.4 Measurement (New Section) (******) This Section is supplemented with the following: “Removal of Structures and Obstructions,” will be measured per lump sum. “Removal of Curb and Gutter,” will be measured per linear foot. 2022 Curb Ramps for Overlay SP 46 Special Provisions 2025 “Removal of Cement Conc. Sidewalk,” will be measured per square yard. “Removal of Asphalt Conc. Pavement,” will be measured per square yard. Measurement for “Sawcutting” will be per linear foot as measured on a horizontal plane to the nearest 1 feet of pavement cut, for any and all depths of pavement or concrete cut. 2-02.5 Payment (******) This Section is supplemented with the following: The unit contract price per linear foot for “Sawcutting” shall be full compensation for furnishing all materials, labor, tools, and equipment necessary to sawcut the existing asphalt concrete and portland cement concrete full depth, regardless of the depth encountered, or the material to be sawcut. It shall also include the treatment and disposal of all water used in this operation, in compliance with regulatory requirements. “Removal of Structures and Obstructions,” per lump sum. The lump sum pay item for “Removal of Structures and Obstructions” shall be full pay for all work, as described in the Special Provisions, that is not included in the other contract items noted in this section. “Removal of Curb and Gutter,” per linear foot. The unit contract price for “Removal of Curb and Gutter” shall be full pay for performing the work including wastehaul and disposal. “Removal of Curb and Gutter” includes removal, wastehaul and disposal of extruded curb, traffic curb and/or traffic curb and gutter. “Removal of Cement Conc. Sidewalk,” per square yard. The unit contract price for “Removal of Cement Conc. Sidewalk” shall be full pay to perform the work for removal, wastehaul and disposal of cement concrete sidewalk, sidewalk curb ramps including pedestrian curb, walkways, driveway, and cement conc. pavement. “Removal of Asphalt Conc. Surface,” per square yard. The unit contract price for “Removal of Asphalt Conc. Surface” shall be full pay to perform the work for removal, wastehaul and disposal of asphalt concrete pavement. 2022 Curb Ramps for Overlay SP 47 Special Provisions 2025 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description (******) This Section is supplemented with the following: This work also includes wet weather and wet condition earthwork measures. 2-03.3 Construction Requirements (******) This Section is supplemented with the following: The following items shall be followed if earthwork is to be performed in wet weather or in wet conditions: 1. Earthwork shall be performed in small sections to minimize exposure to wet weather. Excavation or the removal of unsuitable soil shall be followed immediately by the placement and compaction of a suitable thickness (generally eight inches or less) of clean structural fill. The size and/or type of construction equipment shall be selected as required to prevent soil disturbance. In some instances, it may be necessary to limit equipment size to minimize subgrade disturbance caused by equipment traffic. 2. During wet weather conditions, the allowable fines content of the gravel borrow shall be reduced to no more than 5 percent by weight based on the portion passing the 3/4-inch sieve. The sand equivalent shall be 50 percent minimum. 3. The ground surface in the construction area shall be graded to promote the rapid runoff of surface water and to prevent ponding of water. 4. No soil should be left uncompacted and exposed to moisture. A smooth drum vibratory roller, or equivalent, shall be used to seal the ground surface. 5. Excavation and placement of fill or backfill material will be observed by the Engineer, to determine that all work is being accomplished in accordance with the project specifications. 2-03.3(7)B Haul (******) Delete this Section and replace it with the following: There shall be no separate payment for haul of excess or unsuitable excavated material, or debris to the Contractor provided disposal site. The Contracting Agency is not 2022 Curb Ramps for Overlay SP 48 Special Provisions 2025 providing a disposal site for this Project. All costs for haul shal l be included in the bid prices for other work. 2-03.3(7)C Contractor-Provided Disposal Site (******) Delete the first paragraph and replace it with the following: The Contractor shall arrange for the disposal of the excess or unsuitable excavated material, or other materials at no expense to the Contracting Agency. 2-03.3(10) Selected Material (******) Delete the second paragraph and insert the following in its place: Direct Hauling. If it is practical, the Contractor shall haul selected material immediately from the excavation to its final place on the Roadbed. The Contracting Agency will pay for such Work at the unit Contract price for “Roadway Excavation, Incl. Haul.” Delete the fifth paragraph and insert the following in its place: There will be not additional payment for hauling, handling and stockpiling selected materials. 2-03.3(12) Overbreak Delete the last sentence in this Section. 2-03.4 Measurement (******) Delete all paragraphs under this Section and replace with the following: Only one determination of the original ground elevation will be made on this project. Roadway Excavation, Incl. Haul will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. 2022 Curb Ramps for Overlay SP 49 Special Provisions 2025 Copies of the original survey notes will be made available for the successful bidder’s inspection if the Contract is awarded. Measurement for Roadway Excavation, Incl. Haul will be per cubic yard of excavation to the “neat lines” shown on the Plans. 2-03.5 Payment (******) Delete all paragraphs under this Section and replace with the following: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the Proposal: “Roadway Excavation, Incl. Haul,” per cubic yard. The unit contract price per cubic yard for “Roadway Excavation, Incl. Haul” shall be full pay for all materials, tools, labor, and equipment necessary for excavation to the grade lines shown including, but not limited to, haul, stockpiling, placing, shaping, and grading per Section 2-03, Subgrade Preparation per Section 2-06, Watering per Section 2-07, compacting, loading, hauling to waste and disposing of all excess or unsuitable material, including logs, rocks, cobbles, etc. The unit contract price shall also include all costs required to uniformly grade and clean existing and/or new ditches to drain to existing and/or proposed drainage structures and the earthwork required for construction of driveways and retaining walls. The unit contract price shall also include all costs required to remove and wastehaul existing asphalt and/or concrete pavement, sidewalks, curbs and gutters located within the grade lines shown. All other existing pavement, brick pavers, sidewalks, curb and gutter, storm drainage structures, abandoned utilities, and other such structures intended to be removed for the installation of the proposed improvements shall be paid under the contract item “Removal of Structure and Obstruction.” In the event the Contractor overcuts a street, due to his oversight or error, the structural fill material (as approved by Contracting Agency) and compaction required to bring the roadway section back to subgrade elevation shall be furnished and accomplished at his sole expense, as no additional payment will be due the Contractor for this work. Should solid rock be encountered, the excavation, removal and wastehaul will be paid by change order per Section 1-04.4. Boulders or broken rock less than 2 cubic yards in volume will not be classified as solid rock, nor will so called “hard-pan” or cemented gravel, even though it may be advantageous to use explosives in its removal. 2022 Curb Ramps for Overlay SP 50 Special Provisions 2025 2-04 HAUL 2-04.1 Description (******) This Section is supplemented with the following: If the sources of materials provided by the Contractor necessitates hauling over any public roads, the Contractor shall, at the Contractor’s expense, make all arrangements for the use of the haul routes. No separate monies will be due the Contractor for this work. 2-07 WATERING 2-07.3 Construction Requirements (******) This Section is supplemented with the following: During construction, the Contractor shall have dedicated to the Project a suitable water truck that shall be operated as necessary to control dust. Failure to have a water truck immediately accessible to the job and failure to use a water truck for dust control shall be adequate reason for the Engineer to issue a suspension of work. A hydrant permit will be required to be secured by the Contractor for any necessary water. Water will be provided at the convenience of the Contracting Agency which reserves the right to control the location and use of water based on the Contracting Agency’s own needs. 2-07.5 Payment (******) This Section is supplemented with the following: The cost for all water permit(s), and furnishing and placing water shall be included in the unit contract price for “Roadway Excavation, Incl. Haul.” 2-09 STRUCTURE EXCAVATION 2-09.3(1) General Requirements (******) This Section is supplemented with the following: When any Work is being considered by the Contractor in the vicinity of an existing utility, the Contractor shall so inform an authority of the particular utility in ample time 2022 Curb Ramps for Overlay SP 51 Special Provisions 2025 so that the utility involved and the Contractor may take any precautions necessary to facilitate construction in the vicinity of the utility, and thereby protect that particular utility from damage. Protecting and Maintaining Utility Service The Contractor shall protect and maintain the operational service of existing utility systems in a continuous manner as possible. The Contractor shall have the approval from the Engineer and notification shall be given to the Contracting Agency before any disruptions of service in existing utilities will be allowed. The Contractor shall comply with all the conditions established by the Engineer and the Contracting Agency. The Contractor shall give the utility owner a minimum notice of 48 hours before disrupting any planned service interruption. No planned interruption to an existing system shall be allowed on Fridays, weekends, or holidays, unless specifically agreed to in writing by the Contracting Agency. Where services are to be shut down, affected parties shall be notified in writing by the Contractor (i.e., door hangers) at least 48 hours and not more than 72 hours in advance of the time and period of shut down. The Contractor shall make every effort to keep shut down schedules to periods of antici pated minimum usage and for the least period of time. Where the construction crosses or is adjacent to existing utilities, the Contractor shall exercise extreme care to protect such utilities from damage. Additionally, the Contractor shall review the Plans, the project site and familiarize himself with the various utilities and plan his construction activities in recognition that the very close proximity of existing utilities to the proposed work will adversely affect production rates of installation of the various planned improvements. The Contractor is hereby advised and cautioned that the location of existing utilities will be cause for considerable and extreme care and due diligence on the part of the Contractor. As such, work production rates are anticipated to be significantly impacted by their presence and normal production rates should not be anticipated, during construction by the Contractor for work in these areas. The Contractor shall anticipate minor alignment adjustments will also be required to accommodate the installation of utilities. 2-09.3(1)E Backfilling (******) This Section is supplemented with the following: Where existing and/or proposed ground contours prevent a minimum of 24 inches of cover above “flexible” storm pipe or where utility crossings necessitate, the Contracting Agency may direct the Contractor to install a controlled density fill encasement for the pipe. The encasement shall be constructed in accordance with the Plans and/or as directed in the field by the Contracting Agency. Material for encasement shall be controlled density fill per Section 2-09.3(1)E of the Standard Specifications. The pipe shall be securely held in place until the material has “set.” Trenches located within 2022 Curb Ramps for Overlay SP 52 Special Provisions 2025 roadways/drives shall be protected with H-20 steel plates, or Contracting Agency- approved equal, while the material sets. 2-09.3(5) Locating Utilities (New Section) (******) A reasonable attempt has been made to locate known existing utilities; however, the exact location, and/or depth is unknown in most instances. It shall be the responsibility of the Contractor to locate existing utilities, to include their respective depths. The Contractor shall provide field exploration through vacuum excavation, potholing or other suitable means to locate more precisely existing underground utilities as to location and depth. The Contractor shall decide on the difficulties to be encountered in constructing the project, and determine therefrom the extent of exploration required to expedite the construction to first prevent damage to those utilities, and secondly to determine if the new construction is to go around, over or under the existing utility. At a minimum, potholing will be required at all utility interties prior to trench excavation for connections and at all major utility crossings, and potential conflicts noted by underground location notification as may be directed by the Engineer. See Contract Plans for additional specific locations. 2-09.4 Measurement (******) This Section is supplemented with the following: No specific unit of measurement shall apply to the lump sum item of locate existing utilities. Measurement for Pothole will be per each pothole location. 2-09.5 Payment (******) Delete all paragraphs under this Section and replace with the following: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the Proposal. “Locate Existing Utilities,” per lump sum. The lump sum contract price for “Locate Existing Utilities” shall be full compensation for all costs incurred by the Contractor in performing the work. This bid item shall be paid proportionate to the completion of the Work. 2022 Curb Ramps for Overlay SP 53 Special Provisions 2025 “Pothole,” per each. The unit contract price per each for “Pothole” shall be full compensation for all costs incurred by the Contractor in excavating, vactoring, measuring, recording depth of cover, type of material, diameter of pipe/conduit, recording the station and offset of the pothole and submitting this information to the Contracting Agency, and backfilling pothole locations where shown on the Plans or directed by the Contracting Agency. Cedar Ave Sidewalk SP 54 Special Provisions 2025 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.2 Material Sources, General Requirement 3-01.2(1) Approval of Source (******) This Section is supplemented with the following: The Contractor is responsible for all costs associated with approval of the material source. Cedar Ave Sidewalk SP 55 Special Provisions 2025 4-04 BALLAST AND CRUSHED SURFACING 4-04.4 Measurement (******) Delete the last sentence in this Section and replace with the following: No measurement will be made for water used in placing and compacting surfacing materials. 4-04.5 Payment (******) This Section is supplemented with the following: The unit contract prices for the various types of ballast, structural fill, crushed surfacing base course, and crushed surfacing top course materials shall include all costs for obtaining the materials, hauling the materials to the site, stockpiling, spreading, grading, shaping, moisture conditioning, compacting, and all other incidentals, complete, in place. Asphalt grindings are not subject to reimbursement under any of these bid items. Cedar Ave Sidewalk SP 56 Special Provisions 2025 DIVISION 5 – SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (******) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications. and the lines, grades, thick- nesses, and typical cross-sections shown in the Plans. The Contractor shall maintain the existing street surface contours (e.g. street profile and cross section, etc.), unless otherwise directed by the Engineer. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Spec- ifications. WMA processes include organic additives, chemical additives, and foaming . HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the propor- tions specified to provide a homogeneous, stable, and workable mixture. See Volume 2 of 2 for the paving limits and the thickness of HMA. All HMA to be placed in this contract shall be HMA Cl. 1/2" PG 58H-22. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufac- ture of HMA will be furnished in whole or in part by the Contracting Agency. I f the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Con- tractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. Cedar Ave Sidewalk SP 57 Special Provisions 2025 The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Speci- fications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from dif- ferent sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for ap- proval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). as follows: Comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti- stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 5-04.2(1)A Vacant Cedar Ave Sidewalk SP 58 Special Provisions 2025 5-04.2(2) Mix Design – Obtaining Project Approval ESALs No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as ap- proved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix de- sign verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** ** The mix design report shall be performed by a lab accredited by a national authority such as Labora- tory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engi- neering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9- 03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Cedar Ave Sidewalk SP 59 Special Provisions 2025 Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes all owed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equiva- lent Single Axle Loads (ESAL’s) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55◦F 45◦F 0.10 to .20 45◦F 35◦F More than 0.20 35◦F 35◦F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warn- ing to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to ac- celerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. Cedar Ave Sidewalk SP 60 Special Provisions 2025 During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another ap- proved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the mini- mum temperature required to maintain the asphalt binder in a homogeneous state. The as- phalt binder shall be heated in a manner that will avoid local variations in heating. The heat- ing method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA addi- tive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a me- chanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Con- tractor shall provide for the setup and operation of the field testing facilities of the Contract- ing Agency as provided for in Section 3-01.2(2). Cedar Ave Sidewalk SP 61 Special Provisions 2025 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air tem- perature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adher- ing to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effec- tively produce a finished surface of the required evenness and texture without tearing, shoving, segre- gating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without au- gers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract or directed by the Engineer, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope con- trol device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval Cedar Ave Sidewalk SP 62 Special Provisions 2025 of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary verti- cal control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories nec- essary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as al- lowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thor- oughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless oth- erwise required by the contract. A MTD/V is not required for this contract. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature through- out the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufac- turer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for Cedar Ave Sidewalk SP 63 Special Provisions 2025 compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uni- form grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled ar- eas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be ap- proved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirel y re- moved from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thor- oughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of re- sidual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be lim- ited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified as- phalt manufacturer. All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from sticking to them. Diesel shall Cedar Ave Sidewalk SP 64 Special Provisions 2025 not be used for this purpose. After application of the biodegradable soap, all catch basins shall be covered to prevent tack and HMA from entering into them. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement sur- faces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 per- cent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per sec- tion 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in ac- cordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application tem- perature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the Cedar Ave Sidewalk SP 65 Special Provisions 2025 cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: a. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant. b. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excava- tion operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Con- tractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall ex- cavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s ) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. Cedar Ave Sidewalk SP 66 Special Provisions 2025 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti -stripping addi- tives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is en- sured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water con- tent of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture con- tent shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engi- neer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be ac- cepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled as- phalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall im- mediately suspend the use of the RAP until changes have been approved by the Engineer. After the re- quired amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been intro- duced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Un- less otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet Cedar Ave Sidewalk SP 67 Special Provisions 2025 On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finish- ing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. All cast off rock from raking shall be removed prior to compaction of final HMA lift. Before the installation of the 2 inches or 4-inches of HMA, the streets shall be bladed and compacted to a uniform grade and cross-section as approved by the Engineer. The preparation of the base shall be inci- dental to the bid item for HMA Cl. ½” PG 58H-22. Subbase material, which is determined by the Engineer to be unsuitable shall be removed under Roadway Excavation Including Haul and replaced with Crushed Surfacing Base Course prior to the application of HMA. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncom- pacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and test- ing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is speci- fied. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pave- ment, and pavement repair. Other nonstructural applications of HMA accepted by commercial evalua- tion shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evalua- tion will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accord- ance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the toler- ances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2. Cedar Ave Sidewalk SP 68 Special Provisions 2025 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tol- erances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower ac- ceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent. 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3 (9)D Mixture Acceptance – 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 price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to de- termine 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 eval- uation. Cedar Ave Sidewalk SP 69 Special Provisions 2025 For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF 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 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 (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for inter- sections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The speci- fied level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of den- sity attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge cor- relation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required pro- cedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in ac- cordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise ap- proved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engi- neer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Cedar Ave Sidewalk SP 70 Special Provisions 2025 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point den- sity, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 per- cent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density deter- mined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and ac- ceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be re- quested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the En- gineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or defi- ciency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. Cedar Ave Sidewalk SP 71 Special Provisions 2025 5-04.3(10)C Vacant 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance . 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defec- tive. Material rejected before placement shall not be incorporated into the pavement. Any rejected sec- tion of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contrac- tor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evalu- ated as an independent lot in accordance with Section 1-06.2(2). Cedar Ave Sidewalk SP 72 Special Provisions 2025 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a mini- mum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Con- tractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only w hen the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction tem- perature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by s trips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. All transverse (butt) joints between new and existing asphalt shall be milled to the full overlay depth as shown on the Plans. All transverse (butt) joints shall be sealed after paving. See Section 5-04.3(17) for requirements. Cedar Ave Sidewalk SP 73 Special Provisions 2025 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be lo- cated at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engi- neer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch ¼ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. of the existing street surface. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allow- able tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations re- sulting from a high place where corrective action, in the opinion of the Engineer, will not produce satis- factory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment de- tails provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. For this contract, utility appurtenances shall be adjusted to final grade after pav- ing, unless otherwise directed by the Engineer. See Section 5-04.3(20) for requirements. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning planing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. Cedar Ave Sidewalk SP 74 Special Provisions 2025 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and un- less the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the fol- lowing: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time re- quired to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engi- neer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is im- pacted, keep such closure to the minimum time required to place and compact the HMA mix- ture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 4. Roadways Open to Traffic When the roadway being paved is open to traffic, the following requirements shall apply: The Contractor shall keep roadways open to traffic at all times except where paving is in progress. During such time, and provided that there has been an advance warning to the public, only that specified section of road being paved may be closed for the mini- mum time required to place and compact the HMA. Adjacent travel lanes and shoul- der shall be left open for traffic during these times. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Cedar Ave Sidewalk SP 75 Special Provisions 2025 Before temporarily closing a portion of the road, advance-warning signs shall be placed and signs shall also be placed clearly alerting the driver of temporary lane closures. During paving operations, temporary pavement markings shall be maintained through- out the project. Temporary pavement markings shall be installed on the roadway prior to opening to traffic and shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these require- ments shall be included in the unit contract prices for the various bid items involved in the Contract. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the mov- ing operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch 11 x 17 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet 100 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic con- trol as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, in- cluding return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. Cedar Ave Sidewalk SP 76 Special Provisions 2025 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of pro- posed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifica- tions and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately pre- pared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, in- cluding driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other con- tractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, ap- proved traffic control plan, and public convenience and safety. Such discussion includes, but is not lim- ited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signaliza- tion for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applica- ble, as it relates to traffic control, to public convenience and safety, and to other con-trac- tors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related opera- tions. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. Cedar Ave Sidewalk SP 77 Special Provisions 2025 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operat- ing the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure dif- ferent JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and test- ing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Un- less otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engi- neer. The Work shall be performed in accordance with Section 5-04. 5-04.3(17) Construction Joint Sealing Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway surface with minima l overbanding. This work is considered incidental to the bid item “HMA CL. ½” PG 58H-22”. 5-04.3(19) Edge of Pavement Alignment Where curb and gutter do not exist, the Contractor shall maintain a ± 2 inches per 100 linear feet tolerance for the edge of pavement. The Contractor may establish a reference line as a guide at their discretion or as directed by the Engineer. This work is considered incidental to the bid item “HMA CL. ½” PG 58H-22”. 5-04.3(20) Adjusting Utility Covers and Monument Cases to Final Grade The following section only applies to existing utility covers and monument cases covered by HMA. The work shall be completed after the final rolling of the final lift of HMA. The work consists of locating and marking these features and then adjusting them final grade. The Contractor shall locate all utility covers and monument cases covered by HMA immediately after pav- ing operations are complete for a street and/or street segment. Each location shall be marked with paint and identify the type of buried feature. The Contractor shall completely expose all water valve boxes and gas valves for access within five (5) calendar days after final rolling of the final lift of HMA. Cedar Ave Sidewalk SP 78 Special Provisions 2025 Existing structures and new structures shall be adjusted to the finished grade as shown on the Plans and as further specified herein. Existing boxes, rings, grates, covers, and lids shall be reset in a careful and workmanlike manner to conform to the required grades. The new and existing utility castings and monuments shall be adjusted to grade in the following manner: As soon as the street has been paved past each structure or casting, the asphalt concrete mat shall be scored around the location of the structure or casting. After rolling has been completed and the mat has cooled, it shall be cut along the scored lines. The structure or casting shall then be raised to fin- ished pavement grade and the annular spaces filled as indicated on the Plans. The Contractor shall in- stall the pavement to give a smooth finished appearance. All covers, lids, frames, and grates shall be thoroughly cleaned. After pavement is in place, all new pavement joints shall be sealed with a 6-inch-wide strip of hot asphalt sealer. A sand blanket shall be applied to the surface of the hot asphalt sealer immediately after the placement of the sealer to help alleviate the tracking of the asphalt. The sealer shall me et the require- ments of Section 9-04.2(1) of the Standard Specifications The Contractor shall adjust the following features to final grade per the requirements listed below. Manholes and Catch Basins – Refer to Renton Standard Plan 106 included in the Appendix or Plans. Water Valve Boxes – Refer to Renton Standard Plan 330.1 in the Appendix or Plans Gas Valves – Same as Water Valve Boxes. Monument Cases – Refer to Renton Standard Plan 113 in the Appendix or Plans. J-boxes, Electrical Vaults, Communications Vaults – These features shall not to be covered with HMA. 5-04.3(21) Temporary Pavement Marking The furnishing and installing of temporary pavement marking shall be as described in Section 8-23. For this contract, all temporary pavement marking is considered short duration. 5-04.4 Measurement Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction be- ing made for the weight of asphalt binder, mineral filler, or any other component of the mi xture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. Adjust Existing Manhole Cover will be measured per each. Adjust Existing Catch Basin will be measured per each. Adjust Existing Water Valve Box will be measured per each. Cedar Ave Sidewalk SP 79 Special Provisions 2025 Adjust Existing Water Meter Box will be measured per each. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. 1/2" PG 58H-22”, per ton. The unit Contract price per ton for “HMA Cl. 1/2" PG 58H-22” shall be full compensation for all costs, in- cluding anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Pro- posal. The unit contract price per ton for “HMA Cl. 1/2" PG 58H-22” shall include the cost for all labor, materials, equipment and tools for furnishing, placing, compacting and constructing asphalt pavement including mix design, anti-strip determination, mix design verification, preparation of untreated road- way, removing plastic traffic marking, removing RPMs, removing permanent striping, anti-stripping addi- tive, soil residual herbicide, asphalt for tack coat, HMA pavement, HMA for preleveling, HMA transition sections, HMA ramps, HMA driveways/approaches, HMA wedge curb, spreading and finishing, water, compaction, sealing all cold joints with asphalt sealant (and sand blanket to alleviate tracking), tempo- rary pavement markings, removal of temporary pavement markings,, and all other incidentals necessary for a complete paving system to the lines, cross section and grades in accordance with the Plans. “Temporary Pavement Marking”, per linear foot. Payment for “Temporary Pavement Marking” is described in Section 8-23.5. “Adjust Existing Catch Basin”, per each “Adjust Existing Valve Box”, per each. “Adjust Existing Water Meter Box”, per each. The unit Contract price per each for “Adjust Existing Catch Basin”, “Adjust Existing Valve Box”, “Adjust Existing Water Meter Box” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(20) and Section 7-05.3(1). END OF DIVISION 5 Cedar Ave Sidewalk SP 80 Special Provisions 2025 6-02 CONCRETE STRUCTURES 6-02.1 Description (******) This Section is supplemented with the following: This work also consists of constructing cast in place cement concrete coping on block walls and a reinforced concrete stair wall, as indicated on the Plans and specified herein. 6-02.2 Materials (*****) This Section is supplemented with the following: Cement concrete for wall coping shall be concrete Class 3000. Cement concrete for reinforce concrete stair wall shall be Class 4000 6-02.4 Measurement (*****) Delete the seventh paragraph of this Section. Cement Conc. Coping will be measured per cubic yard. Cement Conc. Stair Wall will be measured per cubic yard. 6-02.5 Payment (*****) This Section is supplemented with the following: The unit contract price per cubic yard for “Cement Conc. Coping” shall include all costs for labor, equipment, materials, and tools necessary to furni sh and install the complete coping as indicated on the Plans, including but not limited to, formwork, cement concrete, reinforcing, anchors, joints, joint material, sleeves, hardware, and surface finishing. The unit contract price per cubic yard for "Cement Conc. Stair Wall" shall include all costs for labor, equipment, materials and tools necessary to furnish and install the complete stair wall and footings all as indicated on the Plans, including but not limited to formwork, cement concrete placement, reinforcing, anchors, joints, joint filler, curing, sleeves, pipe penetrations, wall drains, hardware, fall protection and surface finishing. Cedar Ave Sidewalk SP 81 Special Provisions 2025 6-06 BRIDGE RAILINGS 6-06.1 Description (******) This Section is supplemented with the following: This work also consists of constructing galvanized steel pedestrian railings and stair railings, as indicated on the Plans and specified herein. 6-06.2 Material (******) This Section is supplemented with the following: Horizontal rails and vertical support posts and balusters shall be Class 2 material (galvanized Schedule 40 steel pipe) in accordance with Standard Specificati on 9- 16.1(1)B. Vertical posts and horizontal rails shall be 1-1/2-inch diameter and balusters shall be 1- inch diameter. Vertical support posts shall be on 6-foot centers and balusters installed with a maximum 4-inch clear space. Provide slip joints for each panel installed where it joins the vertical supports. Steel railing units shall be galvanized and powder coated after fabrication. Zinc used for galvanizing shall conform to ASTM B6 with a minimum 1.5 ounces per square foot. Powder coating shall consist of a zinc primary powder coating, 1.5 mil minimum dry film thickness and finish coated with a polyester powder coating 1.5 mil minimum dry film thickness. Total dry film thickness shall be 3 to 6 mil. The finish color shall be Jet Black RAL 9005 per Section 6-07. The Contractor shall submit sample colors for approval by the Engineer. Pedestrian railing shall meet the following requirements: 1. Concentrated load of 200 lbs applied to the handrail at any point on the rail, in any directions. 2. Uniform load of 50 lbs/LF applied horizontally and perpendicular to the top of the railing. 3. Components of the rail system shall be designed to withstand 25 lb/sf at right angles to the railing over the entire tributary area, including spaces and openings Cedar Ave Sidewalk SP 82 Special Provisions 2025 6-06.3(2) Metal Railings (******) This Section is supplemented with the following: Before fabricating the railing, the Contractor shall provide a copy of the shop plans for the Engineer’s approval. The Contractor may substitute other rail connection details for those shown in the Plans if details of these changes shown in the shop plans and if the Engineer approves. In approving shop plans, the Engineer indicates only that they are adequate and complete enough. Approval does not indicate a check on dimensions. Steel welding shall conform to the requirements of the “Structural Welding Code” AWS D1.1. All exposed welds shall be ground flush with adjacent surfaces. Railing panels shall be straight and true to the dimensions shown on the Plans. Adjacent railing panels shall align with each other with a cariation not to exceed 1/16 inch. Joints shall be match-marked. For railings on curves, either horizontal or vertical, the railing shall conform closely to the curvature of the structure by means of series of short chords between the vertical posts or a tubular radius bend equal to the radii specified on the Plans. The lengths of the chords shall be the distance center to center of rail posts. The railing shall be erected in accordance with the Plans embedded in poured in place concrete footings as shown on the detail in the Plans. The railing shall be carefully erected, true to line and grade. Posts and balusters shall be vertical with the direction from the vertical for the full height of the panel not exceeding 1/8 inch. Railing installed without slip joints will be rejected and the Contractor shall install new railing at his own expense. Welds shall be made by certified welders and each weld shall be ground and buffed to a smooth surface. If field welds are required, they shall be coated with a zinc alloy solder to a minimum thickness of 2.0 mils per ASTM A 780. After erection, the contractor shall prime welds, abrasions and surfaces not galvanized. Field galvanizing shall be done by the hot-stick method. Spray-on zinc paint is not acceptable. Cedar Ave Sidewalk SP 83 Special Provisions 2025 6-06.4 Measurement (******) This Section is supplemented with the following: Stair railing will be measured by the lump sum. 6-06.5 Payment (******) This Section is supplemented with the following: The lump sum contract price for “Stair Railing” shall include all costs for labor, equipment, materials, and tools necessary to furnish and install the complete pedestrian railing system as indicated on the Plans, including but not li mited to fabrication, bolts, fasteners, anchors, setting, adjusting, welding, galvanizing, terminal pieces, corner pieces, connections to stair railing, posts, sleeves, rails, vertical and horizontal members, powder coating, and grout in accordance with the Plans and specifications. 6-07 PAINTING 6-07.1 Description This first sentence of this Section is revised to read: (***Renton***) This work shall consist of painting systems and colors for metal elements as shown on the Plans. 6-07.2 Material This Section is supplemented with the following: (***Renton***) Paint materials shall comply with the requirements in Section 9-08 unless described in this section. Paint Color/Paint System Table Specification Section Item Paint Color Paint System 9-08.2 Stair Railing RAL 9005TX “Jet Black” Refer to specification below Cedar Ave Sidewalk SP 84 Special Provisions 2025 Stair Railing Stair railing shall be factory galvanized, primed and painted with polyester Powder coating per Section 6-07 and Section 9-08 of the Standard Specifications. The Contractor is to purchase a one-gallon sample from the pole manufacturer for use as a color match for the Engineer’s approval prior to factory finish coating. Galvanizing All fabricated steel components and materials to be galvanized per ASTM 123. All steel hardware components and materials to be galvanized per ASTM 153. Powder Coating Paint System The powder coating paint system shall be composed of exterior grade pure polyester TGIC, dry powder including resins and pigments in accordance with requirements of AAMA 605.2, and shall have the following characteristics: Glossy Surface Semi-Gloss Surface Mat Surface Thickness 2.5-3.5 mils/60-90 2.5-3.5 mils/60-90 2.5-3.5 mils/60-90 Gloss(1) 80-90 55-70 15-25 Cross Hatch Adhesion(2) Pass 100% Pass 100% Pass 100% Mandrel Bending(3) 1/8"/3 mm 5/32"/4 mm 3/16"/5 mm Erichsen Cupping ISO 1520 5/16"/8 mm 1/4"/7 mm 3/16"/5 mm Impression Hardness(4) 95 95 95 Impact Test(5) Up to 160"/lb. Up to 160"/lb. Up to 160"/lb. Pencil Hardness(6) 2H (min.) 2H (min.) 2H (min.) Dry Mill Test OK OK OK Salt Spray Test(7) 1500 h test, max. undercut 1/16"/1 mm 1500 h test, max. undercut 1/16"/1 mm 1500 h test, max. undercut 1/16"/1 mm Humidity Resistance(8) 1500 h test, min. blisters 1/16"/1 mm 1500 h test, min. blisters 1/16"/1 mm 1500 h test, min. blisters 1/16"/1 mm Key: (1) Gloss According to Gardner 60 degrees, ASTM D523. (2) Cross Hatch Adhesion, ASTM D3359, Method B. (3) Mandrel Bending Test, ASTM D522. (4) Impression hardness, ASTM B3363. (5) Impact Test, ASTM D2794; (0.1) inch distortion. (6) Pencil Hardness, ASTM B3363. (7) Salt spray Resistance Test, ASTM B117. (8) Humidity Resistance Test, ASTM D2247. Cedar Ave Sidewalk SP 85 Special Provisions 2025 6-07.3 Construction Requirements This Section is supplemented with the following: (***Renton***) Apply entire finish system in the shop. Hold back finish system at all welded areas. Bolted connections should be primed with a zinc-based primer compatible with the approved paint system. Field touch-up painting shall consist of matching specified priming and painting for all damaged and field repaired areas. Field welds and abrasions should be touched up after installation. Touch up surface preparation with a zinc-based primer compatible with the approved paint system, 2.5 to 3.5 mils DFT. Preparation, cleaning, priming, shop painting, and field touch-up for all fabricated decorative exterior metal work will be incidental to the associated bid items. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. The Contractor shall submit three samples of each custom color, textures, and gloss for Engineer’s approval. Metal coupon samples shall be 3 inches by 5 inches. 6-07.3(11) Paint or Powder Coating of Galvanized Surfaces 6-07.3(11)A Painting of Galvanized Surfaces This Section is supplemented with the following: (***Renton***) Clean surfaces to be powder coated in accordance with manufacturer’s written instructions for surface preparation. Install powder coatings in accordance with applicable codes and regulations and manufacturer’s written instructions. Applications of powder coating materials shall be performed in shop conditions, except for touch ups approved in advance by the Engineer. Finished surfaces shall be fully and uniformly coated without pinholes, bubbles, sag, runs, lumps, marks, or discoloration. Surface finish shall be of consistent and uniform color, texture, and gloss to match the approved sample. Cedar Ave Sidewalk SP 86 Special Provisions 2025 After powder coating has been in place for at least 15 days, and within 30 days of Substantial Completion, check all powder-coated surfaces for damage, missed areas, and discoloration. Prepare surfaces, and touch up damaged, missed, and discolored areas to bring coating system to full dry film thickness in color and gloss matching that of adjacent coated areas. Cedar Ave Sidewalk SP 87 Special Provisions 2025 7-01 DRAINS 7-01.2 Materials The second paragraph of this Section is revised as follows: (***Renton***) Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements The second paragraph of this Section is revised as follows: (***Renton***) PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9 04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap on, screw on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph of this Section is revised as follows: (***Renton***) PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap on, screw on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.3 Construction Requirements (******) This Section is supplemented with the following: The Contractor shall construct all manholes and catch basins from precast concrete bases and risers. Cast-in-place concrete bases shall only be used for “straddle” of existing systems and shall be watertight. Cedar Ave Sidewalk SP 88 Special Provisions 2025 In areas of new and existing pavement, the grate rim elevation shall be set to promote drainage flow. In unimproved areas, the rim elevations shall be set 2 inches above finished grade unless otherwise shown on the Plans. Dewatering shall be per Section 7-08.3(1). 7-05.3(1) Adjusting Manholes and Catch Basins to Grade This Section is replaced with: (******) Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6” above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a Cedar Ave Sidewalk SP 89 Special Provisions 2025 restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be pla ced on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the 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 d ry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment 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. 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 7-07.4 Measurement (******) Delete this Section and replace with the following: No specific unit of measurement will apply to cleaning existing drainage structures. Cedar Ave Sidewalk SP 90 Special Provisions 2025 7-07.5 Payment (******) Delete this Section and replace with the following: No separate or additional payment will be made for cleaning existing drainage structures. This work shall be considered incidental and shall be included in the various unit and lump sum contract prices. Cedar Ave Sidewalk SP 91 Special Provisions 2025 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements (******) This Section is supplemented with the following: The Contractor shall take all necessary precautions and utilize the Department of Ecology’s (ECY) Best Management Practices to prevent sediment and fugitive dust from construction activities from entering into storm water systems, natural waterways, or environmentally sensitive areas and from otherwise being carried away from the construction area by stormwater or air. Temporary erosion protection shall be furnished, installed, and maintained for the duration of this Project to protect environmentally sensitive areas, sloped surfaces, adjacent areas and/or water bodies or conveyance systems. Temporary erosion protection may include the use of straw, jute matting, wattles, heavy plastic sheeting, or other forms of ground cover on areas disturbed by construction. Sloped surfaces shall be restored and protected in such a manner that surface runoff does not erode the embankments, slopes, or ground surfaces, nor create surface channels, or ruts. Any damage caused by the Contractor’s failure to keep the erosion materials maintained shall be borne by the Contractor alone. 8-01.3(1)A Submittals (******) This Section is supplemented with the following: The Contractor shall be required to maintain, and update the TESC plan, as may be required during the course of the Project. The TESC plan and details included are provided solely for the establishment of basic erosion control measures and are not intended to be a complete plan. 8-01.3(9)D Inlet Protection (******) This Section is supplemented with the following: All catch basins grates within the project limits and adjacent areas shall have inlet protection installed to prevent sedimentation from entering the storm system. The inlet protection shall be routinely cleaned of sediment to prevent plugging. This sediment shall be regularly removed, loaded, and hauled to waste whenever it presents a potential surface accumulation problem or concern to the Contracting Agency. Cedar Ave Sidewalk SP 92 Special Provisions 2025 8-01.4 Measurement (******) This Section is supplemented with the following: No specific unit of measure will apply to erosion control and water pollution prevention. 8-01.5 Payment (******) Delete all paragraphs under this Section and replace with the following: Payments will be made in accordance with Section 1-04.1 for the following Bid Item(s): “Erosion Control and Water Pollution Prevention” The lump sum contract price for “Erosion Control and Water Pollution Prevention” shall include all costs for preparing a TESC plan: inspecting, documenting, testing, and notification as required by the CSWGP and all temporary erosion control and water pollution prevention as stated herein and as further indicated on the Plans that is not otherwise paid under separate contract items in the Proposal, including furnishing, installing, maintaining, ,removal of erosion/water pollution prevention devices. 8-02 ROADSIDE RESTORATION 8-02.1 Description (******) This Section shall be supplemented with the following: This Work also includes property restoration. 8-02.2 Materials (******) This Section shall be supplemented with the following: Grass seed, of the following composition, proportion, and quality shall be applied at the rates shown below on all areas requiring roadside seeding within the project: Kind and Variety of Seed in Mixture by Common Name and (Botanical Name) Pounds Pure Live Seed (PLS) Per Acre 3 Way Tall Fescue Blend (Festuca rubra) 100 Seeds shall be certified “Weed Free,” indicating there are no noxious or nuisance weeds in the seed. Cedar Ave Sidewalk SP 93 Special Provisions 2025 Sufficient quantities of 18-6-12 fertilizer shall be applied at 650 pounds per acre, 72 percent of nitrogen applied per acre shall be d erived from isobutylidene diurea (IBDU), cyclo-di-urea (CDU), or a time release, polyurethane coated source with a minimum release time of 6 months. The remainder may be derived from any source. The fertilizer formulation and application rate shall be approved by the Engineer before use. Wood fiber mulch shall be applied at a rate as recommended by the manufacturer, and tackifier shall be applied at a rate as recommended by the manufacturer. 8-02.3(3)B Chemical Pesticides (******) This Section is supplemented with the following: No chemical herbicides will be allowed in planting areas. 8-02.3(4) Topsoil (******) This Section is supplemented with the following: The costs of removing all excess material and debris shall be considered incidental to the Project and as such merged in the various items bid. Cultivate 4 inches of imported topsoil, Type A into the existing subgrades to a minimum transition depth of 6 inches in areas to be seeded with topsoil, in sod areas, in planting strip areas and in fill slopes to be planted, as shown on the Plans. 8-02.3(4)A Topsoil Type A (******) This Section is supplemented with the following: Imported Topsoil, Type A, shall be a mixture of 33.3 percent compost by volume, 33.3 percent loam by volume and 33.3 percent sandy loam by volume as defined by USDA soil texture triangle, screened through a 3/8-inch screen or approved equal. Compost shall be made from ground yard waste that has first been screened through a 5/8-inch trammel screen. The composting process shall include five 3-day periods during which the compost temperature is 131 to 165 degrees Fahrenheit. The total composting time period shall be a minimum of 4 months. Topsoil shall be weed free. Cedar Ave Sidewalk SP 94 Special Provisions 2025 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation (******) This Section is supplemented with the following: Seeding, Sod and Planter Strip Areas: Finished grades of planting and seeding areas shall allow for soil preparation and mulch. Finished grades shall be as follows: Seeding and Sod Areas: 1 inch below all walks, curbs, and/or hard- surface edges. Perform all excavation and backfill necessary to provide finish grade of landscape areas as indicated and specified. Remove from site excess and unsuitable material. Landscape areas shall be graded to lines, grades, and cross sections indicated. Grades shall meet the following: 1. Maximum 2:1 slope, unless otherwise indicated. 2. Smooth and round off surfaces at abrupt grade changes. 3. Feather grades to meet existing gradually. Rake planting areas smooth and remove surface rocks over 2-inches diameter. 4. Provide minimum 2 percent crown or slope in all landscape areas. The Contractor is responsible for any adverse drainage conditions that may affect plant growth, unless he contacts the Project Engineer immediately indicating any possible problem. Finish grades shall be inspected and accepted by the Contracting Agency prior to commencing planting or seeding work. The costs of removing all excess material and debris shall be considered incidental to the Project and as such merged in the various items bid. Final Acceptance Final acceptance by the Contracting Agency for soil preparation will be contingent on the approval of all inspections, and that the soil preparation is consistent with these specifications and with the Plans. Cedar Ave Sidewalk SP 95 Special Provisions 2025 8-02.3(10)C Lawn Establishment (******) This Section is supplemented with the following: Prior to laying sod, the initial application of the 10-20-20 fertilizer shall be spread and raked into the topsoil. When grass reaches 2 inches in height and before mowing, apply the second application of 10-20-20. Sod shall be placed in accordance with standard horticultural practices. Dry soil shall be moistened by sprinkling. All butt joints shall be stagg ered. On sloped areas, the sod shall be laid wi th the long dimension parallel to the toe or top of slope. After placing, the sod shall be rolled and heavily watered by sprinkler. The Contractor shall be responsible for watering and fertilizing the sod until physical completion of the Project. Watering shall be scheduled to prevent drying of joints between sod strips. Four weeks after the first mowi ng, 6-2-4 fertilizer shall be applied and reapplied at 6-week intervals. Inspection and Substantial Completion After completion of all sodding and seeding, including the post-planting fertilization which follows the first mowing, the Contracting Agency will review the sodded or seeded areas for adequacy. Areas not fully established (sod) or germinated (seeded) with a uniform stand of grass, or areas damaged through any cause prior to this inspection shall be resodded/reseeded, by the Contractor as herein specified and at the Contractor’s sole expense as no additional monies will be due the Contractor. “Uniform stand of grass” shall signify complete cover of lush, thriving, green grass with no bare spots. Reseeding Reseed and fertilize with 6-2-4 at a rate of 400 pounds (30 pounds) per 1,000 square foot, all areas failing to show a uniform stand of grass after germination of seed, or damage through any cause before physical completion of the Project. 8-02.4 Measurement (******) Delete all paragraphs under this Section and replace with the following: Topsoil will be measured by the cubic yard to the nearest 0.5 cubic yard in the haul conveyance or container at the point of delivery. The Inspector shall be given a copy of the trip ticket or other such evidence, which lists the quantity delivered and placed on site. The Contractor shall coordinate same. Cedar Ave Sidewalk SP 96 Special Provisions 2025 Bark or Wood Chip Mulch will be measured by the cubic yard in the haul conveyance or container at the point of delivery. The Inspector shall be given a copy of the trip ticket or other such evidence, which lists the quantity delivered and placed on site. The Contractor shall coordinate same. Seeding, fertilizing and mulching will be measured by the square yard by ground slope measurement or through the use of design data. 8-02.5 Payment (******) Delete all paragraphs under this Section and replace with the following: Payment will be made in accordance with Section 1-04.1 for each of the following listed bid items that are included in the Proposal: “Topsoil, Type __”, per cubic yard. The unit contract price per cubic yard for “Topsoil, Type __” shall be full pay for all costs necessary for providing the source of material for topsoil Type __, for pre-excavation weed control, excavating, loading, hauling, intermediate windrowing, stockpiling, weed control on stockpiles or windrows, and removal, furnishing, placing, cultivating, spreading, processing, and compacting the topsoil. “Bark or Wood Chip Mulch”, per cubic yard. The unit contract price per cubic yard for “Bark or Wood Chip Mulch” shall be full pay for all costs necessary to furnish and install the bark mulch. “Sod Installation,” per square yard. The unit contract price per square yard for “Sod Installation” shall include all costs necessary to prepare the area, furnish and install the sod, erect barriers, control weeds, establish lawn areas, water, mow, complete the Work as specified, and reseed as needed. “Property Restoration,” by force account. Payments for the force account item of “Property Restoration” shall be determined in accordance with Section 1-09.4. For the purpose of providing a common Proposal for all bidders, the Contracting Agency has entered an amount for "Property Restoration" in the Proposal to become a part of the total bid by the Contractor. Cedar Ave Sidewalk SP 97 Special Provisions 2025 8-04 CURB, GUTTERS, AND SPILLWAYS 8-04.2 Materials This Section is supplemented with the following: (***Renton***) Cement Concrete curb, all extruded curb and curb and gutter shall be constructed with Class 4000 psi air intrained concrete conforming to the requirement of Section 6-02 of the Standard Specifications. 8-04.3 Construction Requirements (******) This Section is supplemented with the following: Any gutter damaged, defaced, cracked, chipped, or determined to be of poor workmanship, in the opinion of the Contracting Agency, shall be removed, wastehauled and replaced by the Contractor, at the Contractor’s expense. Sacking and grinding shall not be considered an acceptable means for repairing unacceptable sections. The Contractor shall further provide verbal and written notice (door hanger) to property owners identifying restricted use of their driveways, sidewalks, etc. This notice must be provided twice: at 1 week prior and again 1 day prior to the work being performed. 8-04.5 Payment (******) This Section is supplemented with the following: The unit contract price per linear foot for "Cement Conc. Traffic Curb and Gutter" will also include all costs to construct rolled curb and gutter and transitions from traffic curb and gutter to rolled curb and gutter. 8-09 RAISED PAVEMENT MARKERS 8-09.3 Construction Requirements (******) This Section is supplemented with the following: One Blue Raised Pavement Marker, Type 2 shall be placed in-line with the lane line that is closest to the hydrant perpendicular to the centerline of the roadway in front of each fire hydrant. On a two-lane roadway, the marker shall be offset from the centerline 4 inches toward the hydrant location. Cedar Ave Sidewalk SP 98 Special Provisions 2025 8-09.4 Measurement (******) Delete this Section and replace with the following: No measurement will be made for raised pavement markers, all costs shall be considered incidental to the other unit price items in the Proposal. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.2 Materials This Section is supplemented with the following: (******) Coated Chain Link Fence All new chain link fences shall be coated. Chain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 ounce per square foot of surface area. Fencing materials shall be coated with an ultraviolet-insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall match SAE AMS Standard 595 color number 17038, or be as approved by the Engineer. Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project. The Contractor shall supply the Engineer with two aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used. 8-12.5 Payment This Section is supplemented with the following: “Chain Link Fence, Type 4,” per linear foot. The unit contract price per linear foot for “Chain Link Fence Type 4” shall include all costs for furnishing the necessary materials, labor, equipment, and tools to construct the fence including, but not limited to, new concrete footings, waste haul of all e xcess excavated material, posts, bars, tension wire, privacy slats where shown on the Plans, chain link fabric, vinyl coating, touchup paint, and all hardware for a complete installation. Cedar Ave Sidewalk SP 99 Special Provisions 2025 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description (******) This Section is revised to read: This Work consists of constructing cement concrete sidewalks, curb ramps, and transitions in accordance with details shown in the Plans, Standard Plans, these Specifications, and in conformity to the lines and grades shown in the Plans, Standard Plans, and as established by the Engineer. 8-14.3 Construction Requirements (******) This Section is supplemented with the following: The Contractor shall request a pre-construction meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum , the following: 1. Slopes shown on the Plans. 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces 8. Contractor ADA survey and ADA Feature as-built requirements 9. Cold Weather Protection Timing Restrictions Curb ramps shall be constructed on one leg of the intersection at a time. The curb ramps shall be completed and open to traffic within five calendar days before construction can begin on another leg of the intersection unless otherwise allowed by the Engineer. Unless otherwise allowed by the Engineer, the five calendar day time restriction begins when an existing curb ramp for the quadrant or traffic island/median is closed to Cedar Ave Sidewalk SP 100 Special Provisions 2025 pedestrian use and ends when the quadrant or traffic island/median is fully functional and open for pedestrian access. Layout and Conformance to Grades Using the information provided in the Contract documents, the Contractor shall lay out, grade, and form each new curb ramp, sidewalk, and curb and gutter. (***Renton***) Cement concrete sidewalks shall be constructed with Class 4000 air entrained concrete conforming to the requirement of Section 6-02 of the Standard Specifications. Any sidewalk damaged, defaced, cracked, chipped, or determined to be of poor workmanship, in the opinion of the Contracting Agency, shall be removed, waste hauled, and replaced by the Contractor at the Contractor’s expense. Damaged sidewalk shall be removed at a construction or expansion joint. Sacking, grinding, or spot repaired shall not be considered an acceptable means for repairing unacceptable sections. The Contractor shall further provide verbal and written notice (door hanger) to property owners abutting the Project identifying restricted use of these facilities, etc. This notice must be provided 1 week prior and again 1 day prior to the work being performed. 8-14.4 Measurement This Section is supplemented with the following: (***Renton***) “Cement Conc. Sidewalk” will be measured by the square yard. 8-14.5 Payment This Section is supplemented with the following: (***Renton***) “Cement Conc. Sidewalk”, per square yard. The unit contract price per square yard for “Cement Conc. Sidewalk” shall include all costs of furnishing all materials, labor, tools, and equipment necessary for a complete installation including forming, furnishing, and placing concrete; sidewalk transitions and driveways, thickened edges, jointing and joint filler, curing, barricades, end-sections, and any other items required for a complete installation in good working order and in accordance with the Plans, the Specifications, and as required in the field. It shall also include protecting all sidewalk from damage until accepted by the Contracting Agency. The unit contract price per each for “Cement Conc. Curb Ramp Type ___” shall include all costs of furnishing all materials, labor, tools, and equipment necessary for a complete installation including forming, furnishing and placing concrete, truncated domes, ramps, landings, transitions, pedestrian curbing for ramps (at sides or back of ramps), jointing, and joint filler, curing, barricades and any other items required for a complete Cedar Ave Sidewalk SP 101 Special Provisions 2025 installation in good working order and in accordance with the Plans, the Specifications and as required in the field. It shall also include pr otecting the concrete surface from damage until accepted by the Contracting Agency. 8-18 MAILBOX SUPPORT 8-18.1 Description This Section is supplemented with the following: (******) This work shall include removal of the existing mailboxes where noted on the Plans; providing a temporary mailbox on stand, if required; returning the existing mailbox to the mailbox owner; and installation of a new locking mailbox on a new steel support with anti-twist plate in accordance with City of Renton Standard Details H027, H028 and H029, and as indicated in the Plans. 8-18.3 Construction Requirements This Section is supplemented with the following: (******) During construction, the mailbox and/or paper boxes shall be moved to a temporary location where its usefulness will not be impaired. The Contractor shall give the U.S. Postal Service Postmaster and mailbox owner written notice a minimum of 14 calendar days prior to relocation. The post shall be removed from its fixed location and be placed in a bucket or other suitable container and filled with sand, gravel, or other suitable means to hold it in place. The existing post shall be cut to length as necessary such that the height from the ground to the bottom of the box is 3 feet-6 inches. The temporary box location shall be located such that delivery can be accomplished from within the delivery vehicle and shall be maintained at all times. The new locking mailbox and its relocation shall be in accordance with U.S. Postal Service requirements, have address numbers placed on the mailbox and attachment hardware to the post shall fit a lockbox- style mailbox. The Contractor is responsible for all coordination of the U.S. Postal Service and mailbox owner. 8-18.4 Measurement This Section is supplemented with the following: (******) The unit contract price for “Mailbox Support Type 1” shall be measured per each mailbox removed, temporarily relocated, existing mailbox returned to owner, and new locking mailbox installed on new steel support and foundation. Cedar Ave Sidewalk SP 102 Special Provisions 2025 8-18.5 Payment This Section is supplemented with the following: (******) “Mailbox Support Type 1”, per each. The unit contract price for “Mailbox Support Type 1” shall include, but not be limited to, all costs to provide, remove, temporarily relocate, return mailbox to mailbox owner and install new mailbox on new support, and shall also include bolts, grout, sleeves, backfill and steel posts, foundation, anti-twist plate, address numbering and coordination with the post office, and any coordination with the mailbox owner. 8-21 PERMANENT SIGNING 8-21.3(4) Sign Removal (******) This Section is supplemented with the following: The Contractor shall obtain approval from the Engineer prior to removing existing signs. 8-21.3(5) Sign Relocation (******) This Section is supplemented with the following: All existing signs not designated for permanent removal that are damaged or removed shall be replaced by the Contractor at no additional expense to the Contracting Agency. Existing signs shall be temporarily relocated by the Contractor, as required, to portable sign stands, subject to the approval of the Engineer. When temporarily installed on posts, the signs shall be located as near as practical to their permanent locations and shall have a minimum vertical clearance above the pavement in accordance with the Manual on Uniform Traffic Control Devices (MUTCD). All portable sign stands shall be designed to rigidly support the sign in position without creating a hazard to the motorist. Portable sign stands shall be furnished by the Contractor and upon completion of the work shall remain the property of the Contractor and shall be removed from the Project. Cedar Ave Sidewalk SP 103 Special Provisions 2025 8-21.5 Payment (******) This Section is supplemented with the following: “Permanent Signing,” per lump sum. The lump sum contract price for “Permanent Signing” shall be full pay for all material, labor, tools, and equipment necessary to remove, protect, and reinstall existing signs including posts, concrete anchors, and fasteners, as specified herein and shown on the Plans, as well as furnishing and installing all new permanent signs as may be specified on the Plans. 8-22 PAVEMENT MARKING 8-22.1 Description (******) This Section is supplemented with the following: Pavement markings shall conform to Section 8-22 of the Standard Specifications, and the latest edition and amendments thereto of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington, and shall be constructed as shown in the Plans except as modified herein. The Contractor shall be responsible for all traffic control required to place and protect pavement marking material, as outlined in Sections 1-07.23 and 1-10 of the Standard Specifications and these Special Provisions. 8-22.2 Materials (******) This Section is supplemented with the following: Plastic pavement marking materials shall be Type A – liquid hot applied thermoplastic unless indicated otherwise in the Contract Documents. Patents The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work, and agrees to indemnify and save harmless the Contracting Agency and its duly authorized representatives from all suits of law or action of every nature for, or on account of, the use of any patented materials, equipment, device, or processes. Cedar Ave Sidewalk SP 104 Special Provisions 2025 Acceptance The Contractor shall be responsible for supplying material that meets aforestated material and testing requirements. The Contractor shall supply certification that the pavement marking material meets the above specifications. 8-22.3 Construction Requirements (******) This Section is supplemented with the following: In addition to the requirements of Sections 8-22.3(2) and 8-22.3(3), the application and surface preparation shall conform to the manufacturer’s recommendations. The Contractor shall provide the Engineer with two copies of the manufacturer’s recommendations for installation. In all cases, the product manufacturer’s recommended application procedures shall be adhered to. When no such procedures have been published, workmanship shall be governed by these Special Provisions and the Standard Specifications. After cleaning of areas to receive pavement markings, the areas shall pass inspection of the Engineer prior to application of the material or the primer coat. Reflectorized beading as stated in Section 8-22.3(3) of the Standard Specifications shall be provided with all pavement markings. 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 8-24.2 Materials (******) This Section is supplemented with the following: Landscape Block Walls The face of the wall shall consist of a rock-face type appearance. Modular block units shall be precast concrete tri-plane series, straight face, or Contracting Agency approved equal. Color shall be concrete gray. The depth of each unit block shall be a minimum of 21-1/2 inches. Unit blocks shall allow concave and convex curves per wall alignments indicated on Plans. Modular block units shall have minimum 28-day compressive strength of 20 Mpa in accordance with ASTM C90. The concrete shall have adequate freeze-thaw protection with a maximum adsorption rate of 8 percent. Exterior dimensions shall be uniform and consistent. Maximum dimensional deviations shall be 0.20 inches (not including textured face). Cedar Ave Sidewalk SP 105 Special Provisions 2025 8-24.3(2) Gravity Block Wall (******) This Section is supplemented with the following: Excavation Excavation shall be in accordance with the requirements of Section 2-09 and in conformity to the limits and construction stages shown in the Plans. The Contractor shall restrict the excavation limits to the length of wall that can be constructed in one-day’s work. Excavation beyond the limits that can be completed in one day’s work shall be permitted if the Contractor can demonstrate that the excavation will remain stable until the wall is completed. Slopes above the wall shall be established prior to any excavation for the wall. Foundation Preparation The foundation for the wall shall be graded as shown in the Plans. Prior to placement of the concrete units, the foundation, if not in rock, shall be compacted. Any foundation soils found to be unsuitable shall be removed and replaced as provided for under Section 2-09.3(1) C. The leveling pad shall be compacted to 95 percent of modified Proctor. Installation The first course of block units shall be placed on the prepared leveling pad with the front edges tight together. The Contractor shall install the units level and the alignment as shown on the Plans. The units shall be in full contact with the leveling pad. Proper care shall be taken to develop straight lines and smooth curves. All cavities in and around the block shall be backfilled. Backfill front and back of entire bottom row to firmly lock in place. All excess material shall be swept from tops of units. Install next course of wall units on top of base row. The blocks shall be aligned according manufacturer’s recommendations. The Contractor shall check each block for proper alignment and level. Backfill remaining space behind second course and compact to 95 percent of standard Proctor. Repeat process for each succeeding course. No more than two courses of block shall be dry stacked prior to placement of unit core fill and backfill. Install cap units with construction adhesive at the wall locations indicated on the Plans. Cedar Ave Sidewalk SP 106 Special Provisions 2025 Backfill Material shall be as specified in the Plans. Only hand-operated compaction equipment shall be allowed within 3 feet of the wall face. Sudden braking and sharp turning shall be avoided. The backfill shall be compacted to achieve 95 percent modified Proctor. The Contractor shall be fully responsible for achieving the specified compaction requirements. The Engineer may direct the Contractor to remove and correctly replace any soil or materials found to be not in compliance with these specifications, at the Contractor’s expense. 8-24.4 Measurement (******) Delete this Section and replace with the following: Measurement for Modular Block Wall will be per square foot as measured on a vertical face (one side only) from top of wall to bottom of wall (including wall key and excluding cast-in-place wall caps, leveling pad, etc.). 8-24.5 Payment (******) Delete this Section and replace with the following: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the Proposal: The unit contract price per square foot for “Modular Block Wall” shall be full pay for furnishing all material, labor, tools, and equipment necessary to construct the modular block wall including, but not limited to, excavation, shoring, preparing the subgrade, furnishing and installing leveling pad, modular blocks (including modular caps and construction adhesive), unit fill, drain pipe, drain rock, geotextile fabric for drain pipe, and wastehaul for a complete installation. Gravel backfill will be paid for separately under the unit contract item “Crushed Surfacing Top Course.” Cedar Ave Sidewalk SP 107 Special Provisions 2025 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8(7) HMA Tolerances and Adjustments (******) Delete Item 1 and replace it with the following: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Evaluation Commercial Evaluation Aggregate, percent passing 1", 3/4", 1/2", and 3/8" sieves 6% 8% U.S. No. 4 sieve 6% 8% U.S. No. 8 sieve 6% 8% U.S. No. 200 sieve 2.0% 3.0% Asphalt Binder 0.5% 0.7% 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 percent passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 Soil 9-14.1(1) Topsoil Type A This Section is supplemented with the following: Import topsoil shall be two-way topsoil, consisting of 50 percent Compost screened to 1/2 inch and 50 percent sand. No animal waste, sludge or other amendments added. Bulk product screened to 1/2 inch. Free of weeds, sticks, seeds, clay lumps or any material. Compost shall meet all of the requirements found in See 9-14.4(8). The sand portion of the topsoil shall be free of phyto-toxic materials; viable seeds, roots or rhizomes. Cedar Ave Sidewalk SP 108 Special Provisions 2025 9-14.1(3)A Topsoil Acceptance (******) This Section is revised with the following: Contractor must provide from the manufacturer a recent copy of a soil report with a required sample that is not more than 6 months old. The soil report must demonstrate the topsoil meets all of the requirements described in 9-14.1(1). Appendices (January 2, 2012 WSDOT) The following appendices are attached and made a part of this contract: Appendix A – Wage Rates Washington State Prevailing Wage Rates Appendix B – City of Renton Standard Plans Appendix C – WSDOT Standard (November 4, 2024) Standard Plans The Washington State Department of Transportation Standard Plans M21-01, published September 2024, is made a part of this Contract with the following revisions: A-10.30 RISER RING detail (Including SECTION view and RISER RING DIMENSIONS table): The RISER RING detail is deleted from the plan. INSTALLATION detail, SECTION A: The “1/4”” callout is revised to read “+/- 1/4" (SEE CONTRACT ~ Note: The + 1/4" installation is shown in the Section A view)” A-40.20 Sheet 1, NOTES 1, 2, 3, and 4 are replaced with the following: 1. Use the ½ inch joint details for bridges with expansion length less than 100 feet and for bridges with L type abutments. Use the 1 inch joint details for other applications. Cedar Ave Sidewalk SP 109 Special Provisions 2025 2. Use detail 5, 6, 7 on steel trusses and timber bridges with concrete bridge deck panels. 3. For details 1, 2, 3, and 4, the item “HMA Joint Seal at Bridge End” shall be used for payment. For details 5 and 6, the item “HMA Joint Seal at Bridge Deck Panel Joint” shall be used for payment. For detail 7, the item “Clean and Seal Bridge Deck Panel Joint” shall be used for payment. Sheet 2, Detail 8 reference to “6-09.3(6)” is revised to read “6-21.3(7)”. A-50.40 Sheet 1, Plan View: The callout “BEAM GUARDRAIL TYPE 31 TRANSITION SECTION TYPE 21 OR TYPE 24 (SEE STANDARD PLAN C-25.20 OR C-25.30)” is revised to read “BEAM GUARDRAIL TYPE 31 TRANSITION SECTION TYPE 21, 24, OR 25 (SEE STANDARD PLAN C -25.20, C-25.30, OR C-25.32)” A-60.40 Note 2 reference to “6-09.3(6)” is revised to read “6-21.3(7)”. B-90.40 Valve Detail – DELETED C-23.70 Sheet 2, ANCHOR BRACKET ASSEMBLY DETAIL, dimension, “R. 5/16” is revised to read; R. 15/16” ANCHOR PLATE DETAIL, weld callout (fillet), 1/4" is revised to read; 3/16” C-60.20 Sheet 1, Plan view, callout – “1/2” (IN) DIAMETER X 6 1/2" (IN) LONG ANCHOR BOLT ~ PER STD. SPEC. SECT. 9-06.5(4) (TYPICAL) (SEE NOTE 7)” is revised to read: “5/8” DIAMETER x 6 1/2" (IN) LONG ANCHOR BOLT ~ PER STD. SPEC. SECT. 9-06.5(4) (TYPICAL) (SEE NOTE 7)” C-81.15 Sheet 1, General Notes, Add Note 7, to read;”7. The concrete class for the moment slab shall be class 4000 typically and class 4000A when the top of the slab is used as the roadway, or sidewalk, surface. The concrete class for the barrier is defined in Standard Specificati on Section 6-10.3.” Cedar Ave Sidewalk SP 110 Special Provisions 2025 C-85.11 On Section B, the callout “3” EXPANDED POLYSTYRENE AROUND COLUMN (TYP.)” is revised to read “3” EXPANDED POLYSTYRENE OR POLYETHYLENE FOAM AROUND COLUMN (TYP.)” D-3.09 Sheet 1, Geosynthetic Wall with 2 FT Traffic Surcharge detail, callout – “BARRIER ON WALL ~ SEE Standard Plan D-3.15 or D-3.16” is revised to read: “BARRIER ON WALL ~ SEE Standard Plan C-81.10 and/or C-81.15” D-3.10 Sheet 1, Typical Section, callout – “FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.15” is revised to read; ”FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER, SEE CONTRACT PLANS” Sheet 1, Typical Section, callout – “FOR WALLS WITH F-SHAPE TRAFFIC BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.16” is revised to read; ”FOR WALLS WITH F-SHAPE TRAFFIC BARRIER, SEE CONTRACT PLANS” D-3.11 Sheet 1, Typical Section, callout – “”B” BRIDGE APPROACH SLAB (SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE STANDARD PLANS D-3.15 OR D-3.16” is revised to read; ”B” BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS) Sheet 1, Typical Section, callout – “TYPICAL BARRIER ON BRIDGE APPROACH SLAB (SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE STANDARD PLAN S D- 3.15 OR D-3.16” is revised to read; “TYPICAL BARRIER ON BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS) D-10.10 Note 7, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced Concrete Retaining Wall Type 1 and 1SW”. D-10.15 Note 7, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced Concrete Retaining Wall Type 2 and 2SW”. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. Cedar Ave Sidewalk SP 111 Special Provisions 2025 D-10.40 Note 5, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced Concrete Retaining Wall Type 7”. D-10.45 Note 5, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced Concrete Retaining Wall Type 8”. F-10.18 General Note 1; “Construct curb joints at concrete pavement transverse joint locations. If all adjacent pavement is HMA, see Standard Plam F-30.10 for Curb Expansion and Contraction Joint Spacing.” Is revised to read – “See Standard Plan F-30.10 and Standard Specification Section 8-04.3 for Curb Expansion and Contraction Joint details and spacing.” F-30.10 All five instances of the “2.0% MAX.” are replaced with “2.1% MAX.” F-40.12 The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” Note 7 is replaced with the following: 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do not include the abutting landing in the Curb Ramp length measurement. When a ramp is constructed on a radius, the Curb Ramp length is measured on the inside radius along the back of the walkway. Section B is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” Section C is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” Cedar Ave Sidewalk SP 112 Special Provisions 2025 F-40.14 The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” Note 7 is replaced with the following: 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do not include the abutting landing in the Curb Ramp length measurement. When a ramp is constructed on a radius, the Curb Ramp length is measured on the inside radius along the back of the walkway. Section A is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” Section C is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” F-40.15 The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” Note 7 is replaced with the following: 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do not include the abutting landing in the Curb Ramp length measurement. Section A is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” F-40.16 The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” Note 8 is replaced with the following: 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do not include the abutting landing in the Curb Ramp length measurement. Section A is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” Section B is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” F-80.10 The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” Note 6 is replaced with the following: The running slope of the Pedestrian Ramp shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for Cedar Ave Sidewalk SP 113 Special Provisions 2025 details. Use a single constant slope from bottom of ramp to top of ramp to match into the sidewalk. Section A is amended as follows: Delete: “15” Max.” J-10.10 Sheet 4 of 6, “Foundation Size Reference Table”, PAD WIDTH column, Type 33xD=6’ – 3” is revised to read: 7’ – 3”. Type 342LX / NEMA P44=5’ – 10” is revised to read: 6’ – 10” Sheet 5 of 6, Plan View, “FOR EXAMPLE PAD SHOWN HERE:, “first bullet” item, “-SPACE BETWEEN TYPE B MOD. CABINET AND 33x CABINET IS 6” (IN)” I S REVISED TO READ: “SPACE BETWEEN TYPE B MOD. CABINET (BACK OF ALL CHANNEL STEEL) AND 33x CABINET IS 6” (IN) (CHANNEL STEEL ADDS ABOUT 5” (IN)” J-10.16 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-10.17 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-10.18 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-20.10 DELETED J-20.11 DELETED J-20.26 Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian pushbutton post.” Add General Note 2, to read: “Signs shown are for locations with pedestrian signal displays (Accessible Pedestrian Signals/APS). Accessible information device (AID) pushbuttons signs not shown.” Revise View Titles (Both Sheets) to read: “ACCESSIBLE PEDESTRIA N PUSHBUTTON ASSEMBLY” J-20.16 View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE Cedar Ave Sidewalk SP 114 Special Provisions 2025 J-21.10 Sheet 1, Anchor Bolt Template, callout; “9” (IN) BOLT CIRCLE” is revised to read: “9” (IN) DIA.BOLT CIRCLE” Base Plate Detail, callout; “3/4” (IN) STEEL PLATE WITH HOLE = POLE BASE + 1/6” (IN)” IS REVISED TO READ; “3/4” (IN) STEEL PLATE WITH HOLE = POLE BASE + 1/16” (IN)” Flat Foundation Detail – Elevation, callout; “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ THREE REQ’D. PER ASSEMBLY” is revised to read; “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ FOUR REQ’D. PER ASSEMBLY” Flat Foundation Detail – Elevation, dimension; 4’ – 0” is revised to read; “4’ – 0” ROUND OR 3’ – 0” SQUARE” J-21.15 Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE NIPPLE ~ 1 ½” (IN) DIAM. J-28.30 General Note 13 – “See Standard Plans C-8b and C-85.14 for steel light standards on traffic barrier” is revised to read; “See Standard Plan C-85.15 for steel light standards on traffic barrier.” J-40.10 Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S. FLAT WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 1/2” (IN) S. S. FLAT WASHER” J-40.36 Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-40.37 Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is revise d to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-75.20 Key Notes, note 16, second bullet point, was: “1/2” (IN) x 0.45” (IN) Stainless Steel Bands”, add the following to the end of the note: “Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware.” Cedar Ave Sidewalk SP 115 Special Provisions 2025 J-75.55 Notes, Note A1, Revise reference, was – G-90.29, should be – G-90.20. L-5.10 Add new general Note 9 on sheet 1 – “9. The top of wall in Section A on Sheet 1 shall be located as follows: 1) flush with the finished grade when placed within the deflection distance of the long span guardrail system (Std. Plan C-20.40), 2) Two inches maximum above finished grade when placed behind a box culvert guardrail steel post system (Std. Plan C - 20.41 or C-20.43), 3) Six inches minimum for all other applications. The bottom rail shall be located at mid height between the top rail and the top of structure.” M-20.30 Wide Dotted Lane Line Detail, reference below title, (SEE NOTE 6) is revised to read: (SEE NOTE 5) M-40.10 Guide Post Type ~ Reflective Sheeting Applications Table, remove reference - “(SEE NOTE 5)” The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 ............ 8/7/07 A-30.35-00 ........ 10/12/07 A-50.10-02 .......... 7/18/24 A-10.20-00 .......... 10/5/07 A-40.00-01 ............ 7/6/22 A-50.40-01 .......... 8/17/21 A-10.30-00 .......... 10/5/07 A-40.10-04 .......... 7/31/19 A-60.10-03 ........ 12/23/14 A-20.10-00 .......... 8/31/07 A-40.15-00 .......... 8/11/09 A-60.20-03 ........ 12/23/14 A-30.10-00 .......... 11/8/07 A-40.20-04 .......... 1/18/17 A-60.30-01 .......... 6/28/18 A-30.30-01 .......... 6/16/11 A-40.50-03 ......... 9/12/23 A-60.40-00 .......... 8/31/07 B-5.20-03 .............. 9/9/20 B-30.50-03 .......... 2/27/18 B-75.20-03 .......... 8/17/21 B-5.40-02 ............ 1/26/17 B-30.60-00 ............ 9/9/20 B-75.50-02 .......... 3/15/22 B-5.60-02 ............ 1/26/17 B-30.40-03 .......... 2/27/18 B-70.60-01 .......... 1/26/17 B-10.20-03 .......... 8/23/23 B-30.70-04 .......... 2/27/18 B-75.60-00 ............ 6/8/06 B-10.40-02 .......... 8/17/21 B-30.80-01 .......... 2/27/18 B-80.20-00 ............ 6/8/06 B-10.70-03 .......... 8/23/23 B-30.90-02 .......... 1/26/17 B-80.40-00 ............ 6/1/06 B-15.20-01 ............ 2/7/12 B-35.20-00 ............ 6/8/06 B-85.10-01 .......... 6/10/08 B-15.40-01 ............ 2/7/12 B-35.40-01 .......... 8/23/23 B-85.20-00 ............ 6/1/06 B-15.60-02 .......... 1/26/17 B-40.20-00 ............ 6/1/06 B-85.30-00 ............ 6/1/06 B-20.20-02 .......... 3/16/12 B-40.40-02 .......... 1/26/17 B-85.40-00 ............ 6/8/06 B-20.40-04 .......... 2/27/18 B-45.20-01 .......... 7/11/17 B-85.50-01 .......... 6/10/08 B-20.60-03 .......... 3/15/12 B-45.40-01 .......... 7/21/17 B-90.10-00 ............ 6/8/06 B-25.20-02 .......... 2/27/18 B-50.20-00 ............ 6/1/06 B-90.20-00 ............ 6/8/06 B-25.60-03 .......... 8/23/23 B-55.20-03 .......... 8/17/21 B-90.30-00 ............ 6/8/06 Cedar Ave Sidewalk SP 116 Special Provisions 2025 B-30.05-00 ............ 9/9/20 B-60.20-02 ............ 9/9/20 B-90.40-01 .......... 1/26/17 B-30.10-03 .......... 2/27/18 B-60.40-01 .......... 2/27/18 B-90.50-00 ............ 6/8/06 B-30.15-00 .......... 2/27/18 B-65.20-01 .......... 4/26/12 B-95.20-02 .......... 8/17/21 B-30.20-04 .......... 2/27/18 B-65.40-00 ............ 6/1/06 B-95.40-01 .......... 6/28/18 B-30.30-03 .......... 2/27/18 B-70.20-01 .......... 3/15/22 C-1 ........................ 9/8/22 C-23.70-01 ........ 10/16/23 C-70.10-04 ........ 10/16/23 C-1b .................. 10/12/23 C.24.10-05 .......... 7/21/24 C-70.15-01 .......... 7/21/24 C-1d .................. 10/31/03 C-24.15-00 .......... 3/15/22 C-75.10-02 .......... 9/16/20 C-6a ...................... 9/8/22 C-25.20-07 .......... 8/20/21 C-75.20-03 .......... 8/20/21 C-7 ........................ 9/8/22 C-25.22-06 .......... 8/20/21 C-75.30-03 .......... 8/20/21 C-7a ...................... 9/8/22 C-25.26-05 .......... 8/20/21 C-80.10-03 ........ 10/16/23 C-20.10-09......... 10/12/23 C-25.30-01 .......... 8/20/21 C-80.20-01 .......... 6/11/14 C-20.14-05............. 9/8/22 C-25.32-00 .......... 7/29/24 C-80.30-02 .......... 8/20/21 C-20.15-03......... 10/12/23 C-25.80-05 .......... 8/12/19 C-80.40-01 .......... 6/11/14 C-20.18-04............. 9/8/22 C-60.10-04 .......... 7/21/24 C-85.10-00 ............ 4/8/12 C-20.40-10......... 10/12/23 C-60.15-01 .......... 7/21/24 C-85.11-01 .......... 9/16/20 C-20.41-05........... 7/18/24 C-60.20-01 ............ 9/8/22 C-85.15-03 ........ 10/17/23 C-20.43-01........... 7/18/24 C-60.30-02 .......... 7/21/24 C-85-18-03 ............ 9/8/22 C-20.44-00........... 8/13/24 C-60.40-01 .......... 7/21/24 C-81.10-00 .......... 9/12/23 C-20.45-03............. 9/8/22 C-60.45-01 .......... 7/21/24 C-81.15-00 .......... 9/12/23 C-20.55-00........... 7/30/24 C-60.50-01 .......... 7/21/24 C-22.16-08......... 10/17/23 C-60.60-01 .......... 7/21/24 C-22.40-11........... 7/21/24 C-60.70-01 ............ 9/8/22 C-22.45-07........... 7/21/24 C-60.80-02 .......... 7/21/24 D-2.36-03 ............ 6/11/14 D-3.11-03 ............ 6/11/14 D-10.25-01 ............ 8/7/19 D-2.46-02 ............ 8/13/21 D-4 .................... 12/11/98 D-10.30-00 ............ 7/8/08 D-2.84-00 .......... 11/10/05 D-6 ...................... 6/19/98 D-10.35-00 ............ 7/8/08 D-2.92-01 ............ 4/26/22 D-10.10-01 .......... 12/2/08 D-10.40-01 .......... 12/2/08 D-3.09-00 ............ 5/17/12 D-10.15-01 .......... 12/2/08 D-10.45-01 .......... 12/2/08 D-3.10-01 ............ 5/29/13 D-10.20-01 ............ 8/7/19 D-20.10-00 .......... 10/9/23 E-1 ...................... 2/21/07 E-4 ...................... 8/27/03 E-20.10-00........... 9/12/23 E-2 ...................... 5/29/98 E-4a .................... 8/27/03 E-20.20-00........... 10/4/23 F-10.12-04 ........... 9/24/20 F-10.62-02 .......... 4/22/14 F-40.15-04 .......... 9/25/20 F-10.16-00 ......... 12/20/06 F-10.64-03 .......... 4/22/14 F-40.16-03 .......... 6/29/16 F-10.18-04 ........... 6/28/24 F-30.10-04 .......... 9/25/20 F-45.10-05 ............ 6/4/24 F-10.40-04 ........... 9/24/20 F-40.12-03 .......... 6/29/16 F-80.10-04 .......... 7/15/16 F-10.42-00 ........... 1/23/07 F-40.14-03 .......... 6/29/16 Cedar Ave Sidewalk SP 117 Special Provisions 2025 G-10.10-00 .......... 9/20/07 G-24.50-05 ............ 8/7/19 G-90.10-03 .......... 7/11/17 G-20.10-03 .......... 8/20/21 G-24.60-05 .......... 6/28/18 G-90.20-05 .......... 7/11/17 G-22.10-04 .......... 6/28/18 G-25.10-05 .......... 9/16/20 G-90.30-04 .......... 7/11/17 G-24.10-00 .......... 11/8/07 G-26.10-00 .......... 7/31/19 G-95.10-02 .......... 6/28/18 G-24.20-01 ............ 2/7/12 G-30.10-04 .......... 6/23/15 G-95.20-03 .......... 6/28/18 G-24.30-02 .......... 6/28/18 G-50.10-03 .......... 6/28/18 G-95.30-03 .......... 6/28/18 G-24.40-07 .......... 6/28/18 H-10.10-01 ............ 6/2/24 H-30.10-00 ........ 10/12/07 H-70.10-02 .......... 8/17/21 H-10.11-00 ............ 6/2/24 H-32.10-00 .......... 9/20/07 H-70.20-02 .......... 8/17/21 H-10.15-01 ............ 6/2/24 H-60.10-01 ............ 7/3/08 H-10.16-00 ............ 6/2/24 H-60.20-01 ............ 7/3/08 I-10.10-01............ 8/11/09 I-30.20-00 ........... 9/20/07 I-40.20-00 ........... 9/20/07 I-30.10-02............ 3/22/13 I-30.30-02 ........... 6/12/19 I-50.20-02 ............. 7/6/22 I-30.15-02............ 3/22/13 I-30.40-02 ........... 6/12/19 I-60.10-01 ........... 6/10/13 I-30.16-01............ 7/11/19 I-30.60-02 ........... 6/12/19 I-60.20-01 ........... 6/10/13 I-30.17-01............ 6/12/19 I-40.10-00 ........... 9/20/07 I-80.10-02 ........... 7/15/16 J-05.50-00 ........... 8/30/22 J-26.10-03 ........... 7/21/16 J-50.05-00 ........... 7/21/17 J-10 ..................... 7/18/97 J-26.15-01 ........... 5/17/12 J-50.10-01 .......... .7/31/19 J-10.10-04 ........... 9/16/20 J-26.20-01 ........... 6/28/18 J-50.11-02 ........... 7/31/19 J-10.12-00 ........... 9/16/20 J-27.10-01 ........... 7/21/16 J-50.12-02 ............. 8/7/19 J-10.14-00 ........... 9/16/20 J-27.15-00 ........... 3/15/12 J-50.13-01 ........... 8/30/22 J-10.15-01 ........... 6/11/14 J-28.01-00 ........... 8/30/22 J-50.15-01 ........... 7/21/17 J-10.16-02 ........... 8/18/21 J-28.10-02 ............. 8/7/19 J-50.16-01 ........... 3/22/13 J-10.17-02 ........... 8/18/21 J-28.22-00 ........... 8/07/07 J-50.18-00 ............. 8/7/19 J-10.18-02 ........... 8/18/21 J-28.24-02 ........... 9/16/20 J-50.19-00 ............. 8/7/19 J-10.20-04 ........... 8/18/21 J-28.26-01 ......... 12/02/08 J-50.20-00 ............. 6/3/11 J-10.21-02 ........... 8/18/21 J-28.30-04 ........... 6/18/24 J-50.25-00 ............. 6/3/11 J-10.22-03 ........... 10/4/23 J-28.40-02 ........... 6/11/14 J-50.30-00 ............. 6/3/11 J-10.25-01 ........... 6/21/24 J-28.42-01 ........... 6/11/14 J-60.05-01 ........... 7/21/16 J-10.26-00 .......... .8/30/22 J-28.43-01 ........... 6/28/18 J-60.11-00 ........... 5/20/13 J-12.15-00 ........... 6/28/18 J-28.45-03 ........... 7/21/16 J-60.12-00 ........... 5/20/13 J-12.16-00 ........... 6/28/18 J-28.50-03 ........... 7/21/16 J-60.13-00 ........... 6/16/10 J-15.10-01 ........... 6/11/14 J-28.60-03 ........... 8/27/21 J-60.14-01 ........... 7/31/19 J-15.15-02 ........... 7/10/15 J-28.70-04 ........... 8/30/22 J-75.10-02 ........... 7/10/15 J-20.01-01 .......... .6/21/24 J-29.10-02 ........... 8/26/22 J-75.20-01 ........... 7/10/15 J-20.05-00 ........... 6/21/24 J-29.15-01 ........... 7/21/16 J-75.30-02 ........... 7/10/15 J-20.10-05 ........... 10/4/23 J-29.16-02 ........... 7/21/16 J-75.50-00 ........... 8/30/22 J-20.11-03 ........... 7/31/19 J-30.10-01 ........... 8/26/22 J-75.55-00 ........... 8/30/22 J-20.15-04 ........... 6/21/24 J-40.01-00 ........... 8/30/22 J-80.05-00 ........... 8/30/22 J-20.16-02 ........... 6/30/14 J-40.05-00 ........... 7/21/16 J-80.10-01 ........... 8/18/21 J-20.20-02 ........... 5/20/13 J-40.10-04 ........... 4/28/16 J-80.12-00 ........... 8/18/21 J-20.26-01 ........... 7/12/12 J-40.20-03 ........... 4/28/16 J-80.15-00 ........... 6/28/18 J-21.10-05 ........... 6/21/24 J-40.30-04 ........... 4/28/16 J-81.10-02 ........... 8/18/21 Cedar Ave Sidewalk SP 118 Special Provisions 2025 J-21.15-01 ........... 6/10/13 J-40.35-01 ........... 5/29/13 J-81.12-00 ............. 9/3/21 J-21.16-02 ........... 6/21/24 J-40.36-02 ........... 7/21/17 J-84.05-00 ........... 8/30/22 J-21.17-01 ........... 6/10/13 J-40.37-02 ........... 7/21/17 J-86.10-00 ........... 6/28/18 J-21.20-01 ........... 6/10/13 J-40.38-01 ........... 5/20/13 J-90.10-03 ........... 6/28/18 J-22.15-03 ........... 6/21/24 J-40.39-00 ........... 5/20/13 J-90.20-03 ........... 6/28/18 J-22.16-03 ........... 7/10/15 J-40.40-02 ........... 7/31/19 J-90.21-02 ........... 6/28/18 J-22.17-00 ........... 6/21/24 J-45.36-00 ........... 7/21/17 J-90.50-00 ........... 6/28/18 K-70.20-01............. 6/1/16 K-80.32-00 .......... 8/17/21 K-80.35-01 .......... 9/16/20 K-80.10-02........... 9/25/20 K-80.34-00 .......... 8/17/21 K-80.37-01 .......... 9/16/20 L-5.10-02 ............... 6/5/24 L-20.10-03 ........... 7/14/15 L-40.20-02 ........... 6/21/12 L-5.15-00 ............. 9/19/22 L-30.10-02 ........... 6/11/14 L-70.10-01 ........... 5/21/08 L-10.10-02 ........... 6/21/12 L-40.15-01 ........... 6/16/11 L-70.20-01 ........... 5/21/08 M-1.20-04 ........... 9/25/20 M-9.60-00 ........... 2/10/09 M-24.66-00 ......... 7/11/17 M-1.40-03 ........... 9/25/20 M-11.10-04 ........... 8/2/22 M-40.10-04 ....... 10/17/23 M-1.60-03 ........... 9/25/20 M-12.10-04 ......... 6/28/24 M-40.20-00 ....... 10/12/07 M-1.80-03 ............. 6/3/11 M-15.10-02 ......... 7/17/23 M-40.30-01 ......... 7/11/17 M-2.20-03 ........... 7/10/15 M-17.10-02 ........... 7/3/08 M-40.40-00 ......... 9/20/07 M-2.21-00 ........... 7/10/15 M-20.10-04 ........... 8/2/22 M-40.50-00 ......... 9/20/07 M-3.10-04 ........... 9/25/20 M-20.20-02 ......... 4/20/15 M-40.60-00 ......... 9/20/07 M-3.20-04 ............. 8/2/22 M-20.30-05 ......... 6/28/24 M-60.10-01 ........... 6/3/11 M-3.30-04 ........... 9/25/20 M-20.40-03 ......... 6/24/14 M-60.20-03 ......... 8/17/21 M-3.40-04 ........... 9/25/20 M-20.50-02 ........... 6/3/11 M-65.10-03 ......... 8/17/21 M-3.50-03 ........... 9/25/20 M-24.20-02 ......... 4/20/15 M-80.10-01 ........... 6/3/11 M-5.10-03 ........... 9/25/20 M-24.40-02 ......... 4/20/15 M-80.20-00 ......... 6/10/08 M-7.50-01 ........... 1/30/07 M-24.60-04 ......... 6/24/14 M-80.30-00 ......... 6/10/08 M-9.50-02 ........... 6/24/14 M-24.65-00 ......... 7/11/17 City of Renton Contract Provisions for Cedar Ave Sidewalk ______________________________________________________________________________ APPENDIX A. PREVAILING HOURLY MINIMUM WAGE RATES Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 1 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 2 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 3 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 4 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 5 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 6 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 7 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 8 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 9 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 10 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 11 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 12 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 13 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 14 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 15 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 16 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 17 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 18 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 19 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 20 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 21 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 22 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 23 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 24 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 25 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 26 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 27 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 28 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 29 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 30 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 31 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 32 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 33 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 34 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 35 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 36 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 37 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 38 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 39 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 40 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 41 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 42 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 43 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 44 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 45 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 46 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 47 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 48 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 49 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 50 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 51 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 52 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 53 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 54 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 55 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 56 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 57 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 58 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 59 of 60 2/11/2025, 2:27 PM Journey Level Wages https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 60 of 60 2/11/2025, 2:27 PM Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 1 | Page ************************************************************************************************************ 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. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, 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. 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. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 2 | Page Overtime Codes Continued 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) 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. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on 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. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) 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. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. 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 the straight time rate of pay in addition to holiday pay. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 3 | Page Overtime Codes Continued 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. B. All hours worked on holidays shall be paid at one and one-half 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. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week 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 over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 3. 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. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a 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. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 4 | Page Overtime Codes Continued 4. 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 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 C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) 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 will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 5 | Page Overtime Codes Continued 4. J. The first eight (8) hours worked on a 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 a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. S. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work performed in excess of (10) hours shall be paid at one and one half (1-1/2) times the hourly rate of pay. On Monday through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Multiple Shift Operations: When the first shift of a multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. Special Shifts: The Special Shift Premium is the basic hourly rate of pay plus $2.00 an hour. When due to conditions beyond the control of the employer or when an owner (not acting as the contractor), a government agency or the contract specifications require more than four (4) hours of a special shift can only be performed outside the normal 6am to 6pm shift then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid the special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday). U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 6 | Page Overtime Codes Continued 4. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). Al l work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an e mployee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Overtime Codes Continued 11. 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. B After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday 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. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00 am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 7 | Page Overtime Codes Continued 11. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of nine (9) hours or more. When an employee returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period. H. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of ten (10) hours or more. When an employee returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period. J. All hours worked on holidays shall be paid at double the hourly rate of wage. K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8) hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double the hourly rate of wage. L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all hours worked that shift. All hours worked on holidays shall be paid at one and one-half 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. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 8 | Page Overtime Codes Continued 11. M. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of a multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 am to 6:00 pm, then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight (8) hours work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten shifts. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours, and all work performed on holidays shall be paid at double the straight time rate of pay. Shift Pay Premium: In an addition to any overtime already required, all hours worked between the hours of 6:00 pm and 5:00 am shall receive an additional two dollars ($2.00) per hour. N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at double the straight time rate. Any time worked over eight (8) hours on Saturday shall be paid double the straight time rate, except employees assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on Saturday over 10 hours. O. All work performed on Saturdays, Sundays, and Holidays shall be paid at one and one half (1-1/2) times the straight time rate of pay. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 9 | Page Overtime Codes Continued 11. P. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day’s operation shall be completed at that rate. When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 a.m. to 6:00 p.m., then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shifts shall consist of eight (8) hours work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten -hour shifts. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Q. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 35% over the hourly rate of wage. Work performed on Sundays shall be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. R On Monday through Saturday hours worked outside 6:00 am and 7:00 pm, and all hours after eight (8) hours worked shall be paid at one and one-half times the hourly rate. All hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. When a holiday falls on a Saturday, the Friday before shall be the observed holiday. When a holiday falls on a Sunday, the following Monday shall be the observed holiday. S. The first ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions, or other conditions beyond the control of the Employer, then Saturday may be worked at the straight time rate, for the first eight (8) hours, or the first ten (10) hours when a four day ten hour workweek has been established. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 10 | Page 11. T. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. U. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. If, due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift, then a Special Shift may be worked, Monday through Friday, at the straight-time rate. The starting time of work for the Special Shift will be arranged to fit such conditions of work. Such Special Shift shall consist of eight (8) hours of work for eight (8) hours of pay or ten (10) hours of work for ten(10) hours of pay on a four-ten workday schedule. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 11 | Page Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). 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). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 12 | Page Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holiday Codes Continued 7. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 13 | Page Holiday Codes Continued 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, Christmas Eve, and Christmas Day (9). Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 14 | Page Holiday Codes Continued 15. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. M. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. O. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, the day before Christmas day, and Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 15 | Page Note Codes 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. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 16 | Page Note Codes Continued X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 17 | Page Note Codes Continued 9. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. H. One (1) person crew shall consist of a Party Chief. (Total Station or similar one (1) person survey system). Two (2) person survey party shall consist of a least a Party Chief and a Chain Person. Three (3) person survey party shall consist of at least a Party Chief, an Instrument Person, and a Chain Person. Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 18 | Page 9. I. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. Employees may be required to perform any combination of work within the Diving team/crew, (with the exception of dive Supervisor) provided they are paid at the highest rate at which he/she has worked for the shift. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. City of Renton Contract Provisions for Cedar Ave Sidewalk ______________________________________________________________________________ APPENDIX B. CITY OF RENTON STANDARD PLANS NOfE2 X3/8 -R X 5/8"D DUMMY JOINT I I I I 3/8- PREMOLDED JOINT FILLER (TYP) I F V— 5 _ PLAN VIEW FACEOF FRAME A GRATECURBI_S FRANE60RATE 6 1/2" IL• 13" 51 2" 1• ( I.OB') FRAMEANDGRATE-NOTndwosa 1/2" R. 1' jR MATCHROADWAY Iry DDRB AND DUTIERSID rlEh1 SLOPE TOP OFI 1R2EOE69 ROADWAY D' D D D D.. D.'.' ADJUSTMENT SECTION -NOTINCLUDED D' e' INCURSANDOUTIERSIDIIEM CATCH RUN -NOTDICL DED D •'••' - INCURSANDOUTTERSIDREM SECTION O GENERAL NOTES: 1. The Intent of this design Is to facilitate the removal' of a catch basin with minimal disturbance of the curb x .i- 2. The expansion joints of the - i . I. adjacentsidawalkshall be adjusted to be In line with these curb expansion joints. j I sI SEE NOTE2 CEMENTCONCREIE CURS AND ODTTER I ISO 2IC VIEW CEMENT CONCRETE CURB SM. PLAN — IMA PUBLIC WORKS PRO D: INSTALLATION AT DEPARTMENT CATCH BASINS ADA FACE OF CURB 6 112' ' 1/2" R. 1" R. 1:24 t TOP OF 112" R. ROADWAY I V ED T CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF ADJACENT CURB 6 1f2"-- FLUSH WITH GUTTER PAN AT SIDEWALK RAMP ENTRANCE 1:12 1:24 TOP OF 112" R. ROADWAY 1 DEPRESSED CURB SECTION AT SIDEWALK RAMPS w ' PREMOLDED JOINT FILLER E FULL -DEPTH EXPANSION JOINT 6" CEMENT CONCRETE 112" R. 1"R. SIDEWALK RAMP VARIES OR LANDING FROM ! 6"TOO S s" T 318" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS 6 112" ' FACE OF ADJACENT CURB SEE DEPRESSED CURB DETAIL THIS SHEET 114 TOP OF 1/2" R. ROADWAY 2" i T DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 1 P2' R. FACE OF ADJACENT CURB I GUTTER SURFACE u 6 112" 1" 1' R. FACE OF CURB 1" R. 8 114" 1" R. CEMENT CONCRETE i TRAFFIC CURB DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Expansion joint shall be full depth, 3/8" (in.) premolded joint filler. 3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2 TOP OF ROADWAY STD. PLAN — 101 a PUBLIC WORKS CEMENT CONCRETE CURBSDEPARTMENT NOTES' 1. Not used. 2. All ramp and landing edges shall be separately formed. Utilities structures that must remain are to be made non -slip or non-skid. 4. Utilities structures such as vaults and junction boxes shall not be located in the Pedestrian Access Route (PAR) of the Pedestrian Circulation Route, 5. Drainage appurtenances, such as manholes, catch basins, eic. shall not be located in the PAR. These should be located in the street or the buffer strip. 6. Accessible pedestrian access shall be provided for during construction. PUBLIC IVORKr I UTILITY PLACEMENT IN AN ) DEPAR?6!E\! CEMENT CONCRETE SIDEWALK STD. PLAN — L02.1 Gregg Lmmerman, PuGlk Warts Adminbvator s RAISED EDGE DETAIL 1 a sI DEWALK LEVEL 1r2' F•J7 O $IOEWAL3(TRANSVERSE 1'-0" 1' - 0" 11r R J01NTS TO INCLUDE RASED EDGE 318• (IN) PREMOLDED JOINT FILLER TYPICAL WHERE APPLICABLEON RDUt DING 2.0%1 tr2" (IN) R. (TYP.] FOR CURB pETA[LS r , SEE STD PLAN 101 er ' y r. STING ROADWAY CRUSHED ROCK BrLS SEE RAISED EDGE I SIDEWALK DETAIL - THIS SHE LTYPICALUNDER CRUSHEOSURFACING TOP COURSE (CSTC) ALL CUT SIDEWALK OMPACT TO 957, MODIFILU PROCTOR MIN. O SLOPESWITH RAISED EDGE UNLESS REOUTREMENT WAIVED BY ENGINEER) TYPICAL. UNDER ALL CURB, V2" ( tN) R. (TYP.) GUTTER S SIDEWALK, CSTC UNDER 2' ' v FOR CURB DETAILS CURB S GUTTER TO BE S THICKNESS CR LS% SEE STD PLAN 101 MATCH EXISTING ROADWAY CRUSHED ROCK dH " ,• i!' BASE, WHICHEVER IS GREATER (1YP. FOR ALL CURB b GUTTER). FINISHED GRADE 1"(IN)BELOW 1fn2' 0• SIDEWALK TOPOF CONCRETE SURFACE ADJACENT TO CURB MIN 1, m 1 0• ROU DING R. ( TYR) FOR CURB DETAILS 1, 5% SEE STD PLAN 101 o a t s Fr• • BRI DGE OR PEDESTRIAN RAILING ADJACENT TO CURB FOR CURB CURSDETAILS WRIER - SEE SIDEWALK SEE $TD PLAN 101. STEEP FILL SLOPES) CONTRACT PLANS WALL OR BARRIER I 772' (IN) R. (TYP.) J I SIDEWALK FLUSH' 1. 5% t 1rz• M R. VERTICAL WALL - -- ' -. . - -- \Vr ti..f . •. SEE DETAIL 318• ( IN) PREMOLDED JOINT FILLER ADJACENT TO CURB AND RAILING OR WALL a (IN) PREMOLDED JOINT FILLER FOR SIDE BUFFER STR1P TREATMENTSIDEWALKSIDEWALK ADJACENT TO WALL DETAIL SEE HER (SEE NOTE 10) SIDEWALK/ 12• ( IN) R. SECTIONS1 ( TYP ) FOR v 1.5% SEE STD PLAN 10.S 1. SX MIN. SEE STD PLAN 101 r 4`\\ f GROOMED FINISH OR MATCH E)(iST1NG e 4' M/IDE, SMOOTH Go TROWELED PERIMETER FINISHED GRADE t• (IN) BELOW TOP OF CONCRETE SURFACE FOR PLANTING -FLUSH IF PAVED T CONCRETE CEMENTCONCRETECURB CURB ADJACENT TO BUFFER STRIP 0 CURB FOR CURB DETAILS D• SEE STD PLAN 101 r 5, z 1r8'TD 114' NOTES 1. Four feet of the sidewalk width shall be the minimum pedestrian CONTRACTION JOINT • . Al yam. aocessibTe route (aut) free of vertical IN RAG .' andhorizontalobstructions. Gratings, FULL - DEPTH EXPANSION JO NT IN BOTH h1' AccessCovers, Junction Boxes, CURB AND SIDEWALK (SEE STD PLAN mi.1) CableVaults, Pull Boxes and other appurtenances within the sidewalk ` s'F 3W C CONTRACTION JOINT must be flush with surface, and match grade of the sidewalk. JOINT AND FINISH DETAIL 2. Monolithic Cement Concrete Curb and + Sidewalk is not permitted in new For other referenced NOTES see , construction. When replacement work STD PLAN 104.2, R •• necessitates a Monolithic Cement PREMOLAE ConcreteCurbbuildperWSDOTJOINTFILLERStandardPlanF-30.10-03. Paved surfaces must comply With STD PLAN 102.1 as applicable. E FULL -DEPTH 3. Concrete to 6e 4,000 PSI. EXPANSION JOINT fthk SM PLAN - 109 PUBLIC WORKS CEMENT CONCRETE PPRQ • ED: DEPARTMENT SIDEWALK T ljZ_It]ra#'YA 104/ +7 r r EXISTING ASPHF PAVEMENT SAWCUT SEE NOTE 2) ARTERIAL STREET MINIMUM 7" HMA (or ACP Class B) SEE NOTE 1), OVER 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Closs B) SEE NOTE 1), OVER 6" CRUSHED ROCK NOTES: 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF DAMAGED PAVEMENT. 1 THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT PLACEMENT AT 'THE GUTTER FACE. SEE STANDARD PLAN FOR CEMENT CONCRETE CURBS. SM. PLAN - 109 PUBLIC WORKS CURB AND GUTTER PPRO D: DEPARTMENT REPLACEMENT DETAIL ii,, Z N CO ATE PATCHED AREA i A q COVER COVER PER STD PLAN 401 SEE NOTE 9) SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER P L A N PATCHING NTS OUTSIDE DIAMETER OF SEE NOTE 9) ADJUSTMENT RING AND x SEE NOTE 2 X gOTTOM OF FRAME t---- MORTAR JOINT(S) (3/8" MIN.-2" MAX.) ADJUSTMENT RING (1" MIN.). SEE SEE NOTE 3 AND SPECIAL PROVISION NOTE 6. 7-05.3(1). SECTION A-A NOTES 1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE ONLY BY A JOURNEYMAN MASON. FOOT(MIN.). ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS AND MORTAR. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY. 2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8"OF THE USE OF SHIMS IS PROHIBITED. HMA CLASS"PG 64-22(OR TO A DEPTH THAT S 2"BELOW THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER 7• FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY IS GREATER)OR AS APPROVED BY THE ENGINEER. TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN MORTAR.MORTAR SHALL BE ASTM C270 FOR TYPE S. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. 4. MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURERS DIRECTIONS. 9. X=1'-0"MIN.TO 2'-6"MAX.-PER ENGINEER'S INSTRUCTION STD. PLAN - 106 j PUBLIC WORKS TY'CAL CONSTRUCTION A ROVED: al' DEPARTMENT AND ADJUSTMENT OF flMANNOLERISER3 e o r>tor DA E ALL PAVEMENT MARKINGS SHALL CONFORM TO THE FOLLOWING WSDOT STD. PLANS, EXCEPT CROSSWALK MARKINGS AND STOP BARS SHALL BE PER CITY OF RENTON STD. PLANS 127 AND 128. WSDOT STD. PLANS NOT INCLUDED BELOW SHALL REQUIRE APPROVAL FROM CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. M-3.10 LEFT TURN CHANNELIZATION M-3.20 LEFT-TURN CHANNELIZATION REDUCED TAPERS M-3.30 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK TURN LANES M-3.40 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION M-3.50 DOUBLE LEFT TURN CHANNELIZATION M-5.10 RIGHT TURN CHANNELIZATION M-9.50 BICYCLE LANE SYMBOL LAYOUT M-9.60 SHARED - USE PATH MARKINGS M-11.10 RAILROAD CROSSING LAYOUT M-12.10 ROUNDABOUT PAVEMENT MARKINGS M-20.10 LONGITUDINAL MARKING PATTERNS M-20.30 LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS M-20.40 LONGITUDINAL MARKING SUPPLEMENT WITH RPMS ~ TURN LANES M-20.20 PROFILED AND EMBOSSED PLASTIC LINES M-24.20 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS M-24.40 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS M-24.60 SYMBOL MARKINGS MISCELLANEOUS LONGITUDINAL PAVEMENT MARKINGS SHALL CONSIST OF PROFILED AND EMBOSSED METHYL METHACRYLATE MMA), OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. SUPPLEMENTAL TYPE 2 RAISED PAVEMENT MARKERS WITH REFLECTORS SHALL BE REQUIRED ON ROADWAYS WITH SPEED LIMITS OF 30 MPH OR HIGHER, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. SUPPLEMENTAL TYPE 2 RAISED PAVEMENT MARKERS WITH REFLECTORS SHALL BE REQUIRED ON ROADWAYS WITH SPEED LIMITS OF 25 MPH OR LOWER, WHERE MINIMUM REQUIRED LIGHTING LEVELS ARE NOT MET AND/OR WHERE CITY OWNED STREET LIGHTS DO NOT EXIST, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. PAVEMENT LETTERS, AND RED/GREEN PAVEMENT BACKGROUNDS SHALL CONSIST OF METHYL METHACRYLATE MMA), OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. PAVEMENT SYMBOLS, CROSSWALK MARKINGS, AND STOP BARS SHALL CONSIST OF HYDROCARBON THERMOPLASTIC, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. THERMOPLASTIC SHALL CONTAIN 3M 50/50 WET/DRY ELEMENTS, OR APPROVED EQUAL. IF INSTALLED ON CONCRETE, PAVEMENT SYMBOLS, CROSSWALK MARKINGS, AND STOP BARS SHALL BE 3M STAMARK ALL WEATHER TAPE 380AW SERIES, OR APPROVED EQUAL. SPEED CUSHION CHEVRON SYMBOLS SHALL CONSIST OF 3M STAMARK ALL WEATHER 380AW SERIES TAPE. LONGITUDINAL PAVEMENT MARKINGS CONSISTING OF PAINT SHALL BE USED FOR MAINTENANCE PURPOSES, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. LONGITUDINAL PAVEMENT MARKINGS WHERE ALL MARKINGS ARE TO CONSIST OF RAISED PAVEMENT MARKERS SHALL REQUIRE APPROVAL FROM CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. IF APPROVED, LONGITUDINAL LANE MARKINGS SHALL FOLLOW WSDOT STD. PLAN M-20.50-02 LONGITUDINAL MARKING SUBSTITUTION W/RAISED PAVEMENT MARKERS. PAVEMENT SURFACE AND AIR TEMPERATURE AT THE TIME OF PAVEMENT MARKING APPLICATION SHALL NOT BE LESS THAN 50° F. DocuSign Envelope ID: FFA9ADCA-D050-445F-B750-15F9271FC791 4/4/2024 | 4:24 PM PDT VARIES: 4.5' MIN. LANE LINE MARKING SAWCUT AFTER BACKFILL DEPTH OF EXISTING PAVEMENT 2" - 6" HMA 5EE NOTE 2) EDGE OF PAVEMENT, EDGE OF CURB & GUTTER, OR MIN. MIN. CENTER OF LANE MARKING 2" HMA (SEE NOTE 2) 6" CRUSHED SURFACING TOP COURSE CSTC) (9-03.9(3)) PER WSDOT STANDARD 2" SAWCUT AND REMOVE SPECIFCATIONS, COMPACTED TO 95% OR PLANE, SEAL WITH MODIFIED PROCTOR AR-4000W CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL 9-03.19), GRAVEL BORROW (9-03.14(1)) PER WSDOT STANDARD SPECIFICATIONS OR NATIVE MATERIAL IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO WIDTH OF TRENCH AS REQUIRED BY SIZE OF 95 MODIFIED PROCTOR. PROPOSED IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN PIPE ZONE BEDDING MATERIAL AND COMPACTION AS ALLOWANCE FOR ANY SHORING. SHORING, IF REQUIRED BY THE WSDOT STANDARD 5PECIFICATIONS NEEDED, SHALL MEET THE REQUIREMENTS OF FOR THE TYPE OF IMPROVEMENT INSTALLED, EXCEPT: WSDOT STANDARD SPECIFICATION 7-08.3(1)B * FOR STORM AND WATER PIPE, PER STD PLAN 220.0 FOR SANITARY SEWER, PER STD PLAN 405 TRENCH WIDTH * FOR JOINT UTILITY TRENCH, SAND WITH 95 PASSING A #4 SIEVE AND LESS THAN 5 PASSING A #200 SIEVE NOTES: 1. WHEN EXISTWG PAVEMENT IN A LANE REQUIRING A FULL WIDTH REPLACEMENT IS BROKEN OR DETERIORATED TO A PAVEMENT CONDITION INDEX RATING OF 70 OR LESS, THE EXISTING PAVEMENT IN THAT LANE, AND FOR THAT DISTANCE SO CLASSIFIED, SHALL BE REMOVED AND REPLACED WITH HMA MATCHING THE DEPTH USED IN THE EXISTING STREET OR THE DEPTH PER CITY STANDARD, WHICHEVER IS GREATER. 2. PRINCIPAL/ MINOR/COLLECTOR, ARTERIAL, & INDUSTRIAL ACCESS STREETS - MATERIAL AND THICKNESS SHALL BE HMA CL " PG 64-22 AND MATCH EXISTING THICKNESS AND IN NO CASE LESS THAN 6". RESIDENTIAL ACCESS STREETS - HMA CL " PG 64-22. THE THICKNESS SHALL BE THAT OF THE EXISTING PAVEMENT SECTION AND IN NO CASE LESS TNAN 4". 3. WHEN THE "SAWCUT AFTER BACKFILL" ENCROACHES INTO AN ADJACENT LANE, CURB & GUTTER OR SHOULDER, THE AFFECTED LANE SHALL BE PLANED AND OVERLAID WITH HMA FULL WIDTH, THE CURB & GUTTER SHALL BE REMOVED AND REPLACED, OR THE SHOULDER SHALL BE PLANED OR REMOVED AND OVERLAID WITH HMA. 4. IF TRENCH UNDERMINES EXISTING SIDEWALK AND/OR CURBS, THEN THE SIDEWALK AND/OR CURB SHALL BE REPLACED FROM EXPANSION JOINT TO EXPANSION JOINT. 5. IF TRENCHING THROUGH EXISTING DRNEWAY OR SIDEWALK RAMP, THE DRIVEWAY OR SIDEWALK RAMP SHALL BE REPLACED TO MEET ADA STANDARDS. TYPICAL LONGITUDINAL PATCH S"PD. PLAN - 110.1 PUBLIC WORKS FOR FLEXIBLE PAVEMENT OR P1'R ;1;D DEPARTMENT RIGID PAVEMENT WITH OVERLAY DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: B16CE03A-ED99-4F11-B559-FEB382C92BFB 7/30/2018 | 4:09 PM PDT FRAME AND VANED GRATE ADJUSTMENT SECTION NOTES: 1.THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL THE FINAL ELEVATION OF THE PAVEMENT, GUTTER, DITCH, OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED, AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO MORTAR IN PLACE IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION 7-05.3. 2.SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED. 3.A CONTINUOUS LAYER OF MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT. 4.ONLY BY APPROVAL OF THE CITY, THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR 12 BOND. 5.BASE SECTION SHALL BE SEALED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH MORTAR. 6.MORTAR SHALL MEET THE REQUIREMENTS OF WSDOT/APWA STANDARD SPECIFICATION 9-04.3. 7.PICK / LIFTING HOLES ARE TO BE GROUTED WATER TIGHT. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 9.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 10.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. BASE SECTION SEE NOTE 4 CLEAN SURFACE AND BOTTOM AREA. PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE MORTARED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION CATCH BASIN INSTALLATION STD. PLAN - 202.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: 1.THIS FRAME IS DESIGNED TO ACCOMMODATE 20" × 24" GRATES OR COVERS,SEE STANDARD PLANS 204.10, 204.20, 204.30, AND 204.40.2. BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS.THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT- DOWN HOLES VARIES BY MANUFACTURER.3. REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. GRATE FRAME SEE NOTE 2 RECESSED ALLEN HEAD CAP SCREW 5/ 8" - 11 NC x 2"SECTION A DETAIL TOP ISOMETRIC VIEW BOLT- DOWN HOLE (TYP.) ~ 5/8",11 NC, SEE DETAIL AND NOTE 2 29 1/4"25 1/4"SECTION BOLT-DOWN DETAIL 24 1/4"SEE DETAIL 3/ 4"4 1/2"1 5/8"2 1/2"1 5/8"1 1/4"3/ 4"7/ 8"1/ 8"ARECTANGULAR FRAME STD. PLAN - 204.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg ZimmermanPublic Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/ 28/2018 | 9:45 AM PDT NOTES: ISOMETRIC SECTION B TOPFOUNDRY NAMEDIFLOW SECTION A 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. FLOWFLOWBOLT-DOWN SLOT DETAIL SEE NOTE 1 1/2" 3/4" 1 1/4" 5/8" BOLT-DOWN SLOT, SEE DETAIL AND NOTE 1 20" 5" 5" 5" 3" 1" 3" 5" 5" 5" DIRECTION OF FLOW 24" 7 OR 8 EQUAL SPACES 1 5/8" MAX. A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR VANED GRATE STD. PLAN - 204.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT 1.CONDITIONS OF USE 1.1.SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS. 1.2.SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS, NOR IS IT INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. ANY CONCENTRATED FLOW MUST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND. 2.DESIGN AND INSTALLATION SPECIFICATIONS 2.1.THE GEOTEXTILE USED MUST MEET THE STANDARD LISTED BELLOW. A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MUST BE AVAILABLE ON SITE. 2.2.STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE. WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE. 2.3.WHERE THE FENCE IS INSTALLED, THE SLOPE SHALL NOT BE STEEPER THAN 2H:1V 2.4.IF A TYPICAL SILT FENCE IS USED, THE STANDARD 4"X4" TRENCH MAY BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE FABRIC IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE. 2.5.FILTER FABRIC FENCES SHALL BE INSTALLED ALONG CONTOURS WHENEVER POSSIBLE. 3.MAINTENANCE STANDARDS 3.1.ANY DAMAGE SHALL BE REPAIRED IMMEDIATELY. 3.2.IF CONCENTRATED FLOWS ARE EVIDENT UPHILL OF THE FENCE, THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND. 3.3.IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE. IF THIS OCCURS, REPLACE THE FENCE OR REMOVE THE TRAPPED SEDIMENT. 3.4.SEDIMENT MUST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH. 3.5.IF THE FILTER FABRIC (GEOTEXTILE) HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN, IT SHALL BE REPLACED. NOTES: JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES, WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS 2"x2" 14 GAUGE WIRE, OR EQUIVALENT, IF STANDARD STRENGTH FABRIC USED FILTER FABRIC 2' MIN. 12" MIN. 4"x4" MIN. TRENCH BACKFILL TRENCH WITH NATIVE SOIL OR 3/4" TO 1-1/2" WASHED GRAVEL 2"x4" WOOD POSTS, STEEL FENCE POSTS, OR EQUIVALENT (TYP.) 6' MAX. POST SPACING MAY BE INCREASED TO 8' IF WIRE BACKING IS USED AOS (ASTM D4751) 30-100 SIEVE SIZE (0.60-0.15mm) FOR SILT FILM 50-100 SIEVE SIZE (0.30-0.15mm) FOR OTHER FABRICS WATER PERMITTIVITY (ASTM D4491)0.02 SEC-1 MINIMUM GRAB TENSILE STRENGTH (ASTM D4632) 180 LBS. MIN. FOR EXTRA STRENGTH FABRIC 100 LBS. MIN. FOR STANDARD STRENGTH FABRIC GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN) ULTRAVIOLET RESISTANCE (ASTM D4355)70% MIN. SILT FENCE STD. PLAN - 214.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: SECTION VIEW ISOMETRIC VIEW DRAINAGE GRATE TRIM GRATE FRAME FILTERED WATER SEDIMENT AND DEBRIS OVERFLOW BYPASS BELOW INLET GRATE DEVICE DRAINAGE GRATE RECTANGULAR GRATE SHOWN)RETRIEVAL SYSTEM (TYP.) OVERFLOW BYPASS (TYP.) BELOW INLET GRATE DEVICE 1.PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. 2.INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM. 3.THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE. 4.SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE. 5.THE BIGD SHALL HAVE A BUILT-IN HIGH-FLOW RELIEF SYSTEM (OVERFLOW BYPASS). 6.THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE BIGD WITHOUT SPILLING THE COLLECTED MATERIAL. 7.PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8-01.3(15). 8.ANY SEDIMENT IN THE CATCH BASIN INSERT SHALL BE REMOVED WHEN THE SEDIMENT HAS FILLED ONE-THIRD OF THE AVAILABLE STORAGE. THE FILTER MEDIA FOR THE INSERT SHALL BE CLEANED OR REPLACED AT LEAST MONTHLY. 5" MAX. CATCH BASIN INSERT STD. PLAN - 216.30 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT FLEXIBLE PIPE NOTES: 1.PROVIDE UNIFORM SUPPORT UNDER BARRELS. 2.HAND TAMP UNDER HAUNCHES. 3.DIRECTLY OVER PIPE, HAND TAMP ONLY. 4.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 5.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 6.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. SEE NOTE 4, LIMIT OF PIPE ZONE 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 5 FLEXIBLE PIPE PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? LINE CORRUGATED POLYETHYLENE PIPE (LCPE) 2.0 YES YES YES CORRUGATED POLYETHYLENE PIPE CPE) - TRIPLE WALL 2.0 YES YES YES POLYVINYL CHLORIDE PIPE (PVC)3.0 YES YES YES SOLID WALL HIGH DENSITY POLYETHYLENE PIPE (HDPE) 2.0 YES YES YES DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 6 PIPE ZONE BEDDING AND COMPACTION - FLEXIBLE PIPE STD. PLAN - 220.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT 12" MIN. 6" MIN. , SEE NOTE 4 EXISTING PAVEMENT SURFACE SURFACE RESTORATION AS SPECIFIED IN CONTRACT DOCUMENTS CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), "BANK RUN GRAVEL FOR TRENCH BACKFILL" PER WSDOT STD. SPEC 9-03.19, OR "GRAVEL BORROW" PER WSDOT STD. SPEC 9-03.14(1), COMPACTED TO 95% OF MAXIMUM DENSITY BENCH AS NEEDED FOR SHORING SYSTEM WHEN DEPTH IS 4' OR GREATER PIPE ZONE BEDDING AND BACKFILL PER STD. PLANS 220.00 AND 220.10 PIPE NEAT LINE TRENCH UNPAVED AREAS PAVED AREAS SEE NOTE 1 NOTES: 1.SEE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 2-09.4 FOR MEASUREMENT OF TRENCH WIDTH. 2.EXCAVATIONS OVER 4' DEEP SHALL COMPLY WITH THE SAFETY STANDARD DESCRIBED IN CHAPTER 295-155 PART N OF THE WAC. 3.MAXIMUM BACKFILL DEPTH ABOVE PIPE SHALL NOT BE EXCEEDED, AS DETERMINED BY PIPE MANUFACTURER. 4.IN PAVED AREAS, IF PIPE HAS LESS THAN 3' OF COVER, USE "CRUSHED SURFACING TOP COURSE" FOR THE ENTIRE BACKFILL DEPTH ABOVE PIPE ZONE. 5.SEE CONSTRUCTION PLANS FOR SPECIFIC PROJECT REQUIREMENTS. SEE STANDARD PLANS 110, 110.1, 110.2, AND 111 FOR PAVEMENT RESTORATION REQUIREMENTS CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), COMPACTED TO 95% OF MAXIMUM DENSITY TYPICAL TRENCH AND BACKFILL STD. PLAN - 220.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT SURFACE WATER STANDARD PLAN NOTES (1 OF 2) STD. PLAN - 267.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) SURFACE WATER STANDARD PLAN NOTES: THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE DRAINAGE PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE SURFACE WATER STANDARD PLAN NOTES. 1.BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE-CONSTRUCTION MEETING SHALL BE HELD AMONG THE CITY OF RENTON, HEREBY REFERRED TO AS THE CITY, THE APPLICANT, AND THE APPLICANT'S CONTRACTOR. 2.THE APPLICANT SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY CITY, STATE, AND FEDERAL PERMITS PRIOR TO CONSTRUCTION. 3.ALL STORM DRAINAGE IMPROVEMENTS SHALL BE DESIGNED AND CONSTRUCTED IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON SURFACE WATER DESIGN MANUAL (RENTON SWDM), RENTON MUNICIPAL CODE (RMC), AND THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION PREPARED BY WSDOT AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA). IT SHALL BE THE SOLE RESPONSIBILITY OF THE APPLICANT TO CORRECT ANY ERROR, OMISSION OR VARIATION FROM THE ABOVE REQUIREMENTS FOUND IN THE PLANS. ALL CORRECTIONS SHALL BE AT NO ADDITIONAL COST TO THE CITY. 4.APPROVAL OF THE ROAD, GRADING, PARKING, BUILDING, AND DRAINAGE PLAN DOES NOT CONSTITUTE AS APPROVAL OF ANY OTHER CONSTRUCTION (E.G. WATER, SEWER, GAS, ELECTRICAL. ETC.). PLANS FOR STRUCTURES SUCH AS BRIDGES, VAULTS, AND RETAINING WALLS REQUIRE A SEPARATE REVIEW AND APPROVAL BY THE CITY PRIOR TO CONSTRUCTION. THE SURFACE WATER DRAINAGE SYSTEM SHALL BE CONSTRUCTED ACCORDING TO THE APPROVED PLANS. ANY DEVIATION FROM THE APPROVED PLANS WILL REQUIRE COORDINATION FOLLOWED BY WRITTEN APPROVAL FROM THE CITY. 5.A COPY OF THE APPROVED PLANS SHALL BE ON THE JOB SITE WHENEVER CONSTRUCTION IS IN PROGRESS. 6.THE LOCATIONS OF ALL EXISTING UTILITIES SHOWN HEREON HAVE BEEN ESTABLISHED BY FIELD SURVEY OR OBTAINED FROM AVAILABLE RECORDS AND SHALL THEREFORE BE CONSIDERED APPROXIMATE ONLY AND NOT NECESSARILY COMPLETE. IT IS THE SOLE RESPONSIBILITY OF THE APPLICANT AND THE APPLICANT'S CONTRACTOR TO INDEPENDENTLY VERIFY THE ACCURACY OF ALL UTILITY LOCATIONS SHOWN, AND TO FURTHER DISCOVER AND AVOID ANY OTHER UTILITIES NOT SHOWN HEREON THAT MAY BE AFFECTED BY THE IMPLEMENTATION OF THIS PLAN. THE APPLICANT SHALL RECORD ON THE AS-BUILT DRAWINGS ALL UNDOCUMENTED UTILITIES DISCOVERED AND ANY CHANGES TO THE APPROVED PLANS. THE APPLICANT SHALL IMMEDIATELY NOTIFY THE ENGINEER OF RECORD IF A CONFLICT EXISTS. 7.VERTICAL DATUM SHALL BE NAVD 88 AND HORIZONTAL DATUM SHALL BE NAD 83 (WA STATE PLANE, NORTH), UNLESS OTHERWISE APPROVED BY THE CITY. REFERENCE BENCHMARK, DATUM, AND ELEVATIONS SHALL BE NOTED ON THE PLANS. 8.ALL UTILITY TRENCH BACKFILL AND ROADWAY SUBGRADE SHALL BE COMPACTED TO 95% MAXIMUM DRY DENSITY PER SECTION 2-03.3(14)D - COMPACTION AND MOISTURE CONTROL TESTS OF THE WSDOT STANDARD SPECIFICATIONS. IN PERMEABLE PAVEMENT AND OTHER INFILTRATION AREAS, ALL TRENCH BACKFILL SHALL BE FIRM AND UNYIELDING BUT IN NO CASE SHALL BE COMPACTED TO MORE THAN 92% OF MAXIMUM DRY DENSITY. 9.OPEN CUTTING OF EXISTING ROADWAYS FOR STORM DRAINAGE WORK IS NOT ALLOWED UNLESS SPECIFICALLY APPROVED BY THE CITY AND NOTED ON THESE APPROVED PLANS. ANY OPEN CUT SHALL BE RESTORED IN ACCORDANCE WITH THE CITY TRENCH RESTORATION STANDARDS. 10.ALL PIPE AND STRUCTURES SHALL BE STAKED FOR SURVEY LINE AND GRADE PRIOR TO THE START OF CONSTRUCTION. WHERE SHOWN ON THE PLANS OR WHERE DIRECTED BY THE CITY, THE EXISTING MANHOLES, CATCH BASINS, OR INLETS SHALL BE ADJUSTED TO THE GRADE AS STAKED. 11.ALL FLOW CONTROL FACILITIES SHALL BE INSTALLED AND IN OPERATION PRIOR TO, OR IN CONJUNCTION WITH, ANY CONSTRUCTION ACTIVITY UNLESS OTHERWISE APPROVED BY THE CITY. 12.ALL PIPE AND APPURTENANCES SHALL BE LAID ON A PROPERLY PREPARED FOUNDATION IN ACCORDANCE WITH THE CURRENT STATE OF WASHINGTON STANDARD SPECIFICATION FOR ROAD AND BRIDGE CONSTRUCTION. THIS SHALL INCLUDE NECESSARY LEVELING OF THE TRENCH BOTTOM OR THE TOP OF THE FOUNDATION MATERIAL, AS WELL AS PLACEMENT AND COMPACTION OF REQUIRED BEDDING MATERIAL TO UNIFORM GRADE SO THAT THE ENTIRE LENGTH OF THE PIPE WILL BE SUPPORTED ON A UNIFORMLY DENSE, UNYIELDING BASE. ALL PIPE BEDDING AND BACKFILL SHALL BE AS SHOWN ON THE CITY STANDARD PLAN 220.00, 220.10, AND 220.20. 13.STEEL PIPE SHALL BE ALUMINIZED, OR GALVANIZED WITH ASPHALT TREATMENT 1, 2, OR 5 INSIDE AND OUTSIDE. 14.ALL DRAINAGE STRUCTURES SUCH AS CATCH BASINS AND MANHOLES SHALL BE FITTED WITH DUCTILE IRON, BOLT-LOCKING LIDS PER THE CITY STANDARD PLAN 204.10, 204.20, 204.30, 204.40, AND 204.50. STRUCTURES SHALL HAVE: RECTANGULAR OR ROUND, SOLID LIDS WHEN NOT COLLECTING RUNOFF, AND OUTSIDE OF THE ROADWAY. ROUND, SOLID LIDS WHEN NOT COLLECTING RUNOFF, AND LOCATED WITHIN THE ROADWAY, BUT OUTSIDE OF THE CURB/GUTTER LINE. ROUND, SOLID LIDS DISPLAYING THE CITY LOGO WHEN WITHIN THE PUBLIC RIGHT-OF-WAY OR IN AN EASEMENT TO THE CITY. PRIVATE STRUCTURE LIDS OUTSIDE PUBLIC RIGHT-OF-WAY AND EASEMENTS TO THE CITY SHALL NOT DISPLAY THE CITY LOGO. 15.BUILDINGS AND OTHER STRUCTURES SHALL BE PLACED IN ACCORDANCE WITH TABLE 4.1 EASEMENT WIDTHS AND BUILDING SETBACKS LINES OF THE RENTON SWDM. 16.LIDS OF MANHOLES/CATCH BASINS WITHIN PUBLIC RIGHT-OF-WAY SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL AFTER PAVING. ALL MANHOLE/CATCH BASIN RIMS SHALL BE ADJUSTED TO BE FLUSH WITH FINAL FINISHED GRADES, UNLESS OTHERWISE SHOWN. 17.ALL DRIVEWAY CULVERTS LOCATED WITHIN CITY RIGHT-OF-WAY SHALL BE OF SUFFICIENT LENGTH TO PROVIDE A MINIMUM 3:1 SLOPE FROM THE EDGE OF THE DRIVEWAY TO THE BOTTOM OF THE DITCH. DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/2020 | 8:48 AM PDT SURFACE WATER STANDARD PLAN NOTES (2 OF 2) STD. PLAN - 267.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE DRAINAGE PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE SURFACE WATER STANDARD PLAN NOTES. 18.ROCK FOR EROSION PROTECTION OF ROADSIDE DITCHES, WHERE REQUIRED, SHALL BE OF SOUND QUARRY ROCK PLACED TO A MINIMUM DEPTH OF ONE (1) FOOT AND SHALL MEET THE FOLLOWING SPECIFICATIONS: 4 - 8 INCH ROCK / 40 - 70% PASSING; 2 - 4 INCH ROCK / 30 - 40% PASSING; AND LESS THAN 2 INCH ROCK / 10 - 20% PASSING. 19.FOOTING DRAINAGE SYSTEMS AND ROOF DOWNSPOUT SYSTEMS SHALL NOT BE INTERCONNECTED AND SHALL SEPARATELY CONVEY COLLECTED FLOWS TO THE CONVEYANCE SYSTEM OR FLOW CONTROL FACILITY ON THE SITE, UNLESS APPROVED BY THE CITY. FOOTING DRAINS SHALL NOT BE CONNECTED TO ON-SITE BMPS. 20.THE END OF EACH STORM DRAIN STUB SHALL BE CAPPED. A CLEANOUT TOPPED WITH A BOLT-LOCKING LID MARKED "STORM” OR "DRAIN" SHALL BE LOCATED AT THE PROPERTY LINE OR AT THE POINT OF CONNECTION OF A PRIVATE STORM DRAINAGE CONVEYANCE SYSTEM PER THE CITY STANDARD PLAN 227.00. 21.ALL STORM SYSTEM EXTENSIONS SHALL BE STAKED FOR LINE AND GRADE BY A SURVEYOR LICENSED IN WASHINGTON STATE, AND CUT SHEETS SHALL BE PROVIDED TO THE CITY PRIOR TO CONSTRUCTION. 22.ALL NEWLY-INSTALLED AND NEWLY-REHABILITATED (PUBLIC AND PRIVATE) STORM CONVEYANCE SYSTEMS SHALL BE INSPECTED BY MEANS OF REMOTE CCTV ACCORDING TO THE CITY STANDARD PLAN 266.00. CCTV INSPECTIONS AND REPORTS SHALL BE SUBMITTED TO THE CITY PRIOR TO RECEIVING APPROVAL TO INSTALL PROJECT CURBS, GUTTERS AND/OR PAVEMENT. 23.ALL STORM SYSTEMS AND CONNECTIONS TO EXISTING MAINS SHALL BE TESTED IN ACCORDANCE WITH SECTION 7-04.3(1) OF THE WSDOT STANDARD SPECIFICATIONS AND IN THE PRESENCE OF A REPRESENTATIVE OF THE CITY. STORM DRAIN STUBS SHALL BE TESTED FOR ACCEPTANCE AT THE SAME TIME THE MAIN STORM IS TESTED. 24.FOR ALL DISTURBED PERVIOUS AREAS (COMPACTED, GRADED, LANDSCAPED, ETC.) OF THE DEVELOPMENT SITE, TO MAINTAIN THE MOISTURE CAPACITY OF THE SOIL EITHER STOCKPILE AND REDISTRIBUTE THE EXISTING DUFF LAYER AND NATIVE TOPSOIL OR AMEND THE SOIL WITH COMPOST IN ACCORDANCE WITH STANDARD PLAN 264.00. 25.ISSUANCE OF THE BUILDING OR CONSTRUCTION PERMITS BY THE CITY DOES NOT RELIEVE THE APPLICANT OF THE CONTINUING LEGAL OBLIGATION AND/OR LIABILITY CONNECTED WITH STORMWATER DISPOSAL. THE CITY DOES NOT ACCEPT ANY OBLIGATION FOR THE PROPER FUNCTIONING AND MAINTENANCE OF THE STORM SYSTEM PROVIDED DURING CONSTRUCTION. 26.ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER ACTIONS NEEDED TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK SHALL BE PROVIDED. ANY WORK WITHIN THE TRAVELED RIGHT-OF-WAY THAT MAY INTERRUPT NORMAL TRAFFIC FLOW SHALL REQUIRE A TRAFFIC CONTROL PLAN APPROVED BY THE CITY. ALL SECTIONS OF THE WSDOT STANDARD SPECIFICATIONS 1-10 TEMPORARY TRAFFIC CONTROL SHALL APPLY. 27.PROJECTS LOCATED WITHIN THE CITY'S AQUIFER PROTECTION AREA (APA) SHALL COMPLY WITH SPECIAL REQUIREMENT #6 OF THE RENTON SWDM AND AQUIFER PROTECTION REGULATIONS (RMC 4-3-050). 28.PLACEMENT OF SURFACE APPURTENANCES (CATCH BASIN/MANHOLE LIDS, CLEANOUTS, INLETS, ETC.) IN THE STREET TRAVEL LANE WHEEL PATH, INTERSECTIONS OF STREET TRAVEL LANES, BIKE LANES, SIDEWALKS, AND CROSSWALKS SHALL BE AVOIDED WHENEVER POSSIBLE. ANY SURFACE APPURTENANCE PLACED IN A SIDEWALK OR CROSSWALK SHALL BE FITTED WITH A NON-SLIP OR NON-SKID LID PER ADA REQUIREMENTS. 29.CLEARLY LABEL PUBLIC AND PRIVATE SYSTEMS ON THE PLANS. PRIVATE SYSTEMS SHALL BE MAINTAINED BY THE APPLICANT. 30.MINIMUM COVER OVER STORM DRAINAGE PIPE SHALL CONFORM TO TABLE 4.2.1.A2 OF THE RENTON SWDM. 31.CONSTRUCTED PERMEABLE PAVEMENT SHALL BE PERMEABLE ENOUGH TO ABSORB WATER AT A MINIMUM RATE OF 20 INCHES PER HOUR IMMEDIATELY AFTER THE PAVEMENT SURFACE HAS BEEN WETTED CONTINUOUSLY FOR AT LEAST 10 MINUTES. COMPLIANCE WITH THIS MINIMUM RATE SHALL BE CHECKED PRIOR TO CONSTRUCTION APPROVAL OF THE PAVEMENT. COMPLIANCE MAY BE CHECKED USING A SIMPLE BUCKET TEST IN WHICH 5 GALLONS OF WATER IS POURED ONTO THE PAVEMENT SURFACE ALL AT ONCE. IF ONLY A MINOR AMOUNT OF WATER PONDS OR RUNS OFF THE SURFACE, THEN THE PAVEMENT IS CONSIDERED TO MEET THE MINIMUM RATE OF ABSORPTION. AT LEAST ONE TEST SHALL BE CONDUCTED PER 1,000 SQUARE FEET OF PERMEABLE PAVEMENT. IF THIS TEST IS NOT CONCLUSIVE, THEN ANOTHER TEST PER ASTM C1701 SHALL BE CONDUCTED. FOR LARGE AREAS (E.G., PARKING AREAS), TESTING OBSERVATION MAY BE ACCOMPLISHED WHILE WALKING BEHIND A SLOWLY MOVING WATER TRUCK DISCHARGING WATER AT A RATE SIMILAR TO THE BUCKET TEST. PERMEABLE PAVERS SHALL BE TESTED USING ASTM C1781. SURFACE WATER STANDARD PLAN NOTES: DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/2020 | 8:48 AM PDT EROSION AND SEDIMENT CONTROL STANDARD PLAN NOTES STD. PLAN - 268.00 EROSION AND SEDIMENT CONTROL (ESC) STANDARD PLAN NOTES: THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE EROSION AND SEDIMENT CONTROL (ESC) PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE ESC STANDARD PLAN NOTES. 1.BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE-CONSTRUCTION MEETING SHALL BE HELD AMONG THE CITY OF RENTON, HEREBY REFERRED TO AS THE CITY, THE APPLICANT, AND THE APPLICANT'S CONTRACTOR. 2.THE APPLICANT IS RESPONSIBLE FOR OBTAINING THE WASHINGTON STATE DEPARTMENT OF ECOLOGY (ECOLOGY) CONSTRUCTION STORMWATER GENERAL PERMIT, IF IT IS REQUIRED FOR THE PROJECT. THE APPLICANT SHALL PROVIDE THE CITY COPIES OF ALL MONITORING REPORTS PROVIDED TO ECOLOGY ASSOCIATED WITH THE CONSTRUCTION STORMWATER GENERAL PERMIT. 3.THE ESC PLAN SET SHALL INCLUDE AN ESC CONSTRUCTION SEQUENCE DETAILING THE ORDERED STEPS THAT SHALL BE FOLLOWED FROM CONSTRUCTION COMMENCEMENT TO POST-PROJECT CLEANUP IN ORDER TO FULFILL PROJECT ESC REQUIREMENTS. 4.THE BOUNDARIES OF THE CLEARING LIMITS, SENSITIVE AREAS AND THEIR BUFFERS, AND AREAS OF VEGETATION PRESERVATION AND TREE RETENTION AS PRESCRIBED ON THE PLAN(S) SHALL BE CLEARLY DELINEATED BY FENCING AND PROTECTED IN THE FIELD IN ACCORDANCE WITH APPENDIX D OF THE CITY OF RENTON SURFACE WATER DESIGN MANUAL (RENTON SWDM) PRIOR TO THE START OF CONSTRUCTION. DURING THE CONSTRUCTION PERIOD, NO DISTURBANCE BEYOND THE CLEARING LIMITS SHALL BE PERMITTED. THE CLEARING LIMITS SHALL BE MAINTAINED BY THE APPLICANT/ESC SUPERVISOR FOR THE DURATION OF CONSTRUCTION. 5.STABILIZED CONSTRUCTION ENTRANCES SHALL BE INSTALLED AT THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE PROJECT. ADDITIONAL MEASURES, SUCH AS CONSTRUCTED WHEEL WASH SYSTEMS OR WASH PADS, MAY BE REQUIRED TO ENSURE THAT ALL PAVED AREAS ARE KEPT CLEAN AND TRACK-OUT TO ROAD RIGHT OF WAY DOES NOT OCCUR FOR THE DURATION OF THE PROJECT. IF SEDIMENT IS TRACKED OFFSITE, PUBLIC ROADS SHALL BE CLEANED THOROUGHLY AT THE END OF EACH DAY, OR MORE FREQUENTLY DURING WET WEATHER, AS NECESSARY TO PREVENT SEDIMENT FROM ENTERING WATERS OF THE STATE. 6.WASHOUT FROM CONCRETE TRUCKS SHALL BE PERFORMED OFF-SITE OR IN DESIGNATED CONCRETE WASHOUT AREAS ONLY. DO NOT WASH OUT CONCRETE TRUCKS ONTO THE GROUND, OR TO STORM DRAINS OR OPEN DITCHES. ON-SITE DUMPING OF EXCESS CONCRETE SHALL ONLY OCCUR IN DESIGNATED CONCRETE WASHOUT AREAS. 7.ALL REQUIRED ESC BMPS SHALL BE CONSTRUCTED AND IN OPERATION PRIOR TO LAND CLEARING AND/OR CONSTRUCTION TO PREVENT TRANSPORTATION OF SEDIMENT TO SURFACE WATER, DRAINAGE SYSTEMS AND ADJACENT PROPERTIES. ALL ESC BMPS SHALL BE MAINTAINED IN A SATISFACTORY CONDITION UNTIL SUCH TIME THAT CLEARING AND/OR CONSTRUCTION IS COMPLETE AND POTENTIAL FOR ON-SITE EROSION HAS PASSED. ALL ESC BMPS SHALL BE REMOVED AFTER CONSTRUCTION IS COMPLETED AND THE SITE HAS BEEN STABILIZED TO ENSURE POTENTIAL FOR ON-SITE EROSION DOES NOT EXIST. THE IMPLEMENTATION, MAINTENANCE, REPLACEMENT, ENHANCEMENT, AND REMOVAL OF ESC BMPS SHALL BE THE RESPONSIBILITY OF THE APPLICANT. 8.ANY HAZARDOUS MATERIALS OR LIQUID PRODUCTS THAT HAVE THE POTENTIAL TO POLLUTE RUNOFF SHALL BE DISPOSED OF PROPERLY. 9.THE ESC BMPS DEPICTED ON THIS DRAWING ARE INTENDED TO BE MINIMUM REQUIREMENTS TO MEET ANTICIPATED SITE CONDITIONS. AS CONSTRUCTION PROGRESSES AND UNEXPECTED OR SEASONAL CONDITIONS DICTATE, THE APPLICANT SHALL ANTICIPATE THAT MORE ESC BMPS WILL BE NECESSARY TO ENSURE COMPLETE SILTATION CONTROL ON THE PROPOSED SITE. DURING THE COURSE OF CONSTRUCTION, IT SHALL BE THE OBLIGATION AND RESPONSIBILITY OF THE APPLICANT TO ADDRESS ANY NEW CONDITIONS THAT MAY BE CREATED BY THE ACTIVITIES AND TO PROVIDE ADDITIONAL ESC BMPS, OVER AND ABOVE MINIMUM REQUIREMENTS, AS MAY BE NEEDED, TO PROTECT ADJACENT PROPERTIES AND WATER QUALITY OF THE RECEIVING DRAINAGE SYSTEM. 10.APPROVAL OF THIS PLAN IS FOR ESC ONLY. IT DOES NOT CONSTITUTE AN APPROVAL OF STORM DRAINAGE DESIGN, SIZE NOR LOCATION OF PIPES, RESTRICTORS, CHANNELS, OR STORMWATER FACILITIES. 11.ANY DEWATERING SYSTEM NECESSARY FOR THE CONSTRUCTION OF STORMWATER FACILITIES SHALL BE SUBMITTED TO THE CITY FOR REVIEW AND APPROVAL. 12.ANY AREAS OF EXPOSED SOILS, INCLUDING ROADWAY EMBANKMENTS, THAT WILL NOT BE DISTURBED FOR TWO DAYS DURING THE WET SEASON (OCTOBER 1ST THROUGH APRIL 30TH) OR SEVEN DAYS DURING THE DRY SEASON (MAY 1ST THROUGH SEPTEMBER 30TH) SHALL BE IMMEDIATELY STABILIZED WITH THE APPROVED ESC COVER METHODS (E.G., SEEDING, MULCHING, PLASTIC COVERING, ETC.) IN CONFORMANCE WITH APPENDIX D OF THE RENTON SWDM. 13.WET SEASON ESC REQUIREMENTS APPLY TO ALL CONSTRUCTION SITES BETWEEN OCTOBER 1ST AND APRIL 30TH, UNLESS OTHERWISE APPROVED BY THE CITY. 14.ANY AREA NEEDING ADDITIONAL ESC MEASURES, NOT REQUIRING IMMEDIATE ATTENTION, SHALL BE ADDRESSED WITHIN SEVEN (7) DAYS. 15.THE ESC BMPS ON INACTIVE SITES SHALL BE INSPECTED AND MAINTAINED AT A MINIMUM OF ONCE A MONTH OR WITHIN 24 HOURS FOLLOWING A STORM EVENT. INSPECTION AND MAINTENANCE SHALL OCCUR MORE FREQUENTLY AS REQUIRED BY THE CITY. 16.BEFORE COMMENCEMENT OF ANY CONSTRUCTION ACTIVITY, CATCH BASIN INSERTS PER THE CITY STANDARD PLAN 216.30 SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE INLET WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. ALL CATCH BASIN INSERTS SHALL BE PERIODICALLY INSPECTED AND REPLACED AS NECESSARY TO ENSURE FULLY FUNCTIONING CONDITION. 17.AT NO TIME SHALL SEDIMENT ACCUMULATION EXCEED 2/3 OF THE CAPACITY OF THE CATCH BASIN SUMP. ALL CATCH BASINS AND CONVEYANCE LINES SHALL BE CLEANED PRIOR TO PAVING. THE CLEANING OPERATION SHALL NOT FLUSH SEDIMENT-LADEN WATER INTO THE DOWNSTREAM SYSTEM. 18.ANY PERMANENT STORMWATER FACILITY LOCATION USED AS A TEMPORARY SETTLING BASIN SHALL BE MODIFIED WITH THE NECESSARY ESC BMPS AND SHALL PROVIDE ADEQUATE STORAGE CAPACITY. IF THE TEMPORARY FACILITY IS TO ULTIMATELY FUNCTION AS AN INFILTRATION SYSTEM IN ITS PERMANENT STATE, THE TEMPORARY FACILITY SHALL BE ROUGH GRADED SO THAT THE BOTTOM AND SIDES ARE AT LEAST THREE FEET ABOVE THE FINAL GRADE OF THE PERMANENT FACILITY. 19.AREAS DESIGNATED ON THE PLAN(S) CONTAINING EXISTING STORMWATER FACILITIES OR ON-SITE BMPS (AMENDED SOILS, BIORETENTION, PERMEABLE PAVEMENT, ETC.) SHALL BE CLEARLY FENCED AND PROTECTED USING ESC BMPS TO AVOID SEDIMENTATION AND COMPACTION DURING CONSTRUCTION. 20.PRIOR TO THE BEGINNING OF THE WET SEASON (OCTOBER 1ST), ALL DISTURBED AREAS SHALL BE INSPECTED TO IDENTIFY WHICH ONES SHALL BE SODDED OR SEEDED IN PREPARATION FOR THE WINTER RAINS. DISTURBED AREAS SHALL BE SODDED OR SEEDED WITHIN ONE WEEK OF THE BEGINNING OF THE WET SEASON. AN EXHIBIT OF THOSE AREAS TO BE SODDED OR SEEDED AND THOSE AREAS TO REMAIN UNCOVERED SHALL BE SUBMITTED TO THE CITY FOR REVIEW. 21.PRIOR TO FINAL CONSTRUCTION ACCEPTANCE, THE PROJECT SITE SHALL BE STABILIZED TO PREVENT SEDIMENT-LADEN WATER FROM LEAVING THE PROJECT SITE, ALL ESC BMPS SHALL BE REMOVED, AND STORMWATER CONVEYANCE SYSTEMS, FACILITIES, AND ON-SITE BMPS SHALL BE RESTORED TO THEIR FULLY FUNCTIONING CONDITION. ALL DISTURBED AREAS OF THE PROJECT SITE SHALL BE VEGETATED OR OTHERWISE PERMANENTLY STABILIZED. AT A MINIMUM, DISTURBED AREAS SHALL BE SODDED OR SEEDED AND MULCHED TO ENSURE THAT SUFFICIENT COVER WILL DEVELOP SHORTLY AFTER FINAL APPROVAL. MULCH WITHOUT SEEDING IS ADEQUATE FOR AREAS TO BE LANDSCAPED BEFORE OCTOBER 1ST. 22.ROCKERIES ARE CONSIDERED TO BE A METHOD OF BANK STABILIZATION AND EROSION CONTROL. ROCKERIES SHALL NOT BE CONSTRUCTED TO SERVE AS RETAINING WALLS. ALL ROCKERIES IN CITY ROAD RIGHTS-OF-WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH CITY STANDARDS. ROCKERIES OUTSIDE OF ROAD RIGHTS-OF-WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE INTERNATIONAL BUILDING CODE. PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT 13"x24" PLASTIC METER BOX EQUAL TO MID -STATES PLASTIC, INC. BCF SERIES MSBCF 1324-18 WITH 1.75" THICK DUCTILE CITY PRIVATE IRON DIAMOND PLATE COVER EQUAL TO MID -STATES PLASTICS, INC. MSCBC-1324-R WITH READER LID AND 2" DRILLED HOLE PIPING PIPING FOR TOUCHREAD PIT LID (SEE DETAIL A -A) 9" MIN. 12" MAX FINISH GRADE z ¢ TOUCHREAD WATER METER TO BE o 0 SUPPLIED BY THE 12 z Q bj 36" MIN COVER N 7 CITY > TYPE " K" SOFT c 0 22-1/2° COPPER TUBING V u NEW DUCTILE IRON WATERMAIN IF SERVICE LINE TO HOUSE IS 3/4" OR 1" TO BE INSTALLED IN THE FUTURE GALVANIZED INSTALL FORD C14-33 OR 44 FIPT PLUG x COMPRESSION COUPLING Z_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: 21-215WCQQ33, OR MUELLER: 3/4-B-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP WITH BALL VALVE. FORD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR TAPERED THREAD (CC). QUICK JOINT McDONALD BRASS: 21-415WCQQ44, OR MUELLER: 1-B-2470-2 3/4" FB1000-3-Q) OR AY MCDONALD 4701B BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON 1" FB1000-4-Q) OR AY MCDONALD 4701B INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL FITTINGS SHALL BE WITH QUICK JOINT. 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. AA DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC METER READ) TOUCHREAD DEVICE 7F—"—T; 2-1/2" MIN. FROM NEAREST FAND FRONT EDGE OF PIT LID 71 TYPICAL RIB 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. ZY Oer< PUBLIC WORKS 34" AND 1" WATER SERVICE STD. PLAN — 320.1 DEPARTMENT N,yp NOVEMBER 2009 J I IN UNIMPROVED RIGHT OF JfWAYINSTALLMETERBOXAT PROPERTY LINE WITH 12" w LONG COPPER TAILPIECE, w aI SIDEWALK m z ¢ TOUCHREAD WATER METER TO BE o 0 SUPPLIED BY THE 12 z Q bj 36" MIN COVER N 7 CITY > TYPE " K" SOFT c 0 22-1/2° COPPER TUBING V u NEW DUCTILE IRON WATERMAIN IF SERVICE LINE TO HOUSE IS 3/4" OR 1" TO BE INSTALLED IN THE FUTURE GALVANIZED INSTALL FORD C14-33 OR 44 FIPT PLUG x COMPRESSION COUPLING Z_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: 21-215WCQQ33, OR MUELLER: 3/4-B-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP WITH BALL VALVE. FORD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR TAPERED THREAD (CC). QUICK JOINT McDONALD BRASS: 21-415WCQQ44, OR MUELLER: 1-B-2470-2 3/4" FB1000-3-Q) OR AY MCDONALD 4701B BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON 1" FB1000-4-Q) OR AY MCDONALD 4701B INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL FITTINGS SHALL BE WITH QUICK JOINT. 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. AA DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC METER READ) TOUCHREAD DEVICE 7F—"—T; 2-1/2" MIN. FROM NEAREST FAND FRONT EDGE OF PIT LID 71 TYPICAL RIB 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. ZY Oer< PUBLIC WORKS 34" AND 1" WATER SERVICE STD. PLAN — 320.1 DEPARTMENT N,yp NOVEMBER 2009 i.-•=.-vm.,,,^J..,-.a;e-m r'.'.+—!^-^-+rrc-^vn3-x_._.. r ,.fie. ,_.3`-+F.r-,.,..._,.e,-„...... EDGE aFSNmRDDi — OR7URNDUr AT EDGE OF SHOULDER A TYISr P1ATE SEEDErAly S/EE'rSte 1 LSEE NOIE01 FACEN I QaiB h IYPE( WTYPeOF ' SUPPORT r F CUPo vNUE.S vME. VARIES) SmE BEHIND CURB MAILBOX PLACEMENT. SECTIONS eNeOx S101 1,1A OR] (TYPU R aLALPS PER B= n rBra IIIA 4—r w i us ua ua ' ua ua u wa wa nra ws I—a-mitBEIMEENxa90)k6 vMWarorr BEHIND SIDEWALK NOTES: 1. An mfu.hble platform may be used In Ocu of Cha platform design shown on Rtis nlan. Adjustable platforms must fit Ue bracket design drown on gds plan. required. required. seeeresulted for all single post inslellalfons. Field adtag may be 2. A Type 2 support is requlmd when 2 of more mares em to be Installed on one support A meKimum of 6 mailboxes may be installed on a Type 2 suppartSeeStd. Spec. 932.7. 3. Attach as crews r box to a steeligsstwhit two 170 Muller Clem stated lag both m aFie 7refnlholesinspf box mai n the Newspaperepamorotlwmust• M& affiM beyond the tramof the 4. rng of mallson mounting holes varies among manufa haves. AttachmentoMemailboxtogreWatlortnmayrequiredMingadddionalholesthroughthe mallbai to at the platform S. Comer the maiDox on the plaUpm to ensure apace far Ne msExar door.to open and to albw spam far Igshging the fostoem. S. A Socket endSnoring system may be 6ubsgWteci M fieu of me =IL twist Dlate assemb for single steel posts shown on this plan. The socket and wedge anchoring system shag meet NCHRP 360 cash teat afteria. Anb-teht replatesanot mqu tar wood post insfagatans. EcmmwcoxmucP SEE DETAIL. aEaaET+7 e _ eiEELPoSi. WpODPoIIi-oq z*^^ .. t ..__ ...,.,,, .. _.._ _ OP110R . OPTKIN I ., , . .. (PItOPpre'GRYDtlIONIIROMIO DODARE TYPE ISUPPORT r. ., -- • ,,. ,. - TYPE 2SUPPORT r - MAILBOX SPACING DETAIL ” -:. $APTED oeks Inu"rauu nw.r r: . an' T`04 j "rf« -n .s`3.:• NCO r+ r CAST DAT PIEEA "'. TON LANS T 151099!2002, -- 20-/- WOOD POST FASTENERS IM HTM WOWA••W • 1 WOWL•W • e • k mAx•W • e • R/ NA6B0X5,, 1A ORx eoLre ouANlm uD£ 1A eNOMO vu]wERs loaonlls sEETauESItEEEra U,S FOR De1FBVSIONS) 1 WDVBL•W 0 sEs NOTE s) q tM'oUN.W NYLON PLSEIfL. e sErs LUel Tlma ft mmSEEDETaLS 3) SEE NOTE 1) W • • W MEA NFAD BOLT, 2 L'YASI¢RS e m crypj GM 3) AnomowaL REOW mTYUSETO iB1 DPP (fYP.) W • Mf NIX BDLT 2YMSNERSaLOCIOarGYP.) STEEL POST FASTENERS eoLre ouANlm eyrDK ti N- vu]wERs loaonlls STADEPRO110)m- J W OLAM.2W 2 1 WDVBL•W 0 sEs NOTE s) q tM'oUN.W e 1rsMNVAP f nr(e MCLANP,, I aro Posr I PLATFORMSEEDEYNL 6NEEfA SEE NDTE II eyrDK ti N- STADEPRO110)m- JFUIFORY ON BOm ENDS TO a1DWACOESS TO FABf p sEs NOTE s) q INSTALLATION ALIGNMENT DETAIL W • 2Yf NEX BOLT 2tWefhT96LOOIONEO a BAACThT RYPa SEE DETAIL eHETTa) w rna•No1E frYPa b melw,Ecma eyrDK tiN- p` DD.NBINO EXPIRES MAY,$.2W IWDOD POST ISEESID.SPEC.o-zaup)1 MAILBOX1Tle'NOFf1EliCWIP 2sYASNERaA INSTALLATION aNrvrxtsrnATB f •°••••••' - DEMJL'`, &1EET]j .— m.]LOCN1Mf9GYP/ em..p.we...-....r..... TYPE"1'S'TYPE'2"' SEE f nr(e MCLANP,, STANDARD PLAN.. H-12'. PE, DaaFlaMFn , VADOP ` A`S CITY OF RENTON WOOD PO8TASSEMBLY DETAIL SEE 67EEL POSTASSEMBLY DML °i ^N• '„°.11 w STEEL POSTASSEMBLY DETAIL I tf, STANDARD PLANSTµ toRDEra)sNorsnwAllL.-Lp,STDATE 05/09/2002=_ PSP PAOfiHO2H' 4 - Tom^.^^^_.. Y, q v—ml qK J NIIFRECLYP FRONT VIEW TnP ow.) -\ + BOTTOMVIEW SNOW GUARD DETAIL nGIE tON 7 WEDwummYETI! Zlo1•d SECTION OA TW 2W 2W TOP VIEW 0 malawl 0 I I ISOMETRIC VIEW W' _H ...F -r. _.__.._.. .. MAILBOX a PLATFORM DNENSIONS - w2no2mm+soxs Pu,raau auwsroxs W L W N 1 1P ntn' B +r P' P 2 u n +2 W1 m• +r +• TOP VIEW L ` ` (IYP4 mr-w ISIDEYEN PLATFORM DETAIL TnP UWL(iYPJ I FRONTVPW 7 rN END VIEW TYPE 1 S TYPE 2 _ -,- STANDARD PLAN.H•12.. ET+ovamaE,s ` ADOPTED eT CITY.OF.RENTON' r-- O oT STANDARD PIANS - • .` o+ . LASTDATE 05(09!2002. SP PAGE=HO29 r. r. wnna,E t P'0VF%PA,JDm+etTK 1 00000d10°0060000O U00v0000000000990000000000'00000000M.00000000000' 000000000000000000000000000000 0000000000000000000000000 I'll 0 00 00000000000040040000000009000011 000 000900094p0040000090000000000 d00o40,11, 090 0 000 00 ,.. v—ml qK J NIIFRECLYP FRONT VIEW TnP ow.) -\ + BOTTOMVIEW SNOW GUARD DETAIL nGIE tON 7 WEDwummYETI! Zlo1•d SECTION OA TW 2W 2W TOP VIEW 0 malawl 0 I I ISOMETRIC VIEW W' _H ...F -r. _.__.._.. .. MAILBOX a PLATFORM DNENSIONS - w2no2mm+soxs Pu,raau auwsroxs W L W N 1 1P ntn' B +r P' P 2 u n +2 W1 m• +r +• TOP VIEW L ` ` (IYP4 mr-w ISIDE YEN PLATFORM DETAIL TnP UWL(iYPJ I FRONTVPW 7 rN END VIEW TYPE 1 S TYPE 2 _ -,- STANDARD PLAN.H•12.. ET+ovamaE,s ` ADOPTED eT CITY.OF.RENTON' r-- O oT STANDARD PIANS - • .` o+ . LASTDATE 05(09!2002. SP PAGE=HO29 City of Renton Contract Provisions for Cedar Ave Sidewalk ______________________________________________________________________________ APPENDIX C. WSDOT STANDARD PLANS ....1 ....1 w c c ::::i z 0:: w L1.. FACE OF CURB VARIES 12" TO 24" VARIES 10" TO 22" (SEE CONTRACT) FACE OF CURB 1/2" (IN) R. FACE OF CURB 1" (IN) R. /:1_ '2: \"h ~tci~~ ROADWAY Co/ I ~2" (IN) ROADWAY I> .• ~· . I>·~ :r .. , .. '~ , • 1' -:.' • • .I ~ I. 6 1/2" 1/2" (IN) R. FACE OF CURB FLUSH WITH GUTTER PAN AT CURB 0 RAMP ENTRANCE -1/2" (IN) VERTICAL LIP AT DRIVEWAY ENTRANCE DUA~FACEDCEMENTCONCRETE TRAFFIC CURB AND GUTTER CEMENT CONCRETE TRAFFIC CURB AND GUTTER DEPRESSED CURB SECTION AT CURB RAMPS AND DRIVEWAY ENTRANCES b ' ..... ~- 3/8" (IN) PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB 1/2" (IN) R. VARIES FROM t . 6" (IN) TO 0" (IN) • 6" I> .____....____, CEMENT CONCRETE CURB RAMP, LANDING, OR DRIVEWAY ENTRANCE I> .• ~- 3/8" (IN) PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES NOTE 1. See Standard Plan F-30.1 0 for Curb Expansion and Contraction Joint spacing and see Standard Specification Sections 8-04 and 9-04 for additional requirements. FACE OF CURB FACE OF CURB 1" (IN) R. DUAL-FACED CEMENT CONCRETE TRAFFIC CURB ROADWAY FACE OF CURB CEMENT CONCRETE TRAFFIC CURB ROADWAY 1/2" (IN) R. I> .• "'" ~ . . . . I> .• MOUNTABLE CEMENT CONCRETE TRAFFIC CURB ROADWAY CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation 1MGLEIP7 (MKMXEPP]WMKRIHF]1MGLEIP7 *PIQMRK *PIQMRK (EXI  (EXI      (EXI