Loading...
HomeMy WebLinkAboutContract Provisions - SW 43rd StProject No.:TED4004096 Contract Provisions Contract No.:CAG-25-004 Award Amount: __________ Award Date: ___________ Award To: SW 43rd Street,W C/L to SR 167 Ramps Project Transportation Improvement Board (TIB)No.:8-1-102(039)-i Prepared by: KPG Psomas 3131 Elliott Ave.,Suite 400 Seattle,Washington 98121 Approved for Bid Approved for Construction Date: Public Works Department Transportation Division Renton City HaIl,5th Floor 1055 South Grady Way Renton,Washington 98057 Volume lof 2 General Bid Information:Builders Exchange of Washington,Inc. (425)258-1303 City Contact:Emily Logan,PE (206)507-1007 Consultant Contact:Karma Franada,PE (253)627-0720 City of Renton City of Renton Renton, Washington Contract Provisions for the SW 43rd Street, W C/L to SR 167 Ramps Project City Project Number: TED4004096 City Contract Number: CAG-25-004 Transportation Improvement Board (TIB) Funding Number: 8-1-102(039)-1 Date: 2025 Prepared For: City of Renton Public Works Department Transportation Division 1055 South Grady Way, 5th Floor Renton, WA 98057 Prepared By: KPG Psomas 3131 Elliott Ave, Suite 400 Seattle, WA 98121 SW 43rd Street, W C/L to SR 167 Ramps Project Table of Contents TED4004096 Page 1 of 2 2025 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 VI. APPENDICES APPENDIX A – PREVAILING HOURLY MINIMUM WAGE RATES APPENDIX B – CITY OF RENTON STANDARD PLANS SW 43rd Street, W C/L to SR 167 Ramps Project Table of Contents TED4004096 Page 2 of 2 2025 APPENDIX C - CITY OF KENT STANDARD PLANS APPENDIX D – WSDOT STANDARD PLANS APPENDIX E – KC METRO STANDARD PLANS APPENDIX F – GEOTECHNICAL REPORT VOLUME II I. CONTRACT PLANS VOLUME II – APPENDICES I. TRAFFIC CONTROL PLANS II. POTHOLE PLANS City of Renton Contract Provisions for SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ I. CALL FOR BIDS City of Renton CAG-25-004 SW 43rd Street, W C/L to SR 167 Ramps Project TIB Project No. 8-1-102(039)-1 SW 43rd Street, W C/L to SR 167 Ramps Project Call for Bids TED4004096 Page 1 of 1 2025 CALL FOR BIDS Sealed bids will be received until 11:00 AM on Tuesday, July 8, 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 11:00 AM, Thursday, July 10, 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: hƩps://us06web.zoom.us/j/89157977449?pwd=MCXvVZ4Ay6awqrRmvQ8kZrm4gzIM83.1  Using the Zoom app: Meeting ID: 891 5797 7449; Passcode: 457689;  Via telephone by dialing: 253-215-8782  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 of 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 and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The improvement for which bids will be received is described below: Construct SW 43rd Street, W C/L to SR 167 Ramps Project. The work includes but is not limited to: resurfacing of approximately 6,000 LF of SW 43rd Street from SR 167 on/off ramps to the western City limits located at the Renton/Tukwila City boundary vicinity of Interurban Trail and BNSF crossing, upgrading all curb ramps located at the intersections along the corridor, install new channelization throughout the corridor, install, storm drainage improvements, and all other work necessary to complete the Work as specified and shown in the Contract Provisions. Jason A. Seth, City Clerk Published: Daily Journal of Commerce – June 24, 2025 and July 1, 2025 Seattle Times – June 24, 2025 and July 1, 2025 City of Renton Contract Provisions for SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ II. INFORMATION FOR BIDDERS SW 43rd Street, W C/L to SR 167 Ramps Project Information and Checklist for Bidders TED4004096 Page 1 of 3 2025 INFORMATION AND CHECKLIST 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 has 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 A. It is the Bidder’s responsibility to obtain wage information for any work classifications that are not included. b. Traffic Control and Hours of Work. This project is located on a Principal Arterial that serves as an important east to west transportation link between Benson Hill/Cascade and Talbot/Valley neighborhoods. The project site is surrounded by industrial businesses, Valley Medical Center and State Route 167 Northbound Interchange. Traffic control and the safety of the traveling public will be important. The project may require restricted hours for (1) lane closures for the work near Valley Medical Center and State Route 167 Interchange. OTHER PROJECT SPECIFIC INFORMATION 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to 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 in writing to Renton City Hall – Transportation Systems, 1055 S Grady Way, Renton, WA 98057, Attn: Emily Logan, or  Submit questions via e-mail to elogan@rentonwa.gov. Subject line to read “SW 43rd Street.” 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. SW 43rd Street, W C/L to SR 167 Ramps Project Information and Checklist for Bidders TED4004096 Page 2 of 3 2025 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. 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 forms and documents shall be submitted with the bid. a. Project Proposal Bid Summary - The form included in these Bid Documents must be used; no substitute will be accepted. b. Proposal Cover Page – 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 SW 43rd Street, W C/L to SR 167 Ramps Project Information and Checklist for Bidders TED4004096 Page 3 of 3 2025 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. h. Proposal Signature Page – The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of 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. 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 laborers, 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 Spec. Section 1-09.9(1), Retainage. SW 43rd Street, W C/L to SR 167 Ramps Project Summary of Fair Practices Policy TED4004096 Page 1 of 1 2025 SW 43rd Street, W C/L to SR 167 Ramps Project Summary of Americans with Disabilities Act Policy TED4004096 Page 1 of 1 2025 City of Renton Contract Provisions for SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ III. PROJECT PROPOSAL PROJECT PROPOSAL BID SUMMARY Project Name: SW 43rd Street, W C/L to SR 167 Ramps Project City Project Number: TED4004096 City Contract Number: CAG-25-004 TIB Funding Number: 8-1-102(039)-1 Company: Address: Telephone Number: E-mail Address: Total Bid Amount: $ SW 43rd Street, W C/L to SR 167 Ramps Project Proposal Cover Page TED4004096 Page 1 of 1 2025 PROPOSAL COVER PAGE SW 43RD STREET, W C/L TO SR 167 RAMPS PROJECT 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 60 calendar days after the opening of bids, as specified in Section 1-03.2 of the Special Provisions. 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 135 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 A01 Minor Change 1-04 EST 1 40,000.00$ $ A02 Roadway Surveying 1-05 LS 1 LUMP SUM $ A03 ADA Features Surveying 1-05 LS 1 LUMP SUM $ A04 Change Tracking 1-05 EST 1 LUMP SUM $ A05 Apprenticeship Utilization 1-07 HR 2800 $$ A06 Apprenticeship Incentive 1-07 CALC 1 500.00$ $ A07 Apprenticeship Penalty 1-07 CALC 1 (500.00)$ $ A08 SPCC Plan 1-07 LS 1 LUMP SUM $ A09 Type A Progress Schedule (Minimum Bid $2,500)1-08 LS 1 LUMP SUM $ A10 Fuel Cost Adjustment 1-09 CALC 1 $$ A11 Mobilization 1-09 LS 1 LUMP SUM $ A12 Project Temporary Traffic Control 1-10 LS 1 LUMP SUM $ A13 Business Access Signs 1-10 EA 26 $$ A14 Traffic Control Supervisor 1-10 LS 1 LUMP SUM $ A15 Flaggers 1-10 HR 4760 $$ A16 Other Traffic Control Labor 1-10 HR 540 $$ A17 Sequential Arrow Sign 1-10 HR 12960 $$ A18 Portable Changeable Message Sign 1-10 HR 3240 $$ A19 Construction Signs, Class B 1-10 SF 700 $$ A20 Off-Duty Uniformed Police Officer 1-10 HR 620 $$ A21 Roadside Cleanup 2-01 EST 1 50,000.00$ $ NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE OF PRICES PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID SW 43rd Street, W C/L to SR 167 Ramps BID SCHEDULE A - ROADWAY IMPROVEMENTS SW 43rd Street, W C/L to SR 167 Ramps TED4004096 Page 1 of 5 Schedule of Prices April 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE* EXTENSION NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE OF PRICES PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID SW 43rd Street, W C/L to SR 167 Ramps A22 Clearing and Grubbing 2-01 SF 3500 $$ A23 Tree Protection 2-02 EA 11 $$ A24 Removal of Structures and Obstructions 2-02 LS 1 LUMP SUM $ A25 Roadway Excavation Incl. Haul 2-03 CY 6200 $$ A26 Unsuitable Foundation Excavation Incl. Haul 2-03 CY 170 $$ A27 Crushed Surfacing Base Course 4-04 TON 1700 $$ A28 HMA Joint Seal at Bridge End 5-03 LF 100 $$ A29 Planing Bituminous Pavement 5-04 SY 40000 $$ A30 HMA Cl. 1/2" PG 58-22H for Pavement Repair 5-04 TON 400 $$ A31 HMA Cl. 1/2" PG 58-22H for Pavement Repair With Geotextile 5-04 TON 1000 $$ A32 HMA Cl. 1/2" PG 58-22H for Overlay 5-04 TON 8600 $$ A33 Asphalt Cost Price Adjustment 5-04 CALC 1 $$ A34 Job Mix Compliance Price Adjustment 5-04 CALC 1 34,000.00$ $ A35 Compaction Price Adjustment 5-04 CALC 1 27,000.00$ $ A36 Adjust Utility Structure to Grade 5-04 EA 9 $$ A37 Adjust Monitoring Well Case and Cover to Grade 5-04 EA 2 $$ A38 Adjust Gas Valve Case and Cover to Grade 5-04 EA 7 $$ A39 Adjust Storm Drainage Structure to Grade 7-05 EA 56 $$ A40 Adjust Sanitary Sewer Manhole to Grade 7-05 EA 1 $$ A41 Install Non-Skid Cover and Adjust Structure to Grade 7-05 EA 2 $$ A42 Adjust KC Metro Concrete Maintenance Hole to Grade 7-06 EA 8 $$ A43 Adjust Water Valve Box to Grade 7-12 EA 40 $$ SW 43rd Street, W C/L to SR 167 Ramps TED4004096 Page 2 of 5 Schedule of Prices April 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 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. SCHEDULE OF PRICES PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID SW 43rd Street, W C/L to SR 167 Ramps A44 Install Water Valve Cover in Place of Manhole 7-12 EA 2 $ $ A45 Erosion Control and Water Pollution Prevention 8-01 LS 1 LUMP SUM $ A46 Inlet Protection 8-01 EA 79 $ $ A47 Topsoil Type A 8-02 CY 40 $ $ A48 Property Restoration 8-02 EST 1 10,000.00$ $ A49 Seeded Lawn Installation 8-02 SY 310 $ $ A50 Bark or Wood Chip Mulch 8-02 CY 10 $ $ A51 Cement Conc. Traffic Curb and Gutter 8-04 LF 320 $ $ A52 High-Strength Cement Conc. Traffic Curb and Gutter 8-04 LF 500 $ $ A53 Monolithic Cement Conc. Curb 8-04 LF 270 $ $ A54 High-Strength Monolithic Cement Conc. Curb 8-04 LF 190 $ $ A55 Precast Cement Conc. Traffic Curb 8-04 LF 210 $ $ A56 Mountable Cement Conc. Traffic Curb 8-04 LF 480 $ $ A57 Raised Pavement Marker Type 2 8-09 HUND 4 $ $ A58 Adjust Monument Case and Cover to Grade 8-13 EA 3 $ $ A59 Cement Conc. Sidewalk 8-14 SY 520 $ $ A60 High-Strength Cement Conc. Sidewalk 8-14 SY 20 $ $ A61 Cement Conc. Curb Ramp, Type Perpendicular A 8-14 SY 10 $ $ A62 Cement Conc. Curb Ramp, Type Perpendicular B 8-14 SY 90 $ $ A63 Cement Conc. Curb Ramp, Type Parallel A 8-14 SY 80 $ $ A64 High-Strength Cement Conc. Curb Ramp, Type Parallel A 8-14 SY 240 $ $ A65 Cement Conc. Curb Ramp, Type Parallel B 8-14 SY 10 $ $ SW 43rd Street, W C/L to SR 167 Ramps TED4004096 Page 3 of 5 Schedule of Prices April 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 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. SCHEDULE OF PRICES PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID SW 43rd Street, W C/L to SR 167 Ramps A66 High-Strength Cement Conc. Curb Ramp, Type Parallel B 8-14 SY 20 $ $ A67 Cement Conc. Curb Ramp, Type Single Direction A 8-14 SY 10 $ $ A68 High-Strength Cement Conc. Curb Ramp, Type Combination 8-14 SY 130 $ $ A69 Cement Conc. Curb Ramp, Type Combination 8-14 SY 270 $ $ A70 Vehicular Bollard 8-19 EA 7 $ $ A71 Modification of Existing Traffic Signal at SW 43rd Street & Oakesdale Avenue SW Intersection, Complete 8-20 LS 1 LUMP SUM $ A72 Modification of Existing Traffic Signal at SW 43rd Street & Lind Avenue SW Intersection, Complete 8-20 LS 1 LUMP SUM $ A73 Modification of Existing Traffic Signal at SW 43rd Street & E Valley Highway Intersection, Complete 8-20 LS 1 LUMP SUM $ A74 Modification of Existing Traffic Signal at SW 43rd Street & SR 167 Ramps Intersection, Complete 8-20 LS 1 LUMP SUM $ A75 Permanent Signing 8-21 LS 1 LUMP SUM $ A76 MMA Plastic Stop Line 8-22 LF 520 $ $ A77 MMA Plastic Crosswalk Line 8-22 SF 1490 $ $ A78 MMA Plastic Traffic Arrow 8-22 EA 41 $ $ A79 MMA Plastic Traffic Letter 8-22 EA 4 $ $ A80 Profiled MMA Plastic Line 8-22 LF 22000 $ $ A81 Paint Line, 6 In.8-22 LF 460 $ $ A82 Removing Existing Pavement Markings 8-22 LS 1 LUMP SUM $ A83 Temporary Pavement Marking 8-23 LS 1 LUMP SUM $ A84 Detection Strip 8-26 LF 40 $ $ B1 Crushed Surfacing Top Course 4-04 TON 190 $ $ B2 Polypropylene Storm Sewer Pipe 12 In. Diam. 7-04 LF 340 $ $ BID SCHEDULE B - DRAINAGE IMPROVEMENTS SW 43rd Street, W C/L to SR 167 Ramps TED4004096 Page 4 of 5 Schedule of Prices April 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 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. SCHEDULE OF PRICES PROPOSAL (BID SCHEDULE A - ROADWAY IMPROVEMENTS) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID SW 43rd Street, W C/L to SR 167 Ramps B3 Ductile Iron Storm Sewer Pipe 12 In. Diam. 7-04 LF 290 $ $ B4 Connect Proposed Pipe to Existing Drainage Pipe 7-04 EA 7 $ $ B5 Catch Basin Type 1 w/Open Curb Face Frame & Grate 7-05 EA 12 $ $ B6 Catch Basin Type 2-48 In. Diam w/Open Curb Face Frame & Grate 7-05 EA 5 $ $ B7 Connect Proposed Structure to Existing Pipe 7-05 EA 1 $ $ B8 Structure Excavation Class B Incl. Haul 7-08 CY 350 $ $ B9 Shoring or Extra Excavation Class B 7-08 SF 5900 $ $ B10 Bank Run Gravel for Trench Backfill 7-08 TON 210 $ $ B11 Gravel Backfill for Pipe Zone Bedding 7-08 TON 170 $ $ $ _______________________ $ _______________________ $ _______________________ Total Schedule A (Roadway Improvements) *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. Total Schedule B (Drainage Improvements) TOTAL BID AMOUNT = SW 43rd Street, W C/L to SR 167 Ramps TED4004096 Page 5 of 5 Schedule of Prices April 2025 SW 43rd Street, W C/L to SR 167 Ramps Project Non-Collusion Declaration TED4004096 Page 1 of 1 2025 SW 43rd Street, W C/L to SR 167 Ramps Project Local Agency Subcontractor List TED4004096 Page 1 of 1 2025 SW 43rd Street, W C/L to SR 167 Ramps Project Proposal For Incorporating Recycled Materials TED4004096 Page 1 of 1 2025 SW 43rd Street, W C/L to SR 167 Ramps Project Contractor Certification, Wage Law Compliance TED4004096 Page 1 of 1 2025 SW 43rd Street, W C/L to SR 167 Ramps Project Proposal Signature Page TED4004096 Page 1 of 2 2025 PROPOSAL SIGNATURE PAGE SW 43RD STREET, W C/L TO SR 167 RAMPS PROJECT 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: SW 43rd Street, W C/L to SR 167 Ramps Project Proposal Signature Page TED4004096 Page 2 of 2 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] SW 43rd Street, W C/L to SR 167 Ramps Project Proposal Bid Bond to the City of Renton TED4004096 Page 1 of 2 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: SW 43RD STREET, W C/L TO SR 167 RAMPS PROJECT 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 in 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 within 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______. SW 43rd Street, W C/L to SR 167 Ramps Project Proposal Bid Bond to the City of Renton TED4004096 Page 2 of 2 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 SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ IV. AGREEMENT FORMS SW 43rd Street, W C/L to SR 167 Ramps Project Agreement TED4004096 Page 1 of 2 2025 AGREEMENT CONTRACT NO. CAG-25-004 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 conditions 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: SW 43rd Street, W C/L to SR 167 Ramps Project in accordance with and as described in the attached plans and specifications, and the 2024 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 expense 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. SW 43rd Street, W C/L to SR 167 Ramps Project Agreement TED4004096 Page 2 of 2 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] * Armondo Pavone, Mayor [Title] ATTEST [Business Name] Jason Seth, City Clerk [Date] * NOTE: Evidence 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 SW 43rd Street, W C/L to SR 167 Ramps Project Page 1 of 2 Contract Bond to the City of Renton TED4004096 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-25-004 providing for construction of the SW 43rd Street, W C/L to SR 167 Ramps Project; 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. SW 43rd Street, W C/L to SR 167 Ramps Project Page 2 of 2 Contract Bond to the City of Renton TED4004096 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: SW 43rd Street, W C/L to SR 167 Ramps Project Fair Practices and Non-Discrimination Declaration TED4004096 Page 1 of 1 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. CityofRenton ContractProvisionsfor SW43rdStreet,WC/LtoSR167RampsProject ______________________________________________________________________________ V. CONTRACT SPECIFICATIONS SPECIALPROVISIONS 4/18/2025 REGIST E R E D N O T G N IHSAWFOETAT S ER N E P R F O E NNALIO E S IGS 48502 NA D I N E A B IRA S T O C K SW 43rd Street, W C/L to SR 167 Ramps SP - i Special Provisions TED4004096 2025 TABLE OF CONTENTS 1-01 DEFINITIONS AND TERMS ................................................................................................................ 2 1-02 BID PROCEDURES AND CONDITIONS ............................................................................................... 4 1-03 AWARD AND EXECUTION OF CONTRACT ....................................................................................... 11 1-04 SCOPE OF WORK ............................................................................................................................ 14 1-05 CONTROL OF WORK ....................................................................................................................... 15 1-06 CONTROL OF MATERIALS ............................................................................................................... 24 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ........................................................... 25 1-08 PROSECUTION AND PROGRESS ...................................................................................................... 39 1-09 MEASUREMENT AND PAYMENT .................................................................................................... 45 1-10 TEMPORARY TRAFFIC CONTROL .................................................................................................... 50 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................................................ 57 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ......................................................................... 58 2-03 ROADWAY EXCAVATION AND EMBANKMENT .............................................................................. 60 2-04 HAUL .............................................................................................................................................. 65 2-07 WATERING ..................................................................................................................................... 65 3-01 PRODUCTION FROM QUARRY SITES .............................................................................................. 67 4-04 BALLAST AND CRUSHED SURFACING ............................................................................................. 68 5-04 HOT MIX ASPHALT ......................................................................................................................... 70 7-01 DRAINS ......................................................................................................................................... 102 7-04 STORM SEWERS ........................................................................................................................... 102 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ................................................................. 106 7-06 KC METRO CONCRETE MAINTENANCE HOLES ............................................................................. 110 7-07 CLEANING EXISTING DRAINAGE STRUCTURES ............................................................................. 117 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ........................................................................... 117 7-12 VALVES FOR WATER MAINS ......................................................................................................... 122 8-01 EROSION CONTROL AND WATER POLLUTION PREVENTION ....................................................... 123 8-02 ROADSIDE RESTORATION............................................................................................................. 124 8-04 CURBS, GUTTERS, AND SPILLWAYS .............................................................................................. 128 8-09 RAISED PAVEMENT MARKERS ...................................................................................................... 130 8-13 MONUMENT CASES ..................................................................................................................... 130 8-14 CEMENT CONCRETE SIDEWALKS.................................................................................................. 131 8-19 VEHICULAR BOLLARD (NEW SECTION) ......................................................................................... 134 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL .................................................................................................................................. 135 8-22 PAVEMENT MARKING .................................................................................................................. 153 8-23 TEMPORARY PAVEMENT MARKINGS ........................................................................................... 154 8-26 DETECTABLE STRIP ....................................................................................................................... 154 9-29 ILLUMINATION, SIGNAL, ELECTRICAL .......................................................................................... 156 SW 43rd Street, W C/L to SR 167 Ramps SP - ii Special Provisions TED4004096 2025 (This Page Intentionally Left Blank) SW 43rd Street, W C/L to SR 167 Ramps SP-1 Special Provisions TED4004096 2025 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 effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Project specific special provisions added by City of Renton 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  Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition  City of Renton Standard Details, City of Renton Public Works Department, current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. SW 43rd Street, W C/L to SR 167 Ramps SP-2 Special Provisions TED4004096 2025 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of approximately 6,000 LF of SW 43rd Street from SR 167 on/off ramps to the western City limits located at the Renton/Tukwila City boundary vicinity of Interurban Trail and BNSF crossing, resurfacing pavement, upgrading curb ramps located at the intersections along the corridor, install new channelization throughout the corridor, install storm drainage improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 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 SW 43rd Street, W C/L to SR 167 Ramps SP-3 Special Provisions TED4004096 2025 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. 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. SW 43rd Street, W C/L to SR 167 Ramps SP-4 Special Provisions TED4004096 2025 Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. 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 (January 24, 2011 APWA GSP) Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder 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") 5 Furnished automatically upon award. Contract Provisions 5 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. 1-02.4 Examination of Plans, Specifications and Site Work SW 43rd Street, W C/L to SR 167 Ramps SP-5 Special Provisions TED4004096 2025 1-02.4(1) General (December 30, 2022 APWA GSP Option B) The first sentence of the seventh paragraph, beginning with “Any 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 (******) 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. 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”. SW 43rd Street, W C/L to SR 167 Ramps SP-6 Special Provisions TED4004096 2025 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 the completed Subcontractor List included in the Contracting Agency Proposal Package. If a Subcontractor List Form is not included in the package, use DOT Form 271-015LP. The Form shall contain the following: 1. Subcontractors who will perform the work of structural steel installation, rebar installation, heating, ventilation, air conditioning, and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, 2. The Work those subcontractors will perform on the Contract and the proof of license when required as described in RCW 39.30.060; and 3. No 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 submit with their Bid a completed Contractor Certification Wage Law Compliance form (WSDOT Form 272-009), provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid. SW 43rd Street, W C/L to SR 167 Ramps SP-7 Special Provisions TED4004096 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) Add the following 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) Contractor Certification, Wage Law Compliance (******) 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 perjury verifies that the Bidder is in compliance with responsible 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; 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. SW 43rd Street, W C/L to SR 167 Ramps SP-8 Special Provisions TED4004096 2025 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 (******) Section 1-02.7(1) is an added new section: 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 publicly 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. 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 SW 43rd Street, W C/L to SR 167 Ramps SP-9 Special Provisions TED4004096 2025 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, emailed, 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 bid forms furnished by the Contracting Agency are not used or are altered; c. The completed bid forms contain 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; e. A unit price (price per unit) cannot be determined from the Schedule of Prices submitted in the Proposal; f. The Proposal Signature Page is not properly executed; g. The Bidder fails to submit with their 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; h. The Bidder elects to provide a Proposal 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; i. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; j. 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). k. 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). SW 43rd Street, W C/L to SR 167 Ramps SP-10 Special Provisions TED4004096 2025 l. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or m. 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 extension for every Bid item listed on the submitted Schedule of Prices; 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 entries are not made in ink on the bid forms. 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. 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: SW 43rd Street, W C/L to SR 167 Ramps SP-11 Special Provisions TED4004096 2025 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 time 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. 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 revise 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. (******) Revise the first sentence of the third paragraph to read: A Bidder who wishes to claim error after the Bids have been publicly opened and read as required by Section 1-02.12, shall promptly notify the Contracting Agency that an error has occurred. Revise the last sentence of the fourth paragraph to read: If the Contracting Agency does not concur in the error or determines that the error is not the kind for which the law allows relieve, the Contracting Agency may Award the Contract and if the Bidder refuses to execute the Contract, the Bidder’s Bid deposit shall be forfeited as required by RCW 35.23.352. Per RCW 39.04.107, a low bidder on a public works project who claims error and fails to enter into a contract is prohibited from bidding on the same project if a second or subsequent call for bids is made for the project. SW 43rd Street, W C/L to SR 167 Ramps SP-12 Special Provisions TED4004096 2025 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 with 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. 1-03.2 Award of Contract (******) Delete Section 1-03.2, Award of Contract and replace it with the following: Normally, Contract Award or Bid rejection will occur within 45 60 calendar days after Bid opening. If the lowest responsible Bidder and the Contracting Agency agree, this deadline may be extended. If they cannot agree on an extension by the 45 60 calendar day deadline, the Contracting Agency reserves the right to Award the Contract to the next lowest responsible Bidder or reject all Bids. The Contracting Agency will notify the successful Bidder of the Contract Award in writing. 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. 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. SW 43rd Street, W C/L to SR 167 Ramps SP-13 Special Provisions TED4004096 2025 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 executed payment and performance bond(s) for the full contract amount. The bond may be a 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 Contracting Agency-furnished form(s); 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 contract obligations, conditions, and duties, or 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). SW 43rd Street, W C/L to SR 167 Ramps SP-14 Special Provisions TED4004096 2025 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, Plans, 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. 1-04.4 Changes (January 19, 2022 APWA GSP) The first two sentences of the last paragraph of Section 1-04.4 are deleted. 1-04.8 Progress Estimates and Payments (******) Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer’s calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.12 Contractor-Discovered Discrepancies (******) Section 1-04.12 is an added new section. SW 43rd Street, W C/L to SR 167 Ramps SP-15 Special Provisions TED4004096 2025 Upon receipt of award of Contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor’s duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor’s risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes (January 13, 2021 WSDOT GSP Option 2) Section 1-05.4 is supplemented with the following: 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. 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 SW 43rd Street, W C/L to SR 167 Ramps SP-16 Special Provisions TED4004096 2025 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 stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10- foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. 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. 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. SW 43rd Street, W C/L to SR 167 Ramps SP-17 Special Provisions TED4004096 2025 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. Payment Payment will be made for the following bid item when included in the proposal: "Roadway Surveying", lump sum. SW 43rd Street, W C/L to SR 167 Ramps SP-18 Special Provisions TED4004096 2025 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 Option 3) 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. Payment SW 43rd Street, W C/L to SR 167 Ramps SP-19 Special Provisions TED4004096 2025 Payment will be made in accordance with Section 1-09.6 for the following bid item when included in the proposal. (March 9, 2023 WSDOT GSP Option 4) 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 Inspection Form(s) (WSDOT Form 224-020). The completed ADA Inspection Form(s) (WSDOT Form 224-020) 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 submit the final form(s) to the WSDOT ADA Steward. Payment Payment will be made for the following bid item that is included in the Proposal: "ADA Features Surveying", lump sum. The lump sum Contract price for "ADA Features 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) Section 1-05.7 is supplemented 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 SW 43rd Street, W C/L to SR 167 Ramps SP-20 Special Provisions TED4004096 2025 notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. 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 (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing 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 Completion 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 therefor. SW 43rd Street, W C/L to SR 167 Ramps SP-21 Special Provisions TED4004096 2025 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 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 inspection 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 written 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 completion 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 SW 43rd Street, W C/L to SR 167 Ramps SP-22 Special Provisions TED4004096 2025 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. 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 (March 13, 1995 WSDOT GSP Option 1) Section 1-05.14 is supplemented with the following: 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. City of Kent – some of the work being performed as part of this contract is adjacent to the Kent city limits and may need to be coordinated with their officers and agents. 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) Add the following new section: SW 43rd Street, W C/L to SR 167 Ramps SP-23 Special Provisions TED4004096 2025 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. 1-05.17 Contractor’s Daily Diary (******) Section 1-05.17 is an added new section. The Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number if the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor’s designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the Diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of the work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Contracting Agency, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. List of the number of Contractor’s employees working during each day by category of employment. 9. List of Contractor’s equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. Equipment on stand-by on the site shall be listed and designated as on stand-by. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Contracting Agency or other party during each working day on-site. 11. Entries to verify the daily (including non-working days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor’s progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor’s official representative on the project. SW 43rd Street, W C/L to SR 167 Ramps SP-24 Special Provisions TED4004096 2025 Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Contracting Agency that the Daily Diary maintained by Contractor shall be the “Contractor’s Book of Original Entry” for the documentation of any potential claims or disputes that might arise during this Contract. Failure of the Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or Contracting Agency’s representative on-site will also complete an Inspector Daily Report (IDR) for each day work is performed. Payment All costs to comply with this special provision are incidental to the contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the associated bid prices of the contract. 1-05.18 Change Tracking (******) Section 1-05.18 is an added new section. The Contractor shall track and record all changes on separate full size set of plans kept in the contractors office. Changes shall be recorded in red the day of or following the change. Measurement Measurement shall be made by lump sum. Payment Payment will be made for the following bid item: “Change Tracking”, per lump sum Payment for this item will be made upon receipt of completed Change Tracking Plan Sheets. 1-06 CONTROL OF MATERIALS 1-06.1 Approval of Materials Prior to Use 1-06.1(2) Request for Approval of Materials (RAM) (******) Supplement Section 1-06.1(2) with the following: The Engineer will require up to 7 calendar days from the date each RAM is submitted until it is returned to the Contractor. The Contractor shall not proceed with the Work to incorporate the materials included in each RAM until each RAM is approved by the Engineer. As applicable, comments from the Engineer regarding a submitted RAM shall be addressed and resubmitted to the SW 43rd Street, W C/L to SR 167 Ramps SP-25 Special Provisions TED4004096 2025 Engineer. Each resubmitted RAM will require up to 7 calendar days from the date of submission until it is returned to the Contractor. 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, and 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 project 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. SW 43rd Street, W C/L to SR 167 Ramps SP-26 Special Provisions TED4004096 2025 1-07.2 State Taxes (June 27, 2011 APWA GSP) Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax 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. 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 SW 43rd Street, W C/L to SR 167 Ramps SP-27 Special Provisions TED4004096 2025 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. 1-07.9(3) Apprentices (******) Supplement this section with the following: Apprentice Utilization This Contract includes an Apprentice Utilization Requirement. Fifteen percent or more of project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are accepted. Apprentice Utilization will be determined using the Department of Labor and Industries (L&I) online Prevailing Wage Intent & Affidavit (PWIA) system. The Contractor shall provide on-the-job training aimed at developing apprentices to journey-level status in the trades involved per RCW 39.04.300, 39.04.310, and 39.04.320. The estimated number of apprentice labor hours is 2800. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. The Contractor may elect to accomplish apprentice utilization as part of the work of a subcontractor, however, the Prime Contractor shall retain the responsibility for complying with these Special Provisions (achieving the apprentice utilization requirement). A contractor or subcontractor may not be required to exceed the apprenticeship utilization requirements set forth in RCW 39.04.320(8). Definitions For the purposes of this specification the following definitions apply: 1. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. SW 43rd Street, W C/L to SR 167 Ramps SP-28 Special Provisions TED4004096 2025 2. Apprentice Utilization is the apprentice labor hours, on the project, expressed as a percentage of project Labor Hours based on certified payrolls or the affidavits of wages paid, whichever is least. The percentage is not rounded up. 3. Apprentice Utilization Requirement is the minimum percentage of apprentice labor hours required by the Contract. 4. Good Faith Effort(s) (GFE) describes the Contractor’s efforts to meet the Apprentice Utilization Requirement including but not limited to the specific steps as described elsewhere in this specification. 5. Labor Hours are the total hours performed by all workers receiving an hourly wage who are subject to prevailing wage requirements for work performed on the Contract as defined by RCW 39.04.310. Labor Hours are determined based on the scope of work performed by the individuals, rather than the title of their occupations in accordance with WAC 296-127. 6. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 7. Apprentice Wage Rates are the applicable wage rates that are to be paid for an apprentice registered in a training program, separate from Journey Level rates, as set by the Washington State Apprenticeship Training Council and Washington State Department of Labor and Industries (L&I). Electronic Reporting The Contractor shall use the PWIA System to submit the “Apprentice Utilization Plan”. Reporting instructions are available in the application. Apprentice Utilization Plan The Contractor shall submit an “Apprentice Utilization Plan” by filling out the Apprentice Utilization Plan Form (WSDOT Form 424-004) within 30 calendar days of execution, however no later than five (5) working days prior to the preconstruction meeting conference, demonstrating how and when they intend to achieve the Apprentice Utilization Requirement. The Plan shall be in sufficient detail for the Engineer to track the Contractor’s progress in meeting the utilization requirements. An Apprentice Utilization Plan shall be updated and resubmitted as the Work progresses or when requested by the Engineer. If the Contractor is unable to demonstrate the ability to meet the Apprentice Utilization Requirement with their initial Apprentice Utilization Plan submission, an effort must be made to find additional registered apprentices to perform on the contract. If after attempts have been made at every tier and every scope, the Contractor must submit GFE documentation to the Contracting Agency. The Contractor shall actively seek out opportunities to meet the Apprentice Utilization Requirement during the construction Work. Contacts SW 43rd Street, W C/L to SR 167 Ramps SP-29 Special Provisions TED4004096 2025 The Contractor may obtain information on State-approved Apprenticeship Training Programs by using the Apprentice Registration and Tracking System (ARTS) https://secure.lni.wa.gov/arts- public/#/program-search or contacting the Department of Labor and Industries directly at: Specialty Compliance and Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance The Contractor is expected to make attempts to employ Apprentices and shall include the requirement in any subcontracts at any tier. In the event that the Contractor is unable to achieve the Apprentice Utilization Requirement, the Contractor shall submit GFE documentation demonstrating the efforts and attempts they made. Final GFE documentation shall be submitted to the Contracting Agency after Substantial Completion but no later than 30 days after Physical Completion. If the Contractor fails to actively attempt to employ Apprentices, submit GFE documentation, or if the Engineer does not approve the GFE, the Contractor will be assessed a penalty. The Engineer will provide the Contractor with a written notice at Final Acceptance of the project informing the Contractor of the failure to comply with this specification which will include a calculation of the penalty to be assessed as provided for in the Payment section in this special provision. If the Contractor achieves the required Apprentice Utilization an incentive will be assessed with Final Payment. Good Faith Efforts The GFE shall document the attempts (efforts) the Contractor (and any subcontractor at any tier) made to meet the Apprentice Utilization Requirement. Emails, letters, or other written communications with letterhead, titles, and contact information are required. Documentation must include one or more of the following accepted GFEs: 1. Demonstrated Lack of Availability of Apprentices. Correspondence from State-approved Apprenticeship Training Program(s), with project specific responses confirming there is a lack of availability of Apprentices for this project. 2. Demonstrated Disproportionate Ratio of Material/Equipment/Products to Labor Hours. Documentation explaining the bid includes a disproportionate high cost of material/equipment/products to Labor Hours. (E.g., a $2 M estimated contract includes $1 M or more in procurement costs of equipment to be installed.) 3. Demonstrated Lack of Necessary Labor Hours. Correspondence from a State-approved Apprentice Training Programs confirming there is not enough time in the project to meet required journey level to apprentice training ratios. 4. Demonstrated Lack of Available Approved Programs. Correspondence from State-approved Apprentice Training Programs, confirming there are no programs that train for the scopes included/anticipated on the project. Contractor and state programs to submit training program detail needs and details that could be used for future program creation. SW 43rd Street, W C/L to SR 167 Ramps SP-30 Special Provisions TED4004096 2025 5. Funding Precedent. Documentation that shows conflicting, more restrictive, or precedent requirements for other training on the Project. Examples include, but are not limited to, Tribal Employment Rights (TERO), Federal Training Hours, or Special Training that affect the ability to use state-registered apprentices. 6. Warranty Work. Documentation from Original Equipment Manufacturers, or similar, confirming that work performed must only be completed by certified journey-level installers or risk voiding warranty, or similar. 7. Other Effort. The Contractor may submit other evidence, documentation, or rationale for not being able to achieve the required Apprentice Utilization that are not covered in the other efforts named. Other efforts will still need to be corroborated by an independent, knowledgeable third-party. Contractors may receive a GFE credit for graduated Apprentice hours through the end of the calendar year for all projects worked on as long as the Apprentice remains continuously employed with the same Contractor/subcontractor they were working for when they graduated. If an Apprentice graduates during employment on a project of significant duration, they may be counted towards a GFE credit for up to one year after their graduation or until the end of the project (whichever comes first). Determination of whether Contract requirements were met in good faith will be made by subtracting the hours from the journeyman total reported hours for the project and adding them to the apprentice hour total. If the new utilization percentage meets the Contract requirement, the Contractor will be reported as meeting the requirement in good faith. Approving Good Faith Efforts The Contracting Agency will review submitted Good Faith Efforts and issue a determination. The Engineer may request additional information, documentation, evidence or similar in order to approve such efforts. A determination by the Engineer is final. The approved Good Faith Efforts will be loaded into the PWIA system by the Contracting Agency. Measurement Apprenticeship Utilization will be measured for each hour of work performed by an apprentice as shown on the Monthly Apprentice Utilization Report, based on certified payrolls or the affidavits of wages paid, whichever is least. The percentage is not rounded up. Payment Payment will be made for the following Bid Items: “Apprentice Utilization”, per hour The Contractor will be reimbursed under the bid item “Apprentice Utilization” per hour for each hour of approved apprentice labor provided under the Contract submitted in the PWIA system. Reimbursement will be made upon receipt of a certified invoice that shows the related payroll number, the name of apprentice, total hours under the program, previously paid hours under the contract, hours due this progress payment, and dollar amount due this progress payment. SW 43rd Street, W C/L to SR 167 Ramps SP-31 Special Provisions TED4004096 2025 The “Apprentice Utilization” bid item shall include costs to implement, develop, document, and administer an apprenticeship utilization program, recording and reporting hours and all other costs to comply with this provision. “Apprenticeship Incentive”, by calculation. An incentive of $500 will be assessed with the Final Payment for Contractors who meet the Apprentice Utilization Requirement without a reduction by Good Faith Effort. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. “Apprenticeship Penalty”, by calculation. A penalty of $500 will be assessed with the Final Payment for Contractors when the Contractor fails to meet the Apprenticeship Utilization Requirement of 15%, unless a Good Faith Effort is approved by the Contracting Agency. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. Apprenticeship Hours will be measured for each hour of work performed by an apprentice as shown on the Monthly Apprentice Utilization Report, based on certified payrolls or the affidavits of wages paid, whichever is least. The percentage is not rounded up. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. When the Contractor fails to meet the Apprenticeship goal of 15%, a penalty will be assessed for each hour that is not achieved, unless a Good Faith Effort is approved by the Contracting Agency. Apprenticeship Utilization Penalty will be calculated as described below: Percent of goal met Penalty per hour of unmet goal 100% $$2$$ 90% to 99% $$3$$ 75% to 89% $$4$$ 50% to 74% $$5$$ 1% to 49% $$6$$ 0% $$7$$ The Contractor shall include all related costs in the unit Bid prices of the Contract, included but not limited to implementing, developing, documenting, and administering an apprenticeship utilization program, recording and reporting hours and all other costs to comply with this provision. 1-07.17 Utilities and Similar Facilities (October 3, 2022 WSDOT GSP Option 2) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. SW 43rd Street, W C/L to SR 167 Ramps SP-32 Special Provisions TED4004096 2025 Public and private utilities, or their Contractors, 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 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: The Contractor shall adjust communication, power and gas vaults and castings to grade as part of this project unless a specific utility prefers to make the adjustments themselves. The Contractor shall notify the communication, power, and gas utilities at least 5 days prior to making any adjustments to these utilities. 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 Utility Owner Contact Email Phone City City of Kent Joe Araucto JAraucto@kentwa.gov 253-856-5664 Power Puget Sound Energy Dustin Weller dustin.weller@pse.com 425-417-9188 Gas Puget Sound Energy Jessica Shultz Jessica.shultz@pse.com 425-480-2925 Communications AT&T Metro Dan McGeough dm2124@att.com 425-896-9830 Communications Comcast Todd Zimny todd_zimny@comcast.com 360-507-0598 Communications Lumen Philip Martin philip.p.martin@lumen.com Communications Verizon Scott Christenson scott.christenson@one.verizon.com 425-471-1079 Sewer KC Sewer Metro Robert Hanlon rohanlon@kingcounty.gove 206-714-7198 Transit King County Metro Loren Cook construction.coord@kingcounty.gov 206-477-1140 Buried Utility Locating Assistance One-Call Center 800-424-5555 1-07.17(1) Transit Facilities (******) Add the following new section: King County Metro SW 43rd Street, W C/L to SR 167 Ramps SP-33 Special Provisions TED4004096 2025 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: https://kingcounty.gov/en/dept/metro/about/contractor-resources/transit-system-impacts In the event of curb lane closures, the Contractor shall notify KC Metro at least 5 working days in advance of any time that the lane closure will affect a bus stop. The Contractor shall not close two concurrent bus stops in a single direction at one time. The Contractor may close east and westbound stops in the same area at the same time if necessary. The Contractor shall provide the following information for each bus stop closure request: 1. The approved Street Use Permit and Traffic Control Plan (TCP that includes the reviewer's name and approved date) for the project (please attach a pdf) 2. Location of the project 3. Is this work part of multiple phases? If so, please send a separate email for each phase. 4. Locations of any bus stops that will need to be relocated, whether they need to be closed during the entire duration of your project or if they can safely be used when you are not working 5. Name and cell phone numbers of the primary and alternate onsite contacts 6. Start and end dates of the project. a. Weekdays only? 7. Daily start and end time of work 8. Is your work weather dependent? 9. Nature of the work 10. Company name Construction Impact Contact Info: Phone: 206-447-1140 Email: construction.coord@kingcounty.gov Fax: 206-684-2686 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 SW 43rd Street, W C/L to SR 167 Ramps SP-34 Special Provisions TED4004096 2025 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 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  Consultants hired by the Contracting Agency to provide engineering support during construction of this project;  Consultants hired by the Contracting Agency to provide environmental support during construction of this project; SW 43rd Street, W C/L to SR 167 Ramps SP-35 Special Provisions TED4004096 2025  Consultants hired by the Contracting Agency to provide construction management, inspection and materials testing services for this project. 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. 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 SW 43rd Street, W C/L to SR 167 Ramps SP-36 Special Provisions TED4004096 2025 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. 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. SW 43rd Street, W C/L to SR 167 Ramps SP-37 Special Provisions TED4004096 2025 1-07.23 Public Convenience and Safety 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. (******) Section 1-07.23(1) is supplemented with the following: The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. 2. All driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a parcel has only one driveway, then that driveway must be constructed one-half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Business owners and/or residents shall be notified in writing at least 48 hours in advance of any planned driveway closures. 3. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 4. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved shall be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 5. Detours will not be allowed except as noted herein or in the Plans. However, if the Contractor wants to propose alternate staging and detours, the Contractor shall prepare the appropriate Traffic Control Plans and Detour Routes to be reviewed and approved by the City. 6. Traffic Safety Drums with flashers in addition to temporary striping shall be used to channelize traffic through construction zones. Opposing lanes of traffic shall be separated by pylons when clearance for drums is not adequate. 7. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirements of Section 8-23. 8. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. In developing the Progress Schedule, the Contractor shall carefully consider the following SW 43rd Street, W C/L to SR 167 Ramps SP-38 Special Provisions TED4004096 2025 restrictions to sequencing and scheduling of the Work. No additional payment shall be made to the Contractor from the Owner due to time constraints imposed by these requirements. Lane closures are subject to the following restrictions: The Construction Channelization Plans indicate minimum number of lanes required for each phase of work. Additional lane closures will be permitted on SW 43rd Street as follows: Single lane closure on SW 43rd Street in either direction will be permitted during the following hours: Sunday to Thursday 7:00 am to 5:00 pm Two lane closures in the same direction of SW 43rd Street that shifts traffic to the opposing lane maintaining one lane of traffic in each direction will be permitted during the following hours: Sunday to Thursday 7:00 am to 5:00 pm Center (two-way left turn lane) closure on SW 43rd Street will be permitted during the following hours: Sunday to Friday 7:00 am to 5:00 pm Contractor may be permitted to close additional lanes between the hours of 7:00 am and 5:00 pm by request. Periodic, non-consecutive, night time, full closures of SW 43rd Street between the hours of 8:00 pm and 5:00 am may be permitted by request. Additional Requirements The Contractor shall provide a minimum of ten days’ notice of closures utilizing Portable Changeable Message Sign (PCMS) at the closure location. The Contractor, at his or her sole expense, may seek approval for extended or modified working hours. Such Plans must be approved by the Contracting Agency. A left turn lane at all signalized intersections shall always remain open. 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. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: SW 43rd Street, W C/L to SR 167 Ramps SP-39 Special Provisions TED4004096 2025 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. 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 property 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 1-08.0 Preliminary Matters (May 25, 2006, APWA GSP) Section 1-08.0 is an added new section. 1-08.0(1) Preconstruction Conference (July 8, 2024 APWA GSP) SW 43rd Street, W C/L to SR 167 Ramps SP-40 Special Provisions TED4004096 2025 Section 1-08.0(1) is an added new section. 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; 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. 1-08.0(2) Hours of Work (December 8, 2014, APWA GSP) Section 1-08.0(2) is an added new section. 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 working days 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 SW 43rd Street, W C/L to SR 167 Ramps SP-41 Special Provisions TED4004096 2025 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.) 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 Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 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 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. 1-08.1(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) Progress Schedule Types 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 Work (July 23, 2015, APWA GSP) SW 43rd Street, W C/L to SR 167 Ramps SP-42 Special Provisions TED4004096 2025 Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work 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. 1-08.4(1) Daily Notification of Planned Work Location (******) Section 1-08.4(1) is an added 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. 1-08.4(2) Construction Sequencing (******) Section 1-08.4(2) is an added new section. The Contractor’s sequence of construction shall meet all the conditions of the contract including the following: The Contractor shall not have access to the limited access area at the eastern limit of the project (approx. station 65+00 to 71+40) until such point in time as the Contractor is notified by the City that said area is available for work. The Contractor shall have the WSDOT limited access area surveyed and install high visibility construction fencing around the perimeter of the limited access area at the beginning of work on the project. The high visibility construction fencing shall be removed when the Contractor is notified by the City that work may be performed in the WSDOT limited access area. 1-08.5 Time for Completion (December 30, 2022 APWA GSP, Option A) SW 43rd Street, W C/L to SR 167 Ramps SP-43 Special Provisions TED4004096 2025 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 Contractor 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: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. 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 (March 13, 1995 WSDOT GSP Option 7) Section 1-08.5 is supplemented with the following: SW 43rd Street, W C/L to SR 167 Ramps SP-44 Special Provisions TED4004096 2025 This project shall be physically completed within 135 working days. 1-08.6 Suspension of Work (February 6, 2023 WSDOT GSP Option 2) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates that the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 21 calendar days, then contract time will be suspended upon physical completion of all critical work except that work dependent upon the below listed critical materials: Traffic Equipment Surface Water Material Charging of contract time will resume upon delivery of the critical materials to the Contractor. 1-08.9 Liquidated Damages (March 3, 2021, APWA GSP, Option B) Revise the second and third paragraphs to read: Accordingly, the Contractor agrees: 1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated Damages Formula LD=0.15C/T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion SW 43rd Street, W C/L to SR 167 Ramps SP-45 Special Provisions TED4004096 2025 When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 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. 1-09.2(1) General Requirements for Weighing Equipment (November 25, 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, regardless 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. SW 43rd Street, W C/L to SR 167 Ramps SP-46 Special Provisions TED4004096 2025 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. 1-09.3 Scope of Payment (August 7, 2017 WSDOT GSP) Supplement this section with the following Fuel Cost Adjustment General The Contracting Agency will make a fuel cost adjustment, either a credit or a payment, for qualifying changes in the index price of on-highway diesel fuel. The adjustment will be applied to partial payments made according to Section 1-09.9. The adjustment is not a guarantee of full compensation for fuel price changes. Any adjustment provided by this provision shall not obligate the Contracting Agency for any costs due solely to changes in fuel costs beyond the amount adjusted by this provision. The Contracting Agency does not guarantee that fuel will be available at the base fuel cost or monthly fuel cost. No additional adjustment will be made for rates of fuel consumption or actual fuel types that differ from those specified for the purpose of determining the adjustment. For the purpose of calculating the adjustment, the Base Fuel Cost shall be the Weekly fuel price from the U.S. Energy Information Administration website. The website location and directions are as follows: • http://www.eia.gov/petroleum/gasdiesel/ • On the web page, click on the West Coast less California, listed under the heading U.S On- Highway Diesel Fuel Prices*(dollar per gallon) at the lower end of the web page. • In the pull down box labeled Period pull down Weekly.  Click on the fuel price history found under the column heading View History for the line Diesel (On-Highway) – All Types. SW 43rd Street, W C/L to SR 167 Ramps SP-47 Special Provisions TED4004096 2025  On this web page obtain the nearest weekly fuel cost for the Monday occurring three weeks prior to the date that bids are opened. This weekly fuel cost becomes the Base Fuel Cost and is fixed for the duration of the Contract and will be used in calculating all adjustments. The Monthly Fuel Cost shall be the most recent Monthly fuel price from the U.S. Energy Information Administration website. The website location and directions are as follows: • http://www.eia.gov/petroleum/gasdiesel/ • On the web page, click on the West Coast less California, listed under the heading U.S On- Highway Diesel Fuel Prices*(dollar per gallon) at the lower end of the web page. • In the pull down box labeled Period pull down Monthly. • Click on the fuel price history found under the column heading View History for the line Diesel (On-Highway) – All Types. • On this web page obtain the most current monthly fuel price. If the specified index ceases to be available for any reason, the Contracting Agency at its discretion will select and begin using a substitute price source or index to establish the Monthly Fuel Cost. Measurement No adjustment will be made if the Monthly Fuel Cost is within 10 percent of the Base Fuel Cost. No adjustment will be made for work performed after the authorized Time for Completion. If the Monthly Fuel Cost is greater than or equal to 110% of the Base Fuel Cost, then: Adjustment = (Monthly Fuel Cost – (1.10 x Base Fuel Cost)) x Q If the Monthly Fuel Cost is less than or equal to 90% of the Base Fuel Cost, then: Adjustment = (Monthly Fuel Cost – (0.90 x Base Fuel Cost)) x Q Where Q = ∑ ((Fuel Usage Factor for each Eligible Bid Item) x (Quantity paid in the current months progress estimate for each Eligible Bid Item)) for all Eligible Bid Items listed below: Eligible Bid Item Fuel Usage Factor Roadway Excavation Incl. Haul, per cubic yard 0.70 gal/cy Planing Bituminous Pavement, per square yard 0.09 gal/sy Crushed Surfacing Base Course, per ton 0.70 gal/ton HMA Cl. 1/2" PG 58-22H for ____, per ton 0.90 gal/ton Payment Payment will be made for the following bid item when included in the bid proposal: “Fuel Cost Adjustment”, by calculation. To provide a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the Contractor’s total bid. SW 43rd Street, W C/L to SR 167 Ramps SP-48 Special Provisions TED4004096 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 not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. 1-09.7 Mobilization (December 30, 2022 APWA GSP) Delete this Section and replace it with the following: Mobilization consists of preconstruction expenses and the costs of preparatory Work and operations performed by the Contractor typically occurring before 10 percent of the total original amount of an individual Bid Schedule is earned from other Contract items on that Bid Schedule. Items which are not to be included in the item of Mobilization include but are not limited to: 1. Portions of the Work covered by the specific Contract item or incidental Work which is to be included in a Contract item or items. 2. Profit, interest on borrowed money, overhead, or management costs. 3. Costs incurred for mobilizing equipment for force account Work. Based on the lump sum Contract price for “Mobilization”, partial payments will be made as follows: 1. When 5 percent of the total original Bid Schedule amount is earned from other Contract items on that original Bid Schedule, excluding amounts paid for materials on hand, 50 percent of the Bid Item for mobilization on that original Bid Schedule, 5 percent of the total of that original Bid Schedule, or 5 percent of the total original Contract amount, whichever is the least, will be paid. 2. When 10 percent of the total original Bid Schedule amount is earned from other Contract items on that original Bid Schedule, excluding amounts paid for materials on hand, 100 percent of the Bid Item for mobilization on that original Bid Schedule, 10 percent of the total of that original Bid Schedule, or 10 percent of the total original Contract amount, whichever is the least, will be paid. 3. When the Substantial Completion Date has been established for the project, payment of any remaining amount Bid for mobilization will be paid. Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the Contract. 1-09.9 Payments (July 8, 2024, APWA GSP, Option B) Delete the fourth paragraph and replace it with the following: SW 43rd Street, W C/L to SR 167 Ramps SP-49 Special Provisions TED4004096 2025 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. 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 SW 43rd Street, W C/L to SR 167 Ramps SP-50 Special Provisions TED4004096 2025 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 Claims Resolution 1-09.13(3) Arbitration 1-09.13(3)A Arbitration General (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 Superior Court. It is mutually agreed by the parties that 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 Option 1) 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 SW 43rd Street, W C/L to SR 167 Ramps SP-51 Special Provisions TED4004096 2025 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://atssa.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 1-10.2(4) Pedestrian Traffic Control (******) Add the following new section: Existing pedestrian routes and access points within the project limits, including sidewalks and crosswalks shall remain open and clear at all times. The Contractor shall submit Pedestrian Traffic Control Plans (TCP’s) that comply with the Manual on Uniform Traffic Control Devices (MUTCD), ADA requirements, and these Specifications. Contractor proposed Pedestrian TCP’s detailing alternative accessible pedestrian routes shall be approved by the Engineer prior to implementation. The plans will either be returned for correction, approved as noted, or approved for use by the end of a 5-day review period. Each time the plan is returned for correction, an additional 5-day review period shall be necessary. When the Engineer allows work areas to encroach upon a sidewalk or crosswalk area, a minimum clear width of 48-inches cannot be maintained for pedestrian use, an alternative accessible pedestrian route shall be provided. Separation of pedestrians from the work area and vehicular traffic is required. Protective barricades, fencing, and bridges, together with warning and guidance devices and signs, shall be utilized so that the passageway for pedestrians is safe, well defined, and accessible. SW 43rd Street, W C/L to SR 167 Ramps SP-52 Special Provisions TED4004096 2025 1-10.3 Traffic Control Labor, Procedures and Devices 1-10.3(1) Traffic Control Labor 1-10.3(1)B Other Traffic Control Labor (November 25, 2024, APWA GSP) Section 1-10.3(1)B is supplemented with the following: Uniformed Police Officer Definitions: Uniformed Police Officer as used in this specification is a “General Authority Washington Peace Officer” as defined by RCW 10.93.020 (3), or a “Specially Commissioned Washington Peace Officer” as defined by RCW 10.93.020(5). Law Enforcement Agency as used in this specification is a “General Authority Washington Law Enforcement Agency” as defined by RCW 10.93.020(3). The Contractor shall arrange for off-duty Uniformed Police Officers to be present for the following activities: 1. At the commissioning of a new traffic signal, or the recommissioning of an existing traffic signal which has been upgraded. 2. Countermanding a traffic signal indication at a signalized intersection. 3. Directing vehicle and pedestrian traffic when a traffic signal indication is turned off or is inoperative. 4. Where the Engineer deems it necessary for safety, including work during hours of darkness. It shall be the Contractor’s responsibility to secure the off duty Uniformed Police Officer as required by the contract, including the costs to arrange, coordinate, and supervise. The following contact information is supplied for the Contractor’s convenience: Agency Police Officer Contact: Renton Police Department Phone: (425) 430-7500 County Deputy Sheriff Contact: King County Sheriff’s Officers Phone: (206) 957-0935 ext. 1 Washington State Patrol Contact: Washington State Patrol Officers Phone: (425) 401-7788 The services provided under the bid item “Uniformed Police Officer” shall be considered a subcontractor with the attendant requirements and responsibilities. SW 43rd Street, W C/L to SR 167 Ramps SP-53 Special Provisions TED4004096 2025 The Contractor must obtain prior approval for use of off-duty Uniformed Police Officers through an Approved Traffic Control Plan and approved amendments to the contract traffic control Plans. The off-duty Uniformed Police Officer shall be in addition to all other personnel required for flagging according to the approved traffic control plan. A Uniformed Police Officer shall be provided in the event of accidental power outages or disruption of a signalized intersection as a result of Contractor’s Work and remain in place until the intersection becomes satisfactorily operational as determined by Agency Engineer or his/her representative. The UPO shall be capable of issuing legal tickets for offenders and providing their Agency Police Vehicle with active light bars for night visibility. 1-10.3(1)C Off-Duty Uniformed Police Officer (******) Add the following new section: Off-Duty Uniformed Police Officer as used in this specification is a “General Authority Washington Peace Officer” as defined by RCW 10.93.020 (3), or a “Specially Commissioned Washington Peace Officer” as defined by RCW 10.93.020(5). Law Enforcement Agency as used in this specification is a “General Authority Washington Law Enforcement Agency” as defined by RCW 10.93.020 (1). The Contractor shall arrange for Off-Duty Uniformed Police Officers to be present for the following activities: 1. At the commissioning of a new traffic signal, or the recommissioning of an existing traffic signal which has been upgraded. 2. Countermanding a traffic signal indication at a signalized intersection. 3. Directing vehicle and pedestrian traffic when a traffic signal indication is turned off or is inoperative. 4. Where the Engineer deems it necessary for safety, including work during hours of darkness. It shall be the Contractor’s responsibility to secure the Off-Duty Uniformed Police Officer as required by the contract, including the costs to arrange, coordinate, and supervise. The following contact information is supplied for the Contractor’s convenience: Agency Police Officer Contact: Renton Police Department Phone: (425) 430-7500 County Deputy Sheriff Contact: King County Sheriff’s Officers Phone: (206) 957-0935 ext. 1 Washington State Patrol Contact: Washington State Patrol Officers SW 43rd Street, W C/L to SR 167 Ramps SP-54 Special Provisions TED4004096 2025 Phone: (425) 401-7788 The services provided under the bid item “Off-Duty Uniformed Police Officer” shall be considered a subcontractor with the attendant requirements and responsibilities. The Contractor must obtain prior approval for use of Off-Duty Uniformed Police Officers through an Approved Traffic Control Plan and approved amendments to the contract traffic control Plans. The off-duty Uniformed Police Officer shall be in addition to all other personnel required for flagging according to the approved traffic control plan. An Off-Duty Uniformed Police Officer shall be provided in the event of accidental power outages or disruption of a signalized intersection as a result of Contractor’s Work and remain in place until the intersection becomes satisfactorily operational as determined by Agency Engineer or his/her representative. 1-10.3(3)A Construction Signs (******) Supplement this section with the following: The Work shall also consist of furnishing and installing the following construction signs: “Business Access Signs” The Contractor shall fabricate and install Business Access Signs during construction for the project as shown in the Plans. Business Access Signs shall be measured and paid per each sign provided and installed. 1-10.4 Measurement 1-10.4(2) Item Bids With Lump Sum for Incidentals (******) Replace the second paragraph with the following: Other traffic control labor will be measured by the hour. Hours will be measured for each person performing the Work described in Section 1-10.3(1)B. (******) Supplement this section with the following: Business access signs will be measured by each and will include the Work described in Section 1- 10.3(3)A of these Special Provisions. Traffic Control Supervisor will be measured by lump sum and will include performing the Work described in Section 1-10.2(1)B of these Special Provisions. SW 43rd Street, W C/L to SR 167 Ramps SP-55 Special Provisions TED4004096 2025 Construction signs, Class B will be measured by the square foot of panel area for each sign designated on a traffic control plan as Class B or for each construction sign installed as ordered by the Engineer and designated as Class B at the time of the order. Class B signs may be used in more than one locations and will be measured for each new installation. Class A construction signs will not be measured. Sign posts or supports will not be measured. Off-Duty Uniformed Police Officer will be measured by the hour. Hours will be measured for each Off-Duty Uniformed Police Office performing the Work described in Section 1-10.3(1)C of these Special Provisions. 1-10.4(3) Reinstating Unit Items With Lump Sum Traffic Control (November 2, 2022 WSDOT GSP) Section 1-10.4(3) is supplemented with the following: The bid proposal contains the item “Project Temporary Traffic Control”, per lump sum and the additional temporary traffic control items listed below. The provisions of Section 1-10.4(1), Section 1-10.4(3), and Section 1-10.5(3) shall apply. “Business Access Signs”, per each "Traffic Control Supervisor”, per lump sum “Flaggers”, per hour “Other Traffic Control Labor”, per hour "Sequential Arrow Sign", per hour "Portable Changeable Message Sign", per hour “Construction Signs, Class B”, per square foot “Off-Duty Uniformed Police Officer”, per hour 1-10.5 Payment 1-10.5(2) Item Bids With Lump Sum for Incidentals (******) Supplement this section with the following: “Business Access Signs”, per each. The unit contract price for, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10.3(3)A. SW 43rd Street, W C/L to SR 167 Ramps SP-56 Special Provisions TED4004096 2025 “Construction Signs, Class B”, per square foot The unit contract price for, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10.3(3)A. “Off-Duty Uniformed Police Officer”, per hour. The unit contract price for Off-Duty Uniformed Police Officer, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10.3(1)A of these Special Provisions. No separate payment will be made for the preparation of the Traffic Control Plan, Pedestrian Traffic Control Plan. All costs with developing, implementing, and maintaining temporary ADA pedestrian access path via boardwalks, procurement, placement and compaction of crushed surfacing top course for temporary paths, or other labor, tools, and materials to comply with MUTCD Chapter 6D requirements are included in “Project Temporary Traffic Control.” All costs for minimizing drop-offs and maintaining access to existing streets and driveways including, but not limited to, steel sheeting, and channelization devices, must be included by the Contractor in the lump sum Bid price for “Project Temporary Traffic Control”. No additional or separate compensation will be allowed. END OF DIVISION 1 SW 43rd Street, W C/L to SR 167 Ramps SP-57 Special Provisions TED4004096 2025 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description (******) Supplement this section with the following: The limits of clearing and grubbing are shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees shown on the Plans to be protected, trees flagged by the Engineer or shown on the Plans to remain within the clearing and grubbing limits, shall be left undamaged by the Contractor’s operations and protected as detailed in the Plans. Any such flagged trees which are damaged shall be replaced in kind at the Contractor’s expense. Tree trimming limits shall include removal of all tree limbs that encroach within 1.5 feet horizontally beyond the back of sidewalk, and 9 feet vertically above the sidewalk, and below all streetlights. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. 2-01.2 Disposal of Usable Materials and Debris (******) Supplement this section with the following: The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site. 2-01.3 Construction Requirements (******) Supplement this section with the following: The Contractor shall notify property owners a minimum of 5 days in advance of clearing, grubbing, and tree removal operations. Tree Removal Trees identified for removal shall be completely removed, including the roots, unless the Contracting Agency determines that complete removal is not necessary. In such cases, the trunk shall be cut at ground level and treated with an approved herbicide. SW 43rd Street, W C/L to SR 167 Ramps SP-58 Special Provisions TED4004096 2025 2-01.5 Payment (******) Supplement this section with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: “Clearing and Grubbing”, per square foot The per square foot price for “Clearing and Grubbing” shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer, tree trimming, installation of high visibility fencing where shown in the Plans and directed by the Engineer and protection of existing trees and shrubbery to remain. “Tree Protection”, per each The unit Contract price per each for “Tree Protection” shall be full pay for all costs necessary for protecting the tree including labor, materials, and installation of protection measures. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description (******) Supplement this section with the following: For the purpose of this Contract, “Removal of Structures and Obstructions” shall include the removing, abandoning, protecting, storing, and salvaging, of miscellaneous objects required to complete the new construction. The EST contract price for “Removal of Structures and Obstructions” shall be full compensation for furnishing all labor, tools, materials, and equipment necessary to:  Satisfactorily remove and dispose of the items specified, backfill and compact the resulting void.  Satisfactorily abandon the items specified, including plugging, capping, and backfilling with CDF or other materials that are required by the Plans or Specifications.  Satisfactorily salvage the items specified for re-use or to be returned to the property owner or the City. The items tabulated below shall be removed, abandoned, reset, or salvaged and shall be included in the Schedule A EST contract price for “Removal of Structures and Obstructions”. SW 43rd Street, W C/L to SR 167 Ramps Project SW 43rd Street, W C/L to SR 167 Ramps SP-59 Special Provisions TED4004096 2025 ITEM ACTION APPROX. QUANTITY Rocks Remove and Reset 80 SF Quantities shown are approximate. Quantities are for the Contractor’s convenience and should be verified prior to bidding. If requested by a specific property owner, existing features (such as fencing, etc.) shall be protected, salvaged, and returned to the property owner. 2-02.3 Construction Requirements (******) Supplement this section 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 waste hauled 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. 2-02.3(3) Removing Pavement, Sidewalks, Curbs, and Gutters (******) Supplement this section 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 waste hauled 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. SW 43rd Street, W C/L to SR 167 Ramps SP-60 Special Provisions TED4004096 2025 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 (******) Add the following section: “Removal of Structures and Obstructions,” will be measured per lump sum. No specific unit of measurement shall be applied to the lump sum bid item “Removal of Structures and Obstructions”. No measurement for payment shall be made for saw cutting of any kind. Saw cutting shall be incidental to the other associated Bid items in the Proposal. No measurement for payment shall be made for filling voids left after removals and demolition. 2-02.5 Payment (******) Supplement this section with the following: All items noted for removal, removal and resetting, abandonment, or relocation to which other Bid items do not apply shall be considered included in the lump sum Bid item for “Removal of Structures and Obstructions” including, but not limited to, the items shown on the Plans and those specified herein. Sawcutting, demolition, haul, and disposal/salvage of materials to which this Bid item applies shall also be considered incidental and included in the lump sum contract price. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SW 43rd Street, W C/L to SR 167 Ramps SP-61 Special Provisions TED4004096 2025 2-03.1 Description (******) Supplement this section with the following: This work shall also include Pavement Repair Excavation as indicated in the Plans and limits agreed upon in the field with the Engineer. Pavement Repair Excavation shall be measured and paid as “Roadway Excavation Incl. Haul”. 2-03.3 Construction Requirements (******) Supplement this section with the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown below the surfacing materials that are measured and paid for under Division 2-02. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. All cost associated with hauling and disposal of the excavated material shall be considered incidental to the unit contract price for “Roadway Excavation Incl. Haul.” Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris and have a maximum particle size of 6 inches. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. Following removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall be proof rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils, as determined by SW 43rd Street, W C/L to SR 167 Ramps SP-62 Special Provisions TED4004096 2025 the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. 2-03.3(7) Disposal of Surplus Material (******) Supplement this section with the following: All costs in connection with hauling surplus or unsuitable materials to a disposal site will be considered incidental to the various bid items of the project and no additional compensation will be made. Waste sites shall also conform to the requirements of these Special Provisions. 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 providing a disposal site for this Project. All costs for haul shall be included in the bid prices for other work. 2-03.3(7)C Contractor-Provided Disposal Site (******) Supplement this section with the following: No waste site has been provided by the City for the disposal of material and debris. The Contractor shall make all arrangements and acquire all permits required, at Contractor's expense, for the disposal of waste materials and shall protect the City from any and all damages arising there from. 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(14) Embankment Construction (******) SW 43rd Street, W C/L to SR 167 Ramps SP-63 Special Provisions TED4004096 2025 Supplement this section with the following: Embankments shall be constructed per Method C of the Standard Specifications. All embankment construction and compaction shall be considered incidental to the various bid items and no additional compensation shall be considered. 2-03.3(14)E Unsuitable Foundation Excavation (******) Supplement this section with the following: Excavation required and approved by the Engineer to remove unsuitable subgrade materials not currently shown on the Plans shall be measured and paid under “Unsuitable Foundation Excavation Incl. Haul”. The Contractor shall notify the Engineer to locations of possible unsuitable subgrade not previously identified on the Plans. The Contractor shall remove unsuitable subgrade to the limits and depths directed by the Engineer. The provisions of 2-03(14)E of the Standard Specifications shall apply except that Sub Excavation below grade described in 2-02.3 of the Standard Specifications and Removal of Unstable Base Material per 2-09.3(1)C of the Standard Specifications shall also be included in the “Unsuitable Foundation Excavation Incl. Haul” bid item. All excavated unsuitable foundation materials shall be disposed of by the Contractor. Measurement and payment for “Unsuitable Foundation Excavation Incl. Haul” shall be limited to a maximum depth beneath proposed subgrade surface as determined in the field by the Engineer on a case-by-case basis. The Contractor is advised that “Unsuitable Foundation Excavation Incl. Haul” is contingent on the presence of unsuitable foundation materials. A quantity has been provided in the Bid Proposal solely to provide a common basis for bidders. The quantity may be greatly increased, decreased or reduced to zero. Payment shall be only for actual work performed based upon the unit contract price and shall be considered full compensation for the Work. An additional payment shall be made for materials used to provide, place and compact the resultant void from “Unsuitable Foundation Excavation Incl. Haul” which shall be “Recycled Concrete” as described in Section 1-06.6 or “Crushed Surfacing Base Course” as described in Section 4-04 of the Standard Specifications and these Special Provisions. 2-03.4 Measurement (******) Delete all paragraphs under this Section and replace with the following: Excavation that is not included under other bid items shall be measured and paid at the unit contract price per cubic yard for “Roadway Excavation Incl. Haul” and shall include removal of such items as asphalt, cement concrete pavement, cement concrete roadway panels, sidewalks, curbs, SW 43rd Street, W C/L to SR 167 Ramps SP-64 Special Provisions TED4004096 2025 and gutters. This bid item shall also include the protection of signal pole foundations during sidewalk excavation. Existing cement concrete pavement underlying asphalt concrete pavement shall be removed as required for installation of new pavement sections, utilities, and as designated by the Engineer; and shall be measured and paid at the unit contract price per cubic yard for “Roadway Excavation Incl. Haul”. Excavated material unsuitable for roadway embankment, such as broken pavement, curbs, sidewalks, etc., shall be disposed of. All cost associated with hauling and disposal of the excavated material shall be considered incidental to the unit contract price for “Roadway Excavation Incl. Haul.” Any excavation beyond the set limits, unless ordered by the Engineer in writing, shall not be paid for. The Contractor, at Contractor expense, shall provide all work and material required to return these over excavated areas to their set limits or original conditions. 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. 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 (******) Supplement this section with the following: “Roadway Excavation, Incl. Haul” shall be measured 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 rocks, 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. Pavement Repair Excavation shall also be paid for under this bid item. SW 43rd Street, W C/L to SR 167 Ramps SP-65 Special Provisions TED4004096 2025 The unit contract price shall also include all costs required to remove and waste haul existing asphalt and/or concrete pavement, sidewalks, curbs and gutters located within the grade lines shown. The unit contract price shall also include all costs to protect signal poles during sidewalk excavation. 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 waste haul 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. “Unsuitable Foundation Excavation Incl. Haul”, per cubic yard. “Unsuitable Foundation Excavation Incl. Haul” shall be measured and paid per cubic yard as described in the Standard Specifications and these Special Provisions. An additional payment shall be made under the unit bid price for the material utilized to backfill and compact the resulting void. All costs associated with embankment compaction shall be considered incidental to various bid items. 2-04 HAUL 2-04.1 Description (******) Supplement this section 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 (******) Supplement this section 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 SW 43rd Street, W C/L to SR 167 Ramps SP-66 Special Provisions TED4004096 2025 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. No separate or extra payment will be made for any water used under this Contract, including that used for connection or dust control. Water used under this Contract shall be considered incidental to the other items of work. 2-07.5 Payment (******) Supplement this section 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.” END OF DIVISION 2 SW 43rd Street, W C/L to SR 167 Ramps SP-67 Special Provisions TED4004096 2025 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FROM QUARRY SITES 3-01.2 Material Sources, General Requirement 3-01.2(1) Approval of Source (******) Supplement this section with the following: The Contractor is responsible for all costs associated with approval of the material source. END OF DIVISION 3 SW 43rd Street, W C/L to SR 167 Ramps SP-68 Special Provisions TED4004096 2025 DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.4 Measurement (******) Supplement this section with the following: The basis of measurement for “Crushed Surfacing Base Course”, will be by the ton based on certified truck tickets collected by the inspector at the end of each working day. Tickets will be accepted for payment after the end of each working day only when prior arrangements have been made with the inspector. If the Contractor chooses to stockpile crushed surfacing materials on or near the site, the Contractor shall establish separate stockpile areas for: 1. Crushed surfacing materials that will be measured and paid for separately per ton. 2. Crushed surfacing materials, which shall be incidental to other Bid items. All materials stockpiled materials that are not signed and separated will be considered for use in items of work where the materials is included in the unit price of the structure/item being installed such as pipe bedding, temporary maintenance rock, etc. It is up to the Contractor to track crushed surfacing materials measured for separate payment and those not measured for payment by providing separate stockpiles or another method acceptable by the Engineer. Should the Contractor not provide separate stockpiles or other method as outlined above, crushed surfacing material paid for per Ton will not be based on certified truck tickets. The crushed surfacing will instead be measured by neat line to be converted to tons based neat line measurements based on the proctor weight of the approved and material delivered in the field and on the cross sections provided in the Plans. Crushed surfacing placed thicker than 1-inch over that which is specified on the Typical Sections will be measured in place and deducted from the accepted certified truck tickets The in-place measurement will be by the square yard and converted to tons using the aggregate depth shown on the Typical Sections and the density value provided by the lab. It is the Contractor’s responsibility to ensure that the subgrade is graded to the proper elevations to avoid exceeding the compacted thickness shown on the Typical Sections. Water used in placing and compacting surfacing materials will not be measured for payment. Crushed surfacing shall not be measured for payment and is considered included in other bid items when used as backfill for storm drainage structures, drainage pipes, or as leveling pad for rockeries. 4-04.5 Payment (******) Supplement this section with the following: SW 43rd Street, W C/L to SR 167 Ramps SP-69 Special Provisions TED4004096 2025 The Contract Bid prices per ton for “Crushed Surfacing Top Course” and “Crushed Surfacing Base Course” shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the Work as defined in the Standard Specifications and these Special Provisions. Work elements shall include, but not be limited to, purchasing; procuring; hauling; placing; grading; and compacting crushed surfacing and ballast material. END OF DIVISION 4 SW 43rd Street, W C/L to SR 167 Ramps SP-70 Special Provisions TED4004096 2025 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (******) Delete Section 5-04, Hot Mix Asphalt and replace it with the following: 5-04 Hot Mix Asphalt (Non-Statistical, Commercial) 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, thicknesses, 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 Specifications. 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 proportions specified to provide a homogeneous, stable, and workable mixture. All HMA to be placed in this contract shall be HMA CL. ½” 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 (RAP) 9-03.8(3)B, 9-03.21 Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B, 9-03.21 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 manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor 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. SW 43rd Street, W C/L to SR 167 Ramps SP-71 Special Provisions TED4004096 2025 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. 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 Specifications. If the Contractor wishes to utilize High RAP/Any RAS, the design must be listed on the WSDOT Qualified Products List (QPL). The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different 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 approval 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. SW 43rd Street, W C/L to SR 167 Ramps SP-72 Special Provisions TED4004096 2025 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval 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 approved 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 design verification certifications listed below.  The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) 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 Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering 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;  Be designed for ***4*** million equivalent single axle loads (ESALs).  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. SW 43rd Street, W C/L to SR 167 Ramps SP-73 Special Provisions TED4004096 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 allowed 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 Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. ESAL's The number of ESAL's for the design and acceptance of the HMA shall be *** 4 *** million. 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 warning 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 SW 43rd Street, W C/L to SR 167 Ramps SP-74 Special Provisions TED4004096 2025 to the pavement to accelerate 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. 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 approved 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 minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating 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 additive 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 mechanical 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 SW 43rd Street, W C/L to SR 167 Ramps SP-75 Special Provisions TED4004096 2025 Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 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 temperature 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 adhering 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 effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, 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 augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract or required 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 control 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 SW 43rd Street, W C/L to SR 167 Ramps SP-76 Special Provisions TED4004096 2025 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 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 vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary 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 thoroughly 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 otherwise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. 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 throughout 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 SW 43rd Street, W C/L to SR 167 Ramps SP-77 Special Provisions TED4004096 2025 manufacturer’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 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 uniform 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 areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved 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 entirely removed 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 thoroughly. 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 residual 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 limited 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 asphalt manufacturer. SW 43rd Street, W C/L to SR 167 Ramps SP-78 Special Provisions TED4004096 2025 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 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 When the Proposal includes a pay item for crack sealing, seal cracks in accordance with Section 5-03. 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 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 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 accordance 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 temperature 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 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. SW 43rd Street, W C/L to SR 167 Ramps SP-79 Special Provisions TED4004096 2025 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 excavation 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 Contractor 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. SW 43rd Street, W C/L to SR 167 Ramps SP-80 Special Provisions TED4004096 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 additives 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 ensured. 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 Engineer, 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 accepted 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 asphalt 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 required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator 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, 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 On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. SW 43rd Street, W C/L to SR 167 Ramps SP-81 Special Provisions TED4004096 2025 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 incidental to the bid items for “HMA Cl. ½” PG 58H-22 for Overlay”, “HMA Cl. ½” PG 58H-22 for Pavement Repair”, and “HMA Cl. ½” PG 58H-22 for Pavement Repair with Geotextile”. 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, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing 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 specified. 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 pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation 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 accordance 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 tolerances 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. SW 43rd Street, W C/L to SR 167 Ramps SP-82 Special Provisions TED4004096 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 tolerances 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 acceptance 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)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for SW 43rd Street, W C/L to SR 167 Ramps SP-83 Special Provisions TED4004096 2025 acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. 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. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF:  If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion.  If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be performed by the Contracting Agency for this contract. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: SW 43rd Street, W C/L to SR 167 Ramps SP-84 Special Provisions TED4004096 2025 Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½”, 1”, ¾”, ½”, ⅜” and No. 4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical 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 total 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(9)C7 Mixture Nonstatistical Evaluation – Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 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 determine the appropriate CPF. The commercial tolerance limits will be used in the SW 43rd Street, W C/L to SR 167 Ramps SP-85 Special Provisions TED4004096 2025 calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA 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 specified 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 density 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 correlation 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 procedures 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 accordance 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 Engineer. 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. SW 43rd Street, W C/L to SR 167 Ramps SP-86 Special Provisions TED4004096 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 density, 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 percent 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 determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested 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 Engineer. 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 deficiency 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. On bridge roadway approaches within five feet of a bridge/back of pavement seat, rollers shall not be operated in a vibratory mode, defined as a mode in which the drum vibrates vertically. However, unless otherwise noted on the plans, rollers may be operated in an oscillartory mode, defined as a mode in which the drum vibrates in the horizontal direction only. Refer to contract drawings for HMA Paving Train requirements and restrictions (e.g. equipment spacing, weight limits, etc.). SW 43rd Street, W C/L to SR 167 Ramps SP-87 Special Provisions TED4004096 2025 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. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. 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. 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 density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by SW 43rd Street, W C/L to SR 167 Ramps SP-88 Special Provisions TED4004096 2025 either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 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 defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor 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 evaluated as an independent lot in accordance with Section 1-06.2(2). SW 43rd Street, W C/L to SR 167 Ramps SP-89 Special Provisions TED4004096 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 when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. 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 strips 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. SW 43rd Street, W C/L to SR 167 Ramps SP-90 Special Provisions TED4004096 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 located 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 Engineer. 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(12)B Bridge Paving Joint Seals Bridge Paving Joint Seals shall be in accordance with Section 5-03. 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified in the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5- 04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 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. 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. SW 43rd Street, W C/L to SR 167 Ramps SP-91 Special Provisions TED4004096 2025 Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory 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 details 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 paving, 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 and Pre-Planing Briefing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre-planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. SW 43rd Street, W C/L to SR 167 Ramps SP-92 Special Provisions TED4004096 2025 A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract or directed by the Engineer, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 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 unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 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 required to place and compact the HMA mixture, plane, and repave as appropriate. No traffic will be allowed on planed surfaces. Planing operations shall be immediately followed by overlay paving in the same shift. 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 Engineer, 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. SW 43rd Street, W C/L to SR 167 Ramps SP-93 Special Provisions TED4004096 2025 c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, 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. 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 minimum time required to place and compact the HMA. Adjacent travel lanes and shoulder 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. 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 throughout 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 requirements 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 moving 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 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 = 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. SW 43rd Street, W C/L to SR 167 Ramps SP-94 Special Provisions TED4004096 2025 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 control 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, including 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. 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 proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications 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 and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared 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, including 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 contractors 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, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited 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 signalization for that operation, including use of peace officers. SW 43rd Street, W C/L to SR 167 Ramps SP-95 Special Provisions TED4004096 2025 c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors 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 planing 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 operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 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 operating 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 different 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 testing. 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. Unless 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 Engineer. 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 minimal overbanding. This work is considered incidental to the bid items “HMA Cl. ½” PG 58H-22 for Overlay”, “HMA Cl. ½” PG 58H-22 for Pavement Repair”, and “HMA Cl. ½” PG 58H-22 for Pavement Repair with Geotextile”. SW 43rd Street, W C/L to SR 167 Ramps SP-96 Special Provisions TED4004096 2025 5-04.3(18) Incidental Uses for HMA Incidental uses for HMA shall consist of restoration and adjustment to paved areas and other such uses as directed by the Engineer. Incidental uses for HMA shall be measured and paid under the “HMA CL. ½” PG 58H-22 for Overlay” bid item for the overlay related HMA. 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 items “HMA Cl. ½” PG 58H-22 for Overlay”, “HMA Cl. ½” PG 58H-22 for Pavement Repair”, and “HMA Cl. ½” PG 58H-22 for Pavement Repair with Geotextile”. 5-04.3(20) Adjusting Utility Covers, Monument Cases, and Monitoring Well Cases and Covers to Final Grade The following section only applies to existing utility covers and monitoring well cases and covers 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 monitoring well cases and covers covered by HMA immediately after paving operations are complete for a street and/or street segment. Each location shall be marked with paint and the identify the type of buried feature. The Contractor shall completely expose all utility structures, monitoring well cases and covers, water valve boxes, manholes, catch basins, and gas valves for access within five (5) calendar days after final rolling of the final lift of HMA. 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 monitoring well cases and covers 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 finished pavement grade and the annular spaces filled as indicated on the Plans. The Contractor shall install 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 meet the requirements 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. J-boxes, Electrical Vaults, Communications Vaults – These features shall not be covered with HMA. SW 43rd Street, W C/L to SR 167 Ramps SP-97 Special Provisions TED4004096 2025 Monitoring Well Cases and Covers – Refer to Renton Standard Plan H031 in the Appendix or Plans. Water Valve Boxes – Refer to Renton Standard Plan 330.1 in the Appendix or Plans Manholes and Catch Basins – Refer to Renton Standard Plan 106 included in the Appendix or Plans. Gas Valves – Same as Water Valve Boxes. 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. This work is considered incidental to the bid item “Project Temporary Traffic Control”. 5-04.4 Measurement “HMA Cl. ½” PG 58H-22 for Overlay”, “HMA Cl. ½” PG 58H-22 for Pavement Repair”, and “HMA Cl. ½” PG 58H-22 for Pavement Repair with Geotextile” will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Planing bituminous pavement will be measured by the square yard. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. Adjust Utility Structure to Grade will be measured per each. Adjust Monitoring Well Case and Cover to Grade will be measured per each. Adjust Gas Valve Case and Cover to Grade will be measured per each. Adjust Storm Drainage Structure to Grade will be measured per each as provided in Section 7-05. Adjust Sanitary Sewer Manhole to Grade will be measured per each as provided in Section 7-05. Install Non-Skid Cover and Adjust Structure to Grade will be measured per each as provided in Section 7-05. Adjust Water Valve Box to Grade will be measured per each as provided in Section 7-12. SW 43rd Street, W C/L to SR 167 Ramps SP-98 Special Provisions TED4004096 2025 Adjust Monument Case and Cover to Grade will be measured per each as provided in Section 8-13. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ½” PG 58H-22”, per ton. “HMA Cl. ½” PG 58H-22 for Overlay”, per ton. “HMA Cl. ½” PG 58H-22 for Pavement Repair”, per ton. “HMA Cl. ½” PG 58H-22 for Pavement Repair with Geotextile”, per ton. The unit Contract price per ton for “HMA Cl. ½” PG 58H-22”, “HMA Cl. ½” PG 58H-22 for Overlay”, “HMA Cl. ½” PG 58H-22 for Pavement Repair”, and “HMA Cl. ½” PG 58H-22 for Pavement Repair with Geotextile” shall be full compensation for all costs, including 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 Proposal. The unit contract price per ton for “HMA Cl. ½” PG 58H-22 for Overlay”, “HMA Cl. ½” PG 58H-22 for Pavement Repair”, and “HMA Cl. ½” PG 58H-22 for Pavement Repair with Geotextile” 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 roadway, anti-stripping additive, soil residual herbicide, asphalt for tack coat, HMA pavement, HMA for preleveling, HMA transition sections, HMA ramps, HMA driveways/approaches, spreading and finishing, water, compaction, sealing all cold joints with asphalt sealant (and sand blanket to alleviate tracking), and all other incidentals necessary for a complete paving system to the lines, cross section and grades in accordance with the Plans. “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Asphalt for Prime Coat”, per ton. The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5-04.3(4). “Prime Coat Agg.”, per cubic yard, or per ton. The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. “Planing Bituminous Pavement”, per square yard. SW 43rd Street, W C/L to SR 167 Ramps SP-99 Special Provisions TED4004096 2025 The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5-04.3(9)C6. “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5-04.3(10)D3. “Roadway Core”, per each. The Contractor’s costs for all Work associated with the coring (e.g., traffic control) shall be incidental and included in the unit Bid price per each. “Cyclic Density Price Adjustment”, by calculation. “Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5-04.3(10)B. “Adjust Utility Structure to Grade”, per each. “Adjust Monitoring Well Case and Cover to Grade”, per each. “Adjust Gas Valve Case and Cover to Grade”, per each. The unit Contract price per each for “Adjust Utility Structure to Grade”, “Adjust Monitoring Well Case and Cover to Grade”, and “Adjust Gas Valve Case and Cover to Grade” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(20). Payment for “Adjust Storm Drainage Structure to Grade”, “Adjust Sanitary Sewer Manhole to Grade”, and “Install Non-Skid Cover and Adjust Structure to Grade” will be as provided in Section 7- 05. Payment for “Adjust Water Valve Box to Grade” will be as provided in Section 7-12. Payment for “Adjust Monument Case and Cover to Grade” will be as provided in Section 8-13. Payment for “Temporary Pavement Marking” is described in Section 8-23.5. Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal: SW 43rd Street, W C/L to SR 167 Ramps SP-100 Special Provisions TED4004096 2025 “HMA Cl. ___ PG ___”, per ton. “HMA Cl. ½” PG 58H-22 for Overlay”, per ton. “HMA Cl. ½” PG 58H-22 for Pavement Repair”, per ton. “HMA Cl. ½” PG 58H-22 for Pavement Repair with Geotextile”, per ton. The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish asphalt binder reference costs twice each month and post the information on the Agency website at: https://wsdot.wa.gov/business- wsdot/contracts/about-public-works-contracts/payments-reporting/asphalt-binder-reference- cost. The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. Price adjustments will be calculated one time per month. No price adjustment will be made if the Current Reference Cost is within +/-5% of the Base Cost. Reference costs for projects located in Eastern versus Western Washington shall be selected from the column in the WSDOT website table labeled “Eastern”, or “Western”, accordingly. The adjustment will be calculated as follows: If the reference cost is greater than or equal to 105% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x (Q x 0.056). If the reference cost is less than or equal to 95% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x (Q x 0.056). Where: Current Reference Cost is selected from the website table based on the “Date Effective” that immediately precedes the current month’s progress estimate end date. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. Base Cost is selected from the website table based on the “Date Effective” that immediately precedes the contract bid opening date, and shall be a constant for all monthly adjustments. Q = total tons of all classes of HMA paid in the current month’s progress payment. “Asphalt Cost Price Adjustment”, by calculation. “Asphalt Cost Price Adjustment” will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. SW 43rd Street, W C/L to SR 167 Ramps SP-101 Special Provisions TED4004096 2025 END OF DIVISION 5 SW 43rd Street, W C/L to SR 167 Ramps SP-102 Special Provisions TED4004096 2025 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS 7-01.2 Materials (******) Revise the second paragraph of this section as follows: 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 (******) Revise the second paragraph of this section as follows: 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. Revise the sixth paragraph of this section as follows: 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. 7-04 STORM SEWERS 7-04.2 Materials (******) This Section is supplemented with the following: Ductile Iron Storm Sewer Pipe 9-05.13 Ductile Iron Storm Sewer Pipe with Polywrap shall conform to the requirements of Section 9-05.13 shall conform to the requirements of Section 9-05.13 of the Standard Specification except the pipe shall be Special Thickness Class 52 and shall be wrapped with 8-mil black, tube-type, polyethylene plastic per AWWA C105 standards. SW 43rd Street, W C/L to SR 167 Ramps SP-103 Special Provisions TED4004096 2025 The second paragraph of Section 7-04.2 is supplemented as follows: The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor’s own expense. Supplement this section with the following: Direct Pipe Tee Connections: Direct pipe tee connections for use in gravity-flow sewer and storm drainage direct connections to pipe shall be Inserta Tee service connections, as manufactured by Inserta Tee and shall meet ASTM F2946 and consist of a PVC hub, rubber sleeve, and stainless steel band. Connection shall be a compression fit into the cored wall of a mainline pipe. Hub shall be made from heavy-duty PVC material. Stainless steel clamping assembly shall be of SS #301 or SS #316 for the band and housing and SS #305 or SS #316 for screws. Rubber sleeve and gasket, when applicable, shall meet the requirements of ASTM F477. Gaskets shall be installed by the manufacturer. A water-based solution provided by the manufacturer shall be used during assembly. Inserta Tee product shall provide a water connection according to the requirements of ASTM D3212. Connections to Existing Corrugated Metal Pipe: When connecting existing CMP pipe to a new structure, the Contractor may cut the existing pipe outside of the structure to facilitate the installation. New CMP is required when necessary to complete the connection of existing CMP pipe to the new structure. CMP pipe material and connections shall be in accordance with WSDOT Standard Specification, and the size and corrugations shall match the existing. Grout the connection of the pipe to the structure. 7-04.2(1) Temporary Stormwater Diversion (******) Section 7-04.2(1) is a new section: It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system throughout the duration of the project without any disruption of service until the new storm drain has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm based on scheduling approved by the Engineer. The Contractor shall submit proposed methods for providing the diversions to the Engineer for approval prior to construction. The diversions shall have the least impact on property owners and traffic flow through the site. The diversions shall be installed, operated, and maintained only when needed where the existing storm drain system must be demolished to allow construction of the new system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. SW 43rd Street, W C/L to SR 167 Ramps SP-104 Special Provisions TED4004096 2025 If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. The Contractor’s temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during construction, or can be reduced to a size determined by the Contractor if the temporary bypass can be timed to coincide with a period of little to no rain. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor’s plan shall be reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his responsibility to provide a bypass system that conveys encountered flows without property damage or damage to the project or construction area. As risk associated with sizing the bypass and impacts to construction is born by the Contractor. 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing (******) Supplement this Section with the following: Before testing begins and in adequate time to obtain approval through submittal process, prepare and submit test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for any deviations from Drawings and Specifications. Refer to Section 7-08.3(5) for television inspection. Repair, correct, and retest sections of pipe which fail to meet specified requirements when tested. Perform testing as work progresses. Schedule testing so that no more than 1,000 linear feet of installed pipeline remains untested at one time. Perform testing under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness. Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM C1103. For the installation of any flexible pipe larger than 30 inches in diameter, the Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in the installation methods and practices for the specific pipe product used on this project, as well as on the installation practices for flexible pipelines in general. The manufacturer’s representative shall be present full time on site during the construction of the first 300 feet of pipe installation, and part-time, as required, thereafter until the entire pipeline installation is complete. The manufacturer’s representative shall observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding and backfill, and testing procedures. The manufacturer’s representative shall notify Engineer and Contractor of any non-conforming installation, identifying the manufacturer recommended corrective action(s), within 24 hours of such occurrence. All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel through the entire (i.e., 100 percent) flexible SW 43rd Street, W C/L to SR 167 Ramps SP-105 Special Provisions TED4004096 2025 pipe length installed. Maximum deflection shall not exceed 5 percent. Mandrel testing shall conform to ASTM D3034, and be performed no sooner than 30 days after backfilling and prior to final acceptance testing of the segment. Submit test results to the Engineer. 1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other “tolerance packages” shall not be considered in mandrel sizing. 2. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi without being deformed. Mandrel shall have nine or more “runners” or “legs” as long as total number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall not have adjustable or collapsible legs which would allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying each size mandrel. 3. Furnish “proving ring” with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide bar steel to diameter 0.02 inches larger than approved mandrel diameter. 4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3 above. “Testing Storm Sewer Pipe”, per linear foot shall be incidental to and included in storm sewer pipe bid items. 7-04.3(2) Direct Pipe Connections (******) Section 7-04.3(2) is a new section. Field Pipe and Joint Performance: To assure water tightness, field performance verification may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM C1103. Appropriate safety precautions must be used when field-testing any pipe material. Contact the manufacturer for recommended leakage rates. Installation: Installation shall be accordance with the manufacturer’s recommended installation guidelines. Backfill around the Inserta Tee service connection shall be, at a minimum, of the same material type and compaction level as specified for the mainline pipe installation. 7-04.5 Payment (******) Supplement this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Polypropylene Storm Sewer Pipe 12 In. Diam.”, per linear foot “Ductile Iron Storm Sewer Pipe 12 In. Diam.”, per linear foot SW 43rd Street, W C/L to SR 167 Ramps SP-106 Special Provisions TED4004096 2025 The unit contract price per linear foot for storm sewer pipe of the kind and sized specified shall be full pay for all Work to complete the installation, including the following:  Trenching and structure excavation, including sawcutting and shoring.  Preparation and update to Trench Safety Systems Plan.  Removal and disposal of manmade and natural objects in conflict.  Furnishing and installing the specified pipe with all required fittings and appurtenances.  Adjustment of inverts to manholes.  Furnishing and installing pipe zone bedding.  Removing, stockpiling, and backfilling of native material where native material is deemed acceptable by the Engineer.  Import crushed surfacing top course, bank run gravel or gravel borrow for trench backfill in accordance with City of Renton Standard Detail 220.20.  Cleaning and testing of new pipes.  General pipe installation work including plugs and connections to new drainage structures.  Testing and television inspection.  Trench dewatering or temporary bypass pumping. “Connect Proposed Pipe to Existing Drainage Pipe”, per each The unit contract price per connection of proposed storm sewer pipe to existing storm sewer pipe includes, but is not limited to, all labor, material, incidentals, tools and equipment necessary to satisfactorily connect and test the connection, and complete the work as described in the Standard Specifications, these Specifications, and as shown on the Contract Plans. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.2 Materials (******) Supplement this section with the following: Material for backfill around structures within the roadway shall be “Crushed Surfacing Base Course” as specified in 9-03.9(3) of the Specifications. 7-05.3 Construction Requirements (******) Supplement this section 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. 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. SW 43rd Street, W C/L to SR 167 Ramps SP-107 Special Provisions TED4004096 2025 Dewatering shall be per Section 7-08.3(1). 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (******) Replace this section with the following: 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. Once the existing sanitary sewer or drainage manhole, catch basin, or inlet has been exposed, a City Inspector will inspect the structure to determine if there is any damage to the frame and cover. If there is existing damage to the frame of cover of the existing structure that was not caused by the Contractor, then a new frame and cover will be installed on the existing structure. The following construction procedures will also apply to the installation of new frames and grates. The installation of the new frame and cover will be incidental to the unit cost of “Adjust Storm Drainage Structure to Grade” or “Adjust Sanitary Sewer Manhole to Grade”. In the event that the existing frame and grate of a sanitary sewer or drainage manhole, catch basin, or inlet is damaged by the Contractor, the cost of a new frame and grate will be the responsibility of the Contractor. If the existing frame and grate of a sanitary sewer or drainage manhole, catch basin, or inlet is not damaged, then the existing frame and grate can be replaced as discussed below. 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. SW 43rd Street, W C/L to SR 167 Ramps SP-108 Special Provisions TED4004096 2025 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 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 placed 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 dry 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. 7-05.3(3) Connections to Existing Manholes (******) Supplement this section with the following: Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets, existing drain pipes and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where SW 43rd Street, W C/L to SR 167 Ramps SP-109 Special Provisions TED4004096 2025 directed by the Engineer or where shown on the Plans, additional structure channeling will be required. A “connection to existing” item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to an existing line. No “connection to existing” will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor’s operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.5 Payment (******) Supplement this section with the following: Payment will be made in accordance with the following bid items: “Adjust Storm Drainage Structure to Grade”, per each The unit contract price per each for “Adjust Drainage Structure to Grade” will be full compensation for all labor, materials, tools, and equipment necessary to complete the work including adjusting castings to finish grade as shown on the plans and disposing of existing risers, replacing with new risers, remove and dispose of existing frame and grate, furnishing and installing new frame and grate or solid locking cover. The payment shall include excavation, and backfill with native or import materials as directed by the Engineer, compaction, haul, and disposal of unsuitable materials to be wasted and include waste fees. No additional payment shall be made for installing ADA compliant slip resistant coat protection when a structure is within a pedestrian route or directed by the Engineer and is considered part of this bid item. “Adjust Sanitary Sewer Manhole to Grade”, per each The unit contract price per each for “Adjust Sanitary Sewer Manhole to Grade” will be full compensation for all labor, materials, tools, and equipment necessary to complete the work including adjusting castings to finish grade as shown on the plans and disposing of existing concrete risers, replacing with new concrete circular (ring) risers, remove and dispose of existing circular frame and grate, notification and coordination with respective sewer district, furnishing and installing new circular (ring) frame and locking lid cover. The payment shall include excavation, and backfill with native or import materials as directed by the Engineer, compaction, haul, and disposal of unsuitable materials to be wasted and include waste fees. “Install Non-Skid Cover and Adjust Structure to Grade”, per each The unit contract price per each for “Install Non-Skid Cover and Adjust Structure to Grade will be full compensation for all labor, materials, tools, and equipment necessary to complete the work SW 43rd Street, W C/L to SR 167 Ramps SP-110 Special Provisions TED4004096 2025 including adjusting castings to finish grade as shown on the plans and disposing of existing concrete risers, replacing with new concrete circular (ring) risers, remove and dispose of existing circular frame and grate, notification and coordination with respective sewer district, furnishing and installing new circular (ring) frame and locking ADA compliant, non-skid lid cover. The payment shall include excavation, and backfill with native or import materials as directed by the Engineer, compaction, haul, and disposal of unsuitable materials to be wasted and include waste fees. “Catch Basin Type 1 w/Open Curb Face Frame & Grate”, per each “Catch Basin Type 2-48 In. Diam. w/Open Curb Face Frame & Grate”, per each The unit contract price per each for “Catch Basin Type 1 w/Open Curb Face Frame & Grate”, and “Catch Basin Type 2-48 In. Diam. w/Open Curb Face Frame & Grate” shall be per structure installed, tested and approved, as described in the Standard Specifications. The Contract Price per each shall include all costs for potholing and reporting existing utility information to the Engineer, excavation, furnish and install the catch basins, frames and grates, connection to existing or new storm sewer pipe, hauling, excavation, furnishing, placing and compacting bedding material; structure setting; furnishing, placing and compacting backfill, and adjusting casting to finish grade, dewatering if required, disposal of excavated material to be wasted, and waste fees. No additional payment shall he made for installing ADA compliant slip resistant coat protection when a structure is within a pedestrian route or directed by the Engineer and is considered part of this bid item. “Connect Proposed Structure to Existing Pipe’’, per each The unit contract prices for “Connect Proposed Structure to Existing Pipe’’ shall be full compensation to modify existing and proposed structures (as approved by the Engineer) in order to make the connections to all existing and proposed pipes, including all joints, seals, sand collars and grouting. 7-06 KC METRO CONCRETE MAINTENANCE HOLES (******) Section 7-06 is a new section. 7-06.1 Description A. This Section specifies standard precast concrete maintenance holes including associated frames, covers, and appurtenances. B. Use of this specification and applicability of subsequent sections is dependent upon scope of work by the associated Local Agency. Consult with the assigned Local Public Agency Representative for any questions at LPA.Team@kingcounty.gov. 7-06.1(1) Referenced Standards A. This Section incorporates by reference the latest revisions of the embedded standard referenced herein. In case of conflict between the requirements of this Section and those of a listed document, the requirements of this Section shall prevail. REFERENCE TITLE AASHTO M306 Specification for Drainage, Sewer, Utility and Related Castings ASTM A48 Specification for Gray Iron Castings SW 43rd Street, W C/L to SR 167 Ramps SP-111 Special Provisions TED4004096 2025 ASTM A536 Specification for Ductile Iron Castings ASTM A615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C55 Specification for Concrete Brick ASTM C139 Specification for Concrete Masonry Units for Construction of Catch Basins and Manholes ASTM C144 Specification for Aggregate in Masonry Mortar ASTM C150 Specification for Portland Cement ASTM C443 Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C478 Specification for Precast Reinforced Concrete Manhole Sections ASTM C497 Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile ASTM D4101 Specification for Polypropylene Injection and Extrusion Materials 7-06.1(2) Submittals A. Provide the following submittals (not required for grind and overlay projects): 1. Product information including mix design for: a. Grout and adhesives b. Mortar c. Concrete 2. Product information, including dimensions for: a. Precast maintenance holes b. Frames and covers c. Steps d. Gaskets and connections e. Joint sealant 3. Maintenance hole shop drawings: a. Indicate location, elevations, and size b. Indicate number and height of riser sections, joint type, and number and height of grade adjustment rings c. Indicate size, orientation and elevations of penetrations 4. Manufacturer structural design and buoyancy calculations (stamped by a licensed structural engineer in the State of Washington). 5. Qualifications: a. Installation Supervisor: Certification indicating completion of the manufacturer’s installation training. b. Installation Crew: Certification indicating completion of the manufacturer’s installation training. 6. Work Plan for maintenance joint seal installation. 7-06.1(3) Quality Assurance A. Comply with manufacturer’s handling and installation instructions. B. All materials and equipment furnished shall be from manufacturers regularly engaged in the design and manufacture of the materials and equipment for a period of at least 5 years. C. Joint seal installation: Comply with manufacturer’s training requirement. SW 43rd Street, W C/L to SR 167 Ramps SP-112 Special Provisions TED4004096 2025 7-06.1(4) Maintenance Hole Joint Wrap Work Plan A. Work Plan to include: 1. Installation procedures 2. Weather protection during installation 3. Membrane protection during backfill 7-06.2 Materials 7-06.2(1) General A. Unless otherwise indicated, utility structures and appurtenances for County facilities shall be as specified herein and on Drawings. B. The use of salvaged or scrap materials will not be permitted. 7-06.2(2) Grout and Adhesives 7-06.2(3) Mortar A. Mortar shall be composed of one part Portland cement and not more than three nor less than two parts mortar aggregate and sufficient water for proper workability. 1. Portland Cement: ASTM C150, Type II, low alkali. 2. Mortar Aggregate: sand conforming to ASTM C144. 3. Water: clean and free from oil, acid, alkali, organic matter, or other harmful substances. 4. Acceptable manufacturers: a. Speed Crete PM, Euclid Chemical Co. b. EucoRepair V100, Euclid Chemical Co. c. SikaTop-123 Plus, Sika Corp. d. Approved Equal 7-06.2(4) Concrete A. Concrete for cast-in-place base shall be Class 4000 per Section 03 30 00. B. Concrete for the channel and shelf construction shall be Class 3000 per Section 03 30 00. 7-06.2(5) Precast Concrete Maintenance Hole Sections A. Liquid Antimicrobial Concrete Additive (where required by King County PR): 1. The liquid antibacterial additive shall be an EPA registered material and the registration number shall be submitted for approval prior to use in the project. 2. The amount to be used shall be as recommended by the manufacturer of the antibacterial additive. This amount shall be included in the total water content of the concrete mix design. 3. The additive shall be added into the concrete mix water to insure even distribution of the additive throughout the concrete mixture. 4. The antibacterial additive shall have successfully demonstrated prevention of MIC in sanitary sewers for ten or more years. 5. Acceptable Products: a. ConShield, ConShield Technologies, Inc. b. ConBlock MIC, Concrete Sealants Inc. c. Approved Equal B. Per ASTM C478. C. Cement: ASTM C150, Type II. SW 43rd Street, W C/L to SR 167 Ramps SP-113 Special Provisions TED4004096 2025 D. Size, height and pipe connection method as indicated on the Drawings. E. Concrete Grade Ring: ASTM C139, sized per drawings. 7-06.2(6) Maintenance Hole Joint Gaskets A. Rubber gasket type: ASTM C443. 7-06.2(7) Maintenance Hole Masonry Units A. Concrete maintenance hole bricks and reducers: ASTM C139 and ASTM C55, except that the nominal horizontal thickness shall be 6 inches measured radially, and semicircular grooves, 1 inch in diameter, shall be scribed in the ends. B. Concrete Grade Ring: ASTM C139, sized per drawings 7-06.2(8) Maintenance Hole Pipe Connections A. Pipe connections: Use flexible connector boot for ductile iron and polyvinyl chloride pipe maintenance hole penetrations. B. Acceptable manufacturers: 1. Kor-n-Seal, Trelleborg, Inc. 2. Z-LOK Boot Connector, A-LOK Products, Inc. 3. Approved Equal C. Reinforced concrete pipe: Seal all concrete pipe maintenance hole penetrations with non-shrink epoxy grout per Section 03 60 00. D. Pipe-to-structure connection for rigid pipe: 1. Make flexible connection at all pipe-to-structure connections when the pipe diameter is 4 inches or greater. 2. Locate flexible connection within a distance no greater than one and one-half of the outside diameter of the pipe or 18 inches, whichever is greater. 7-06.2(9) Maintenance Hole Steps and Hand Holds A. General: 1. Steps and Hand Holds shall meet ASTM C478. 2. Polypropylene shall meet ASTM D4101. 3. OSHA and WISHA standards. 4. Equally space steps and hand holds no greater than 12-inches on center. 5. Steps shall extend 6 inches from the wall 6. Hand Holds shall extend 3 inches from the wall B. Steps and Hand Holds: 1. Construction: a. One inch finished diameter copolymer polypropylene plastic encapsulating rebar. b. No 4 Grade 60 ASTM A615 deformed rebar. 2. Acceptable Manufacturers: a. M.A. Industries, Inc. b. Bowco Industries, Inc. c. Lane International d. Approved Equal SW 43rd Street, W C/L to SR 167 Ramps SP-114 Special Provisions TED4004096 2025 7-06.2(10) Frames and Covers A. Coordinate procurement of replacement and delivery of scrap frames and lids with Local Public Agency representative or at LPA.team@kingcounty.gov. Materials can be delivered/received at the WTD Santler Building at 1520 Southwest Grady Wy, Renton, WA 98057. B. Maintenance hole covers in the traveled way shall be cam-lock type per KC standard detail. C. Maintenance hole covers located outside of the traveled way shall be bolt down. D. Metal Castings: 1. The producing foundry shall provide certification stating the country of origin and the material meets the ASTM or AASHTO standards noted in the Subsections below. 2. The producing foundry shall detail all test results from physical testing to determine compliance to the standards. 3. The test reports shall include physical properties of the material from each heat and shall include tensile, yield, and elongation as specified in the appropriate ASTM or AASHTO Standard. 4. AASHTO M306 certification is deleted and replaced with the above certification and testing requirements. 5. All metal castings shall meet the proof load testing requirements of AASHTO M306. 6. The cover shall not rock when rotated to any position in the frame. E. Frames: 7. Cast iron, ASTM A48, Class 35B. 8. Per County requirements and as shown on the Drawings. 9. Casting marked per AASHTO M306. F. Covers: 1. Cast iron, ASTM A48, Class 35B. 2. Bolts: 5/8 inch 316 sst hex drive socket head cap screw. 3. Cam locks: Same material as cover with 316 stainless steel bolt, lock washer and locking nut. 4. Mark sanitary sewer maintenance hole covers with “SEWER” in 3 inch lettering and “KING COUNTY” in 1-3/4 inch and “CONFINED SPACE ENTRY” in 1-3/4 inch lettering. 5. Mark storm drain maintenance holes covers with “DRAIN” or per City Standard Plans. 6. Covers in travelled way shall be cam-lock type. 7. Covers located outside of the travelled way shall be bolt down. 8. Casting marked per AASHTO M306. 9. Per Drawings. 7-06.2(11) Joint Seal A. Joint Seal: 1. Heat shrink system for sealing maintenance holes with adhesive: a. 12 inches wide, min b. 2.5 mm polyethylene membrane with protective heat-activated adhesive, or c. 2.5 mm polyethylene membrane heat shrink sleeve and Visco-elastic adhesive liquid sealant, or d. External rubber sleeve with a minimum thickness of 30 mils, attached with butyl adhesive. Butyl adhesive shall be non-hardening sealant with a minimum thickness of 30 mils. B. Acceptable Manufacturers: 1. WrapidSeal, Canusa-CPS 2. Infi-Shield Gator Wrap, Sealing Systems Inc. SW 43rd Street, W C/L to SR 167 Ramps SP-115 Special Provisions TED4004096 2025 3. Riser-Wrap, Pipeline Seal and Insulator, Inc. 4. Approved Equal. 7-06.3 Construction 7-06.3(1) Placing Maintenance Hole Sections A. Foundation earthwork: Per Section 31 05 00, place structural fill, Type L, to a minimum of 6 inches compacted depth. B. Base pad: Trowel top surface level if cast-in-place. C. Place sections plumb and level, trim to correct elevations, and anchor to base. D. Position eccentric cone section per the Drawings or as directed by the Project Representative. E. Cut and fit for pipe or pipe sleeves, and seal with resilient connectors or grout as indicated. F. Mortar lift holes from the inside and the outside of the maintenance hole prior to backfilling. G. Install a mortar lining on all maintenance hole riser section joints inside and outside as shown in the Standard Details to provide a smooth, water tight finish. H. Backfill around maintenance holes and pipe connections, per Section 31 05 00. I. Construct flow channels and shelves in maintenance holes. Channel height shall be a minimum of three-fourths of the inside diameter of the largest pipe. The shelf shall have a minimum 1:12 slope. 7-06.3(2) Adjusting Maintenance Hole Frame and Cover to Grade A. The maintenance hole frame needs to be ¼” min to ½” max below adjacent pavement for the cover to be at or just below adjacent pavement. B. Remove and thoroughly clean the existing frame and cover prior to installing at the new elevation. C. Select the appropriate precast concrete maintenance hole components to meet height requirements from the top of the cone section or top slab to the finished surface grade for installation of the maintenance hole frame and cover. D. Place mortar to a thickness of 1/4 inch minimum to 1/2 inch maximum between grade adjustment rings and between grade adjustment rings and precast maintenance hole section. E. Frame casting must be seated in mortar a thickness of 1/4 inch minimum to 1/2 inch maximum placed on the top grade adjustment ring. F. Install a 3/8-inch thick mortar lining inside and outside the adjustment section to provide a smooth water tight finish. G. For maintenance holes in the paved areas: 1. Install maintenance hole frames ¼-inch minimum to ½-inch maximum below adjacent 2. pavement. Final elevation and slope of the frame and cover must conform to the restored and adjacent street surface. 3. No warping of grades instead of maintenance hole frame adjustment will be allowed. H. For maintenance holes outside paved areas: 1. In landscape or roadside areas: a. Install maintenance hole frames 6 inches above adjacent ground surface. 2. In off trail or wilderness areas: a. Install maintenance hole frames 12 inches above adjacent ground surface. b. Provide 12-inch thick concrete collar, extending 18 inches from frame diameter, sloped down 2% from the frame. 3. Set the maintenance hole frame and cover level. I. Restore surface per Local Agency Standards. SW 43rd Street, W C/L to SR 167 Ramps SP-116 Special Provisions TED4004096 2025 7-06.3(3) Riser Connection to Existing Maintenance Hole A. Confirm existing riser section joint pattern matches the proposed riser section joint. B. If the sections match remove the existing joint gasket and install a new joint gasket. C. If the sections do not match grout the resulting void and pour a concrete ring at the joint as shown in the Standard Details. 7-06.3(4) Pipe Connection to Existing Maintenance Hole A. Verify the invert of the existing maintenance hole prior to construction. If there are discrepancies from the Drawings notify the Project Representative. B. Excavate completely around the maintenance hole to prevent unbalanced loading. C. If the maintenance hole is in operation prevent debris from entering the sewer. D. Core drill the existing maintenance hole if an existing pipe stub of the correct size is not available. Core drill size shall allow for maintenance hole pipe connection per this Section. E. Rechannel the existing maintenance hole. 7-06.3(5) Sealing Maintenance Hole Joints A. Apply joint sealant to maintenance hole joints, including grading ring and frame, when the maintenance hole is located at or below the groundwater table as indicated on the Drawings. B. Follow manufacturer’s directions on installation of joint seal. C. Joint sealant specified for dry conditions can be installed during wet weather assuming the structure is sheltered from the rain and the surface is prepared per manufacturer requirements. D. Adjust backfilling practices as necessary to protect the joint sealant material from abrasion or tearing during material placement. Material damaged during the installation of backfill shall be repaired or replaced per manufacturers recommendations. 7-06.3(6) Testing A. Leak test for shallow maintenance holes (less than 20 feet deep): Hydrostatically test precast maintenance holes by filling with water, prior to backfill. Allow to soak for 24 hours. Measure water drop over eight hours. Leakage shall not exceed 3.5 gallons per 24 hours. The minimum test duration shall be 24 hours. B. Leak test for deep maintenance holes (20 feet deep or over): All maintenance holes shall be visually inspected for leakage. No leakage will be permitted. If the groundwater level is too low to detect leaks, hydrostatic testing as described above for maintenance holes up to 20 feet deep will be required. C. Repair any leaks that exceed that allowed by the Leak Test in a manner approved by the Project Representative. D. Make all arrangements for furnishing water from the nearest hydrant or other suitable source for testing purposes. Provide all hoses, tank trucks, plugs, and other necessary equipment to complete the tests. 7-06.4 Measurement “Adjust KC Metro Sanitary Sewer Manhole to Grade” shall be paid per each. 7-06.5 Payment “Adjust KC Metro Concrete Maintenance Hole to Grade”, per each. SW 43rd Street, W C/L to SR 167 Ramps SP-117 Special Provisions TED4004096 2025 The unit contract price per each for “Adjust KC Metro Concrete Maintenance to Grade” will be full compensation for all labor, materials, tools, and equipment necessary to complete the work including adjusting castings to finish grade as shown on the plans and disposing of existing concrete risers. The payment shall include excavation and backfill with native or import materials as directed by the Engineer, compaction, haul, and disposal of unsuitable materials to be wasted and include waste fees. 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. 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. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1) Excavation and Preparation of Trench 7-08.3(1)A Trenches (******) Supplement this section with the following: To minimize trench subgrade disturbance during excavation, all trench excavation for new storm drain shall done with a smooth-edge bucket rather than a toothed bucket. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Structure Excavation Class B Incl. Haul includes the trench excavation for the storm sewer in accordance with the trench limits outlined on the plan drawings. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. SW 43rd Street, W C/L to SR 167 Ramps SP-118 Special Provisions TED4004096 2025 7-08.3(1)B Shoring (******) Supplement this section with the following: Temporary shoring shall be designed to resist the lateral earth pressure resulting from the soil and ground water as well as any traffic and /or construction surcharge loads. A shoring and excavation plan shall be submitted to the City prior to the Preconstruction Conference for review and approval. The plan shall outline the specific measure to be taken for temporary support and the protection of utilities and structures. The shoring plan shall be prepared by a Professional Engineer and shall cover shoring for all pipe and structures. The shoring plan shall identify precautions to be taken during removal of the shoring to minimize disturbances of the pipe and underlying bedding materials, and native soils. All new storm drain installed shall be shored. Minimum shoring technique shall be trench box. More extensive shoring may be needed in areas working in close proximity to other utilities. Contractor is responsible for using shoring system capable of protecting adjacent utilities. In areas of soft or loose soils with sloughing potential, a trench box shall not be used as it does not provide adequate sidewall support or protection for existing utilities. Alternative shoring systems for utility protection, trench support or to minimize the area affected by trench excavation include steel plates with adjustable or hydraulic bracing, or interlocking sheet piles with internal bracing. Precautions shall be taken during the removal of the shoring to minimize disturbance of the pipe, underlying bedding materials, and native soils. 7-08.3(1)C Bedding the Pipe (******) Supplement this section with the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9- 03.12(3). It shall be placed to a depth of 6 inches over and 6 inches under the exterior walls of the pipe. For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. SW 43rd Street, W C/L to SR 167 Ramps SP-119 Special Provisions TED4004096 2025 Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a geotextile separator fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for under Unsuitable Excavation Incl. Haul. 7-08.3(1)D Pipe Foundation (******) Section 7-08.3(1)D is a new section. Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be CSBC and conform to the requirements of Section 9-03.9(3) of the Standard Specifications. CSBC shall be paid for under Unsuitable Excavation Incl. Haul. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 7-08.3(2) Laying Pipe 7-08.3(2)A Survey Line and Grade (******) Replace this section with the following: Survey line and grade control shall be provided in accordance with Sections 1-05.4 and 1-05.5 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying – General (******) Supplement this section with the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2-inch or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise approved by the Engineer. SW 43rd Street, W C/L to SR 167 Ramps SP-120 Special Provisions TED4004096 2025 All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to ensure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day’s operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints (******) Supplement this section with the following: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)J Placing PVC Pipe (******) Section 7-08.3(2)J is a new section. In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Gravel Backfill for Pipe Zone Bedding will be used as the bedding material and extend from 6 inches below the bottom of the pipe to 6 inches above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. SW 43rd Street, W C/L to SR 167 Ramps SP-121 Special Provisions TED4004096 2025 7-08.3(3) Backfilling 7-08.3(3)A Backfilling Pipe Trenches (******) Section 7-08.3(3)A is a new section. All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. The existing soils shall not be reused as trench backfill unless otherwise required by the Engineer. Structural fill shall consist of Gravel Borrow, meeting the requirements of Section 9-03.14(1) of the Standard Specifications. It should be free of gravel, organics and other debris. The structural trench backfill should be moisture conditioned to within approximately 3 percent of optimum moisture content, placed in loose horizontal lifts less than 6 inches in thickness, and compacted to at least 95 percent of the maximum dry density (MDD) as determined by the Modified Proctor compaction test method ASTM D1557. Trench backfill shall be densely compacted in a systematic manner using methods that consistently produce adequate compaction levels. During placement of the initial lifts, the trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment shall not be permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Contactor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed in accordance with the Shoring Plan. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor’s expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. Special care must be taken to obtain good compaction up to the edges of the excavation as the shoring is removed. Moreover, attention must be paid to ensuring good compaction around manholes. Controlled density fill shall be used to backfill where there is insufficient space to compact bank run gravel for trench backfill to the required density. SW 43rd Street, W C/L to SR 167 Ramps SP-122 Special Provisions TED4004096 2025 7-08.4 Measurement (******) Replace the first paragraph in this section with the following: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when included in the Proposal, shall be measured by the ton, including haul, as specified in Section 2-09. 7-08.5 Payment (******) Replace this section with the following: Payment will be made for the following Bid items when included in the Proposal: “Bank Run Gravel for Trench Backfill” per ton shall be full pay for all excavation, backfill, compaction, and other work required. “Gravel Backfill for Pipe Zone Bedding” per ton shall be full pay for all excavation, backfill, compaction, and other work required. Unless specifically identified and provided as separate items, structure excavation, dewatering, and backfilling shall be incidental to pipe installation, and no further compensation shall be made. 7-12 VALVES FOR WATER MAINS 7-12.4 Measurement (******) Supplement this section with the following: Adjust Water Valve Box to Grade shall be measured per each. Install Water Valve Cover in Place of Manhole shall be measured per each. 7-12.5 Payment (******) Supplement this section with the following: Payment will be made for the following Bid items when included in the Proposal: “Adjust Water Valve Box to Grade”, per each “Install Water Valve Cover in Place of Manhole”, per each END OF DIVISION 7 SW 43rd Street, W C/L to SR 167 Ramps SP-123 Special Provisions TED4004096 2025 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION PREVENTION 8-01.3 Construction Requirements (******) Supplement this section 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 (******) Supplement this section 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 (******) Supplement this section 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. 8-01.4 Measurement (******) SW 43rd Street, W C/L to SR 167 Ramps SP-124 Special Provisions TED4004096 2025 Supplement this section with the following: No specific unit of measure will apply to erosion control and water pollution prevention. Inlet protection will be measured by each. 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”, per lump sum 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 project permits 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. “Inlet Protection”, per each 8-02 ROADSIDE RESTORATION 8-02.1 Description (******) Supplement this section with the following: The work shall also include adjacent area restoration such as finishing grass, restoring planter areas, or crushed surfacing restoration behind those areas disturbed by work that is part of this Contract. The Contractor shall blend the new construction into existing areas adjacent to the project. All work performed under Division 8-02 shall be performed by a licensed Landscape Contractor registered in the State of Washington; the landscape contractor shall be qualified for landscaping work through certification by the Washington Association of Landscape Professionals (WALP) or by the Washington State Nursery and Landscape Association (WSNLA). 8-02.2 Materials (******) Supplement this section with the following: Topsoil Type A 9-14.2(1) Seed 9-14.3 Fertilizer 9-14.4 SW 43rd Street, W C/L to SR 167 Ramps SP-125 Special Provisions TED4004096 2025 Bark or Wood Chip Mulch 9-14.5(3) 8-02.3(1) Responsibility During Construction (******) Supplement this section with the following: Dumping or stockpiling of topsoil or bark or wood chip mulch shall not be allowed on roadway surfaces. The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed work and any obstructions. The Contractor shall be responsible for making any and all repairs for damage caused by his or her activities. 8-02.3(4) Topsoil (******) Supplement this section with the following: Thoroughly scarify subgrade prior to placement of topsoil to a minimum depth of six (6) inches. Scarified subgrade shall be inspected and approved by the Engineer prior to placement of topsoil. Remove all construction debris and all rocks over two (2) inches in diameter prior to the placement of topsoil. Upon approval of the subgrade, Topsoil shall be installed in a single lift to the depth shown on the Plans. Remove rocks and debris over one (1) inch diameter in all cultivated areas and compact to 80%. Areas around existing trees to remain shall not be cultivated within the drip line or any other areas which appear to have a significant number of existing tree roots. Materials shall be placed so that, after settlement, finish grade in all planted areas is one (1) inch plus the specified depth of mulch below top of adjacent paved surface; feather grades to meet adjacent soil surfaces and create a smooth transition that promotes positive drainage and prevents ponding. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8-02.3(4)A Topsoil Type A (******) Supplement this section with the following: Topsoil Type A shall conform to Section 9-14.2(1) of these Special Provisions and shall be supplied by a Contractor’s supplied source, as approved by the Project Engineer. SW 43rd Street, W C/L to SR 167 Ramps SP-126 Special Provisions TED4004096 2025 8-02.3(5)C Planting Area Preparation (******) Supplement this section with the following: Do not drive, park equipment, or place construction materials on planter areas after topsoil and or wood chip/mulch placement. Lightly compact soil and establish a smooth and uniform finished grade that protects against obstruction to surface drainage and ponding. Any additional fine grading to get a firm, smooth surface in planted areas shall be considered incidental to and included in the unit contract price for placement and installation of Topsoil Type A. 8-02.3(6)B Fertilizers (******) Supplement this section with the following: Fertilizers must be delivered to job sites, mixed as specified, in standard size unopened containers, showing weight, analysis and name of manufacturer. Material shall be uniform in composition, free- flowing and suitable for application by mechanical equipment. All elements shall be protected from the weather, particularly moisture, both on and off the job site. Fertilizer shall conform to Section 9-14.4 of these Special Provisions and shall be supplied by a Contractor’s supplied source, as approved by the Project Engineer. 8-02.3(10)B Lawn Seeding and Sodding (******) Supplement this section with the following: Where feasible, the hydroseeding method of application shall be used. A slurry consisting of seed, fertilizer, mulch and water shall be uniformly applied over all disturbed areas as noted on the Plans. All areas to be seeded shall be free of all visible clods, rocks, and debris measuring one (1) inch or larger in any dimension. Any exposed tree roots in cut slopes shall be neatly pruned at the finish grade of the slope and the cut treated with an approved sealer. Seed shall conform to Section 9-14.3 of these Special Provisions and shall be supplied by a Contractor’s supplied source, as approved by the Project Engineer. 8-02.3(11) Bark or Wood Chip Mulch (******) Supplement this section with the following: SW 43rd Street, W C/L to SR 167 Ramps SP-127 Special Provisions TED4004096 2025 Install Bark or Wood Chip Mulch to the depth shown in the Plans. After placement of Bark or Wood Chip Mulch, water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. Bark or Wood Chip Mulch shall conform to Section 9-14.5(3) of these Special Provisions and shall be supplied by a Contractor’s supplied source, as approved by the Project Engineer. 8-02.3(17) Property Restoration (******) Section 8-02.3(17) is a new section. The Contractor shall take and file preconstruction photos of impacted private property. The Contractor shall furnish these photos to the Engineer. The photo documentation will be used to restore private property to its existing condition. Property restoration shall consist of placement of additional plant materials, seed and bark mulch, private irrigation and landscape lighting modifications, and other work not currently identified on the Plans, as directed by the Engineer. Only work not identified on the Plans or for which there is no bid item shall be considered for payment under the “Property Restoration” bid item. Restore all disturbed areas to original condition or better. Grass areas shall be restored with hydroseed. Removal of tree roots outside the limits of construction, as directed by the Engineer and under the supervision of a certified arborist, shall be paid for under “Property Restoration”. All materials shall conform to Sections 9-14 of these Special Provisions and 9-15 of the Standard Specifications. The force account provided for property restoration also includes any adjustments and or replacements of existing irrigation systems and modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. “Property Restoration” has been provided as a basis for modifications or improvements to private lighting systems and irrigation systems that may become necessary but could not be foreseen prior to construction. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor’s expense. 8-02.4 Measurement (******) Supplement this section with the following: SW 43rd Street, W C/L to SR 167 Ramps SP-128 Special Provisions TED4004096 2025 Seeded lawn will be measured by the square yard along the ground slope line of surface area covered and accepted. Topsoil and mulch will be measured by the cubic yard in the haul conveyance at the point of delivery. 8-02.5 Payment (******) Supplement this section with the following: Payment shall be made in accordance with Section 1-04.1, for the following Bid item(s) included in the Proposal: “Topsoil Type A”, per cubic yard. The unit contract price per cubic yard for “Topsoil Type A” shall be full pay for all costs necessary for procurement of topsoil, pre-excavation weed control, excavating, loading, hauling, intermediate windrowing, stockpiling, weed control on stockpiles or windrows, and removal, furnishing, placing, cultivating, spreading, processing, fine grading and compacting the topsoil. “Property Restoration”, per EST Payments for the EST 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. The unit contract price per square yard for “Seeded Lawn Installation” shall be full pay for all costs necessary for procurement of seed, weed-control and preparation of seed bed, fertilizer and application of hydroseed. “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 for sourcing, loading, hauling, placing, and spreading the mulch. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.2 Materials (******) Supplement this section with the following: Cement Conc. Traffic Curb and Gutter, Monolithic Cement Conc. Curb, Precast Cement Conc. Traffic Curb, and Mountable Cement Conc. Traffic Curb shall be constructed with Class 4000 psi air entrained concrete conforming to the requirement of Section 6-02 of the Standard Specifications. SW 43rd Street, W C/L to SR 167 Ramps SP-129 Special Provisions TED4004096 2025 High-Strength Cement Conc. Traffic Curb and Gutter and High Strength Monolithic Cement Conc. Curb shall be constructed with high early strength air entrained concrete reaching 4,000 psi by 3 days conforming to the requirement of Section 6-02 of the Standard Specifications. Cement concrete pavement adjacent to monolithic cement concrete curb or mountable cement concrete traffic curb that needs to be replaced shall conform to requirements of Section 5-05 of the Standard Specifications. 8-04.3 Construction Requirements (******) Supplement this section 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. 8-04.3(1)C Monolithic Curb (******) Section 8-04.3(1) C is a new section. The face form of the curb must be stripped early enough in the curing process to allow correction of all irregularities that may appear. Forms many be removed on the day following the pour if the concrete has set sufficiently to keep its true shape and removal causes no chipping or spalling. When forms are removed before the expiration of the curing period, the concrete must be protected and cured. The exposed surface of the curb must be brushed with a fiber hair brush. 8-04.5 Payment (******) Supplement this section with the following: “High-Strength Cement Conc. Traffic Curb and Gutter”, per linear foot The unit contract prices per linear foot for "Cement Conc. Traffic Curb and Gutter" and “High- Strength 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. “Monolithic Cement Conc. Curb”, per linear foot “High Strength Monolithic Cement Conc. Curb”, per linear foot SW 43rd Street, W C/L to SR 167 Ramps SP-130 Special Provisions TED4004096 2025 “Precast Cement Conc. Traffic Curb”, per linear foot The unit contract price per linear foot for “Monolithic Cement Conc. Curb”, “High Strength Monolithic Cement Conc. Curb”, “Precast Cement Conc. Traffic Curb”, and “Mountable Cement Conc. Traffic Curb” will also include all costs to sawcut, remove and replace concrete roadway adjacent to monolithic cement concrete curb or mountable cement concrete traffic curb. 8-09 RAISED PAVEMENT MARKERS 8-09.3 Construction Requirements (******) Supplement this section 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. 8-09.5 Payment (******) Supplement this section with the following: “Raised Pavement Marker Type 2”, per hundred. The unit prices per hundred for “Raised Pavement Marker Type 2” shall be full pay for furnishing and installing the any color pavement markers in accordance with these Specifications including all cost involved with traffic control except for reimbursement for other traffic control labor, and for flaggers in accordance with Section 1-10.5. 8-13 MONUMENT CASES 8-13.1 Description (******) Supplement this section with the following: This Work shall consist of adjusting existing surface monument to grade. If the monument is disturbed during adjustment, this work shall also consist of reestablishing existing surface monument as noted on the Plans and installed per WSDOT Standard Plan A-10.20-00, Survey Monument Type 1. If the survey monument is disturbed while adjusting, work to reestablish the existing survey monument shall be incidental to the “Adjust Monument Case and Cover to Grade” bid item. 8-13.3 Materials (******) Supplement this section with the following: SW 43rd Street, W C/L to SR 167 Ramps SP-131 Special Provisions TED4004096 2025 Reestablishment of Disturbed Monument The Professional Land Surveyor who has been engaged by the Contractor for the purposes of roadway surveying shall be responsible for perpetuating and documenting existing monument in compliance with the Application and Permit to Remove or Destroy a Survey Monument (WAC 332- 120-070). Following approval by the Public Land Survey Offices, copies of the Application and Permit shall be forwarded to the Contracting Agency. No alterations shall be performed prior to obtaining the Permit. 8-13.5 Payment (******) Supplement this section with the following: Payments will be made in accordance with Section 1-04.1 for the following Bid Item(s): “Adjust Monument Case and Cover to Grade”, per each The contract bid price for “Adjust Monument Case and Cover to Grade”, per each, shall be full compensation for all labor, materials, tools and equipment necessary to complete the work in compliance with the Application and Permit to Remove or Destroy a Survey Monument per WAC 332-120-070. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description (******) Supplement this section with the following: This Work consists of constructing cement concrete sidewalks, high-strength cement concrete sidewalks, curb ramps, high-strength 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. Curb ramps shall be measured separately from sidewalks. 8-14.2 Materials (******) Supplement this section with the following: The tie bars and corrosion resistant dowel bars for the reinforced cement concrete sidewalk shall conform to requirements of Section 5-05 of the Standard Specifications. 8-14.3 Construction Requirements (******) SW 43rd Street, W C/L to SR 167 Ramps SP-132 Special Provisions TED4004096 2025 Supplement this section 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: The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 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 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. Cement concrete sidewalks, curb ramps, and transitions 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. High-strength cement concrete sidewalks and high-strength curb ramps shall be constructed with high early strength air entrained concrete reaching 4,000 psi by 3 days conforming to the SW 43rd Street, W C/L to SR 167 Ramps SP-133 Special Provisions TED4004096 2025 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 (******) Supplement this section with the following: Cement concrete curb ramp, type ____ will be measured by the square yard for the complete curb ramp type installed and includes construction of cast-in-place detectable warning surfaces. 8-14.5 Payment (******) Supplement this section with the following: Payments will be made in accordance with Section 1-04.1 for the following Bid Item(s): “High-Strength Cement Conc. Sidewalk”, per square yard The unit contract price per square yard for “Cement Conc. Sidewalk” and “High-Strength 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. “Cement Conc. Curb Ramp, Type ____”, per square yard. Cement Concrete Curb Ramp pay limits shall include the landing, ramps, and wings associated with the curb ramp style. “High-Strength Cement Conc. Curb Ramp, Type ____”, per square yard. High-Strength Cement Concrete Curb Ramp pay limits shall include the landing, ramps, and wings associated with the curb ramp style. The unit contract price per square yard for “Cement Conc. Curb Ramp Type ___” and “High-Strength 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 installation in good working order and in accordance with the Plans, the Specifications and SW 43rd Street, W C/L to SR 167 Ramps SP-134 Special Provisions TED4004096 2025 as required in the field. It shall also include protecting the concrete surface from damage until accepted by the Contracting Agency. 8-19 VEHICULAR BOLLARD (******) Section 8-19 is a new section. 8-19.1 Description This work shall consist of providing and installing Vehicular Bollard and foundations in locations as shown on the Plans and as specified herein. 8-19.2 Materials Materials shall meet the requirements of the following sections: Painting 6-07 Vehicular Bollard shall be Furnitube, model: Bell 100, or approved equal. Foundations shall be per Plans. 8-19.3 Construction Requirements Install Vehicular Bollard below grade per manufacturer’s instructions and as approved by Engineer. Contractor shall field measure and verify all Vehicular Bollard with Engineer’s approval prior to installation. Contractor shall repair any minor damages to finish in accordance with manufacturer’s instructions and as approved by Engineer. Contractor shall remove and replace damaged components that cannot be successfully repaired as determined by Engineer. Vehicular Bollard shall be clean promptly after installation in accordance with manufacturer’s instructions. Contractor shall not use harsh cleaning materials or methods that could damage finish. Protect installed Vehicular Bollard to ensure that, except for normal weathering, Vehicular Bollard will be without damage or deterioration at time of Substantial Completion. Submittal Contractor shall submit Vehicular Bollard manufacturer’s product data, storage and handling requirements and recommendations and foundation installation methods for Engineer’s approval. Contractor shall submit manufacturer’s shop drawings, including plans and elevations, indicating overall dimensions. Submit manufacturer’s samples of materials, finishes, and colors for Engineer’s approval. Manufacturer’s standard warranty shall be submitted by Contractor for Engineer’s approval. SW 43rd Street, W C/L to SR 167 Ramps SP-135 Special Provisions TED4004096 2025 8-19.4 Measurement Vehicular Bollard shall be measured per each installed in its final location. 8-19.5 Payment Payment shall be made for the following bid item: “Vehicular Bollard”, per each. The unit price bid shall be full compensation for all labor, material, tools and equipment, supplies, incidental work, including but not limited to footings with rebar and other fastening components to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description (******) Supplement this section with the following: This Work shall consist of, but will not be limited to, providing modifications to the following signal systems: • Modification of Existing Traffic Signal at SW 43rd Street & Oakesdale Avenue SW Intersection • Modification of Existing Traffic Signal at SW 43rd Street & Lind Avenue SW Intersection • Modification of Existing Traffic Signal at SW 43rd Street & E Valley Highway Intersection • Modification of Existing Traffic Signal at SW 43rd Street & SR 167 Ramps Intersection The existing traffic signal systems shall remain fully operational at each signalized intersection. During the construction, temporary traffic signal systems shall be operated until the modified traffic signal systems are completed and become operational. Uniformed police officer(s) shall direct traffic on the day of changeover to updated signal system. The Work involves, but shall not be limited to, the following: • Traffic signal equipment updates • Video detection cameras and associated equipment • Signal poles and foundations • Vehicle signal heads and backplates • Pedestrian push buttons • Junction boxes • Conduit and wire • Temporary signal systems and temporary signal modifications • Subsurface exploration and potholing SW 43rd Street, W C/L to SR 167 Ramps SP-136 Special Provisions TED4004096 2025 All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications, Standard Plans, Amendments, City Standards, Puget Sound Energy Standards, King County Standards included herein and the following Special Provisions. The Work shall include the supply, testing and installation of all traffic signal hardware, including the communication cable and interface system, and replacement of an existing system. 8-20.1(1) Regulations and Code (******) Supplement this section with the following: All materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2025 edition of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction and Amendments (herein referred to as Standard Specifications), to all current amendments to the Standard Specifications, to the latest edition of the State of Washington Standard Plans for Road, Bridge, and Municipal Construction (herein referred to as the Standard Plans), to the State of Washington Sign Fabrication Manual, to the City of Renton Standards and Details, to the latest edition of the National Electric Code (NEC), and to the current edition of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington. Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the following: All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA), whichever is applicable, and to other codes listed herein. Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. 8-20.1(3) Permitting and Inspection (******) Supplement this section with the following: The Contractor shall be responsible for coordinating, obtaining, and paying for all electrical permits, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. The City of Renton Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the Electrical Inspector to coordinate a schedule of electrical inspections (call the request line at 425 430 7275). This project SW 43rd Street, W C/L to SR 167 Ramps SP-137 Special Provisions TED4004096 2025 shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. 8-20.1(4) Restrictions on the Schedule of Work (******) Supplement this section with the following: Work in Roadway All work in the roadway is subject to the traffic control requirements specified in Special Provision Sections 1-10 of these special provisions. 8-20.1(5) Traffic Control during Construction (******) Add the following section as follows: The Contractor shall include in the submitted traffic control plan, detailed plan during roadway trenching, erection of mast arms, installation of vehicle detection, and other activities requiring lane closures or detours. See Section 1-10 of these Special Provisions for traffic control requirements and uniformed police officer requirements. 8-20.1(6) Errors and Omissions (******) Add the following section as follows: The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly. Any work done after such discovery without authorization by the Engineer will be done at the Contractor’s risk. 8-20.2 Materials (******) Supplement this section with the following: Material requirements for signal systems are contained in Section 9-29 . The Engineer reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the systems. Approval to install materials and equipment must be obtained from the Engineer at the job site before installation. Controlled density fill shall meet the requirements of Section 2-09.3(1)E of the Standard Specifications. SW 43rd Street, W C/L to SR 167 Ramps SP-138 Special Provisions TED4004096 2025 Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9-03.9(3) of the Standard Specifications. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances per Section 9-03.1(5)A of the Standard Specifications. 8-20.2(1) Equipment List and Drawings (******) Delete the first paragraph of this section and replace with the following: The Contractor shall submit to the Engineer a completed “Request for Approval of Material” that describes the material proposed for use to fulfill the Plans and Specifications. Request for Approval of Materials shall be submitted with all traffic signal related materials in one complete package. Delete the third and fourth paragraph of this section and replace with the following: The Contractor shall submit shop drawings to the City for approval for light and traffic signal standards conforming to the Special Provisions and Contract Plans. 8-20.3 Construction Requirements (******) Supplement this section with the following: Signal Installation Coordination with the City The Contractor shall coordinate with City of Renton Transportation Maintenance Manager (contact person: Eric Cutshall at 425-430-7423) for all required signal installation work and testing. 8-20.3(1)D Signalization Requirements During Construction (******) Add this section as follows: Signal system shall remain fully operational during construction until day of shutdown when uniformed police officer shall direct traffic. Coordinate with the Engineer 3 days minimum before signal shutdown. 8-20.3(2) Excavating and Backfilling (******) Supplement this section with the following: Underground utilities of record will be shown on the Plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. SW 43rd Street, W C/L to SR 167 Ramps SP-139 Special Provisions TED4004096 2025 The location of existing underground utilities, when shown on the Plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the Plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the Contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: • Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. • If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. • If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. • The Contractor shall get approval from the Engineer prior to installation. • The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. • The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(3) Removing and Replacing Improvements (******) Supplement this section with the following: Salvaged Equipment All existing equipment that is to be removed shall not be stockpiled within the job site without the Engineer's approval. The following signal equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled, stacked separately and delivered to the Contracting Agency unless otherwise directed by Transportation Maintenance Manager.  Pedestrian Displays and Mounting Hardware  Pedestrian Pushbuttons SW 43rd Street, W C/L to SR 167 Ramps SP-140 Special Provisions TED4004096 2025  Vehicle video detection cameras and associated hardware The Contractor shall give the Engineer fourteen (14) calendar days advance written notice prior to delivery of removed materials to the City of Renton Signal Shop. All removed equipment which remains the property of Renton shall be delivered to Renton Corporate Yard between the hours of 8:30am and 2:30pm: City of Renton Signal Shop 3555 NE 2nd Street Building B Renton, WA 98056 Phone: 425-430-7423 Non-Salvaged Electrical Equipment The Contractor shall:  Remove all wires for discontinued circuits from the conduit system.  Remove elbow sections of abandoned conduit entering junction boxes.  Remove abandoned conduit that is less than 24 inches finished grade, unless otherwise indicated in the Plans.  Remove foundations in accordance with Standard Specifications Section 2-02.3(1).  Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Standard Specifications Section 2-09.3(1)E. 8-20.3(4) Foundations (******) Supplement this section with the following: Foundation for Type PPB pole shall be per WSDOT Standard Plan J-20.10 and J-20.11 as shown on the Signal Detail Sheet (not the recent Plan on WSDOT website), with fixed base. Foundation for Type PS pole shall be per WSDOT Standard Plan J-20.10 and J-21.10 as shown on the Signal Detail Sheet (not the recent Plan on WSDOT website), with fixed base. The anchor bolts shall match that of the device to be installed thereon. All concrete foundations shall be Class 4000P concrete per Standard Specification 6-02.3(1). Criteria for when signal and Illumination standards can be installed on foundations shall be per Standard Specifications 8-20.3(14)E. The poles shall have a minimum of three (3) feet clearance between the side of the pole and closest point of contact, any wall, slope, fixed object, or other obstructions to allow for maintenance. Sono tubes shall not be allowed. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to ninety-five (95) percent of the material's maximum density. Before placing SW 43rd Street, W C/L to SR 167 Ramps SP-141 Special Provisions TED4004096 2025 the concrete, the Contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. After the specified curing period, the Contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner specified below: 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the Engineer. 2. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the signal foundation shall be made flush with the top of the sidewalk or island. 3. Where noted on the Plans, the top of the signal foundation shall be made flush with the bottom of the sidewalk and extra anchor bolt length shall be provided. All concrete foundations shall be installed at locations per stationing on the Plans. Pole locations shall be staked by the Contractor and locations shall be field verified and approved by the Engineer in the field prior to excavation. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required, including a spare 2-inch conduit to be used to connect the pole or controller cabinet ground wire to the ground rod in the nearest J-box. Construction Sequence All excavation for a single pile cap foundation in which the drilled shafts are to be constructed shall be completed before shaft construction begins. After shaft construction is completed, all loose or displaced materials shall be removed from around the shafts, leaving a clean solid surface to receive the footing concrete. Shaft Excavation 1. Shafts shall be excavated to the required depth as shown in the Plans or as required by the Engineer. The excavation shall be completed in a continuous operation using equipment capable of excavating through the type of material expected to be encountered. The concrete shall be placed within two hours after the completion of shaft excavation and cleanout without any undue delay. 2. If the shaft excavation is stopped with the approval of the Engineer, the shaft shall be secured by the installation of a safety cover. It shall be the Contractor's responsibility to ensure the safety of the shaft and the surrounding soil and the stability of the sidewalls. A temporary casing should be used if necessary to ensure such safety and stability. 3. Where caving conditions are encountered, due to soft soils or water intrusion, no further excavation will be allowed until the Contractor selects a method to prevent ground movement. The Contractor may elect to place a temporary casing or use other methods approved by the Engineer. 4. The Contractor shall use appropriate means such as a clean-out bucket, to clean the bottom of the excavation such that a minimum of 50 percent of the base of each shaft will have less than SW 43rd Street, W C/L to SR 167 Ramps SP-142 Special Provisions TED4004096 2025 1inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 2 inches. 5. If unexpected obstructions, which require specialized equipment and/or labor are encountered, the Contractor shall notify the Engineer promptly. Excavation shall be continued as approved by the Engineer. Excavation Inspection 1. The Contractor shall provide equipment for checking the dimensions and alignment of each permanent shaft excavation. The dimensions and alignment shall be determined by the Contractor with the approval of the Engineer. 2. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final clean-out. 3. Shaft cleanliness will be determined by the Engineer, by visual inspection. 4. The excavated shaft shall be approved by the Engineer prior to placing any steel or concrete into the shaft. Reinforcing Steel Cage Construction and Placement 1. The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted prior to concrete placement. The reinforcing cage shall be rigidly braced to retain its configuration during handling and when lowered into the shaft, during placement of concrete and extraction of the casing from the shaft. No loose bars will be permitted. The reinforcing steel fabricator shall include bracing and any extra reinforcing steel required to fabricate the cage in the shop drawings. 2. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the Plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length. Tie bars shall be continued for the extra depth, spaced on 1 feet centers, and the stiffener bars shall be extended to the final depth. These bars may be lap spliced, or un-spliced bars of the proper length may be used. Welding to the planned reinforcing steel will not be permitted unless specifically shown in either the Plans or Special Provisions. 3. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances given in this specification. Concrete spacers or other approved non-corrosive spacing devices shall be used at sufficient intervals (near the bottom and at intervals not exceeding 5 feet up the shaft) to insure concentric spacing for the entire cage length. Spacers shall be constructed of approved material equal in quality and durability to the concrete specified for the shaft. 4. The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the rebar cage is not maintained within the specified tolerances, corrections shall be made by the Contractor as required by the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer. Concrete Placement Concrete placement shall commence within two (2) hours after completion of the excavation and shall be placed in one continuous operation to the top of the shaft. Concrete shall be placed through a tremie. The tremie used shall consist of a tube of one-piece construction. Concrete shall be placed SW 43rd Street, W C/L to SR 167 Ramps SP-143 Special Provisions TED4004096 2025 through a hopper at the top of the tube so that the concrete is deposited through the center of the reinforcing steel to prevent segregation of the aggregates and splashing of concrete on the reinforcement cage. The Contractor's proposed method for depositing concrete shall have approval of the Engineer prior to concrete placement. The concrete on the top 5 feet of the shaft shall be vibrated. Casing and Forming Removal During casing removal, a minimum 5 foot head of concrete must be maintained to balance the soil and water pressure at the bottom of the casing. This casing shall be well coated with form oil prior to concrete placement. All other forming materials shall be removed and adjacent area restored. Construction Tolerances 1. The centerline of the drilled shaft shall be within 3 inches of the Plan position in the horizontal plane, at the Plan elevation for the top of the shaft. 2. The vertical alignment of the shaft excavation shall not vary from the Plan alignment by more than 1/4 inch per foot of depth. 3. After all the concrete is placed, the top of the reinforcing steel cage shall be no more than 1/2 inch above and no more than 1/2 inch below the Plan position. 4. The minimum diameter of the drilled shaft shall be 1inch less than the specified shaft diameter. 5. The top elevation of the shaft shall have a tolerance of ±1/2 inch from the Plan top of shaft elevation. 6. Excavation equipment and methods shall be designed so that the completed shaft excavation will have a flat bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of± 3/8 inch per 12 inches of diameter. Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be completed within the required tolerances are unacceptable. When approved, corrections may be made to an unacceptable drilled shaft excavation by any approved combination of the following methods: 1. Overdrill the shaft excavation to a larger diameter to permit accurate placement of the reinforcing steel cage with the required minimum concrete cover. 2. Increase the number and/or size of the steel reinforcement bars. The approval of the correction procedures is dependent on analysis of the effect of the degree of misalignment and improper positioning. Correction methods may be approved as design analysis indicate. Redesign drawings and computations prepared by the Contractor's Engineer shall be signed by a Professional Engineer licensed in the State of Washington. Materials and work necessary, including Engineering analysis and redesign, to effect corrections for out of tolerance drilled shaft excavations shall be furnished at no cost to the Contracting Agency. Submittals 1. Before placing the reinforcing steel, the Contractor shall submit shop drawings to the Engineer for the reinforcing cage. 2. Work shall not proceed until the appropriate submittals have been approved in writing by the Engineer. SW 43rd Street, W C/L to SR 167 Ramps SP-144 Special Provisions TED4004096 2025 8-20.3(5) Conduit 8-20.3(5)A General (******) Supplement this section with the following: Cutting existing conduit at the junction box locations (due to lowering junction boxes) shall be coordinated in the field with the Engineer. Conduit sleeves (RMC or PVC) shall be installed to extend conduit to reach junction box locations. Bell ends or split bushings shall be installed. Existing wiring continuity shall be maintained. Any wiring disconnections must be allowed by the Engineer prior to such work. Pull strings shall be provided and installed by the Contractor. When copper or fiber optic interconnect cable is part of a project, the conduit sweeps bringing the interconnect cable into and out of the junction boxes shall be offset as directed by the Engineer to accommodate the cable’s tendency to curl. The conduit sweep shall have a minimum bend radius of 24-inches. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. Spare conduits shall be capped and labeled as City of Renton conduits and shall include polyester detectable pull tape that meets or exceeds a breaking strength of 900 lbs. Detectable pull tape shall also be added to conduits occupied with non-electrical cables. Where sidewalk panels need to be removed for the installation of conduit or junction boxes, the Contractor is responsible for restoring the area near the back of sidewalk as needed to repair damage from sidewalk panel formwork. Where intercepting and splicing to an existing conduit is called out on the Plans, the Contractor shall verify the conduit size and schedule before ordering the new conduit sections. The size provided on the Plans is an estimation. 8-20.3(5)B Conduit Type (******) Delete the second paragraph of this section and replace with the following: Rigid metal conduit (RMC) shall only be placed where indicated and shown on the Contract Plans. Supplement this section with the following: All conduit shall be rigid non-metallic unless noted otherwise in the Contract Plans or Special Provisions. All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. SW 43rd Street, W C/L to SR 167 Ramps SP-145 Special Provisions TED4004096 2025 The Contractor shall provide all conduit and necessary fittings as needed. Conduit size shall be as indicated on the wiring and conduit schedule shown on the Plans. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire (including spare conduits for locating purposes). Spare conduits shall be capped and labeled "City of Renton" conduits. 8-20.3(5)E1 Open Trenching (******) Supplement this section with the following: The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the signal, illumination and ITS conduit. Trenching shall conform to the following: Uniform Construction Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to provide a uniform grade, with a width and depth as specified herein. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. Trench Inspection No work shall be covered until it has been examined by the Engineer or Inspector. Earth which fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches. When trenching is being accomplished within the sidewalk area, the backfill can be made with acceptable materials from the excavation and shall be considered a necessary part of and incidental to the excavation in accordance with the Standard Specifications. Hauling and disposal of un-used excavation material shall be incidental to the cost of trenching or excavating. The compaction requirements for the roadway backfill shall apply. Sawcut for Trench Trenches in all paved areas shall be saw cut. The saw cuts shall be a minimum of 2-inches deep and shall be parallel. Thoroughly clean saw cuts where necessary by the use of high-pressure water (1,400 psi or greater). All wastewater shall be collected and disposed of in accordance with Section 1-07.15 of the Standard Specifications. Impervious surfaces contaminated from cutting operations shall be cleaned in accordance with Section 1-07.15 of the Standard Specifications. Pavement Removal Pavement shall be removed in a manner approved by the Engineer. The Contractor shall take care in removing existing paving not to damage the pavement outside of the sawcut lines. Trench Depth SW 43rd Street, W C/L to SR 167 Ramps SP-146 Special Provisions TED4004096 2025 Trench depth shall provide a minimum cover for conduit of 24-inches below the top of the roadway base, except trench depth for conduits designated for fiber optic cabling shall provide a minimum cover of 36 inches below the top of the roadway base. Trench Width The trench width shall be a minimum of 12 inches Trenching in Landscaped Areas Trenches shall be placed to have minimum impact on existing landscaping and irrigation systems. Any damage due to the Contractor’s operation shall be repaired or replaced by the Contractor at his own expense and to the satisfaction of the Engineer. Trenching Through Concrete Sidewalk Areas Trenching in these areas shall require removal and replacement of the concrete to the limits of the existing sidewalk joints. The costs for removal and replacement shall be incidental to the trenching. 8-20.3(5)F Damaged or Blocked Conduits (******) Add this section as follows: Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air towards the service or controller cabinet. If the blockage doesn’t break free, the Contractor shall identify the potential blocked/damaged location using a fish tape. Once the blockage location is identified, the Contractor shall attempt to remove the existing cabling (if any) from the conduit. If the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit again. If the fish tape passes through the conduit past the identified blockage point easily, the Contractor shall attempt to reinstall all existing cabling along with the new cabling called out in the Contract Plans. If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall excavate down to the conduit blockage point and repair the conduit break. The Contractor shall obtain approval from the Engineer prior to removing existing cabling or beginning excavation. All cabling shall be removed from the conduit prior to repairing the broken conduit. Once the conduit is repaired, the Contractor shall restore the disturbed area. The removal of cable, excavation, conduit repair, and surface restoration will be paid for by change order as determined by the Engineer. The cost for other work needed to identify and remedy blocked conduits as described in this Section shall be incidental. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes (******) Supplement this section with the following: All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. The junction box shall include installation of a 4" thick Class SW 43rd Street, W C/L to SR 167 Ramps SP-147 Special Provisions TED4004096 2025 "B" cement concrete pad enclosing the junction box as per the Plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive camber. Pre-molded joint filler for expansion joints shall be placed around junction boxes installed in sidewalks. All junction boxes placed in the sidewalks shall have skid resistant lids. Type 8 junction boxes hinges shall be grouted to provide unobstructed pedestrian accessible route (PAR). Junction boxes shall have galvanized steel locking lids and frames. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to or installed in their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for final adjustment. The Contractor shall not damage any existing conduits when replacing or excavating existing junction boxes. The Contractor is to maintain the integrity of all junction boxes during reconfiguration of the conduits, installation of new conduits or when excavating. 8-20.3(8) Wiring (******) Supplement this section with the following: The Contractor shall provide ground wire for all field modified conduits where the ground wire is not present. Coordinate work with the Engineer in the field. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. Vehicle Heads: Red: 611, 621, 631, 641, 651, 661, 671, 681 Yellow: 612, 622, 632, 642, 652, 662, 672, 682 Green: 613, 623, 633, 643, 653, 663, 673, 683 Pedestrian Heads: Red: 7E1, 7F1, 7G1, 7H1 Yellow: 7E2, 7F2, 7G2, 7H2 Green: 7E3, 7F3, 7G3, 7H3 SW 43rd Street, W C/L to SR 167 Ramps SP-148 Special Provisions TED4004096 2025 Overlap Heads: Red: 6A1, 6B1, 6C1, 6D1 Yellow: 6A2. 6B2, 6C2, 6D2 Green: 6A3, 6B3, 6C3, 6D3 Pedestrian Detection: Ped Call: 714, 724, 734, 744, 754, 764, 774, 784 Ped Returns: 715, 725, 735, 745, 755, 765, 775, 785 Preemption Detection: +24VDC: 5AB1 = channels A & B, 5CD1 = channels C & D Ground: 5AB3 = channels A & B, 5CD3 = channels C & D Channel inputs: 5A2, 5B2, 5C2, 5D2 Auxiliary Preemption Detection: 865 = A1 866 = A2 867 = B1 868 = B2 869 = C1 870 = C2 871 = D1 872 = D2 * Overlap phase designator: A, B, C, D, P/E, P/F, P/G, P/H For installing new cables in existing occupied or empty conduit, the Contractor shall be responsible for the following steps: 1) Install a new pull rope using a rod/fish tape in the conduit for pulling in the new cabling if a pull rope does not already exist. 2) If the Contractor cannot get the rod/fish tape to pass through the conduit, the Contractor shall blow air through the conduit to remove any debris blocking the rod/fish tape path. The Contractor shall be careful not to blow air into controller or service cabinets. 3) If the rod/fish tape still does not pass through the conduit after blowing air, the Contractor shall disconnect a single existing wire as agreed to by the Engineer (if the conduit is occupied) and use that wire to pull the new wiring plus a new cable to replace the existing cable that is being used for pulling. 4) If no existing wire can be used to pull in the new wire, the Contractor shall try another conduit run if one exists or pull out all existing wiring from the conduit and use to pull in the new wiring plus all new cabling to replace existing cabling. Rodding, fish taping, blowing air, and disconnecting/ reconnecting cable shall be the Contractor’s cost responsibility. In an event that none of these steps led to successful wire installation, the Contractor shall install new conduit as directed by the Engineer. 8-20.3(9) Bonding, Grounding (******) Supplement this section with the following: SW 43rd Street, W C/L to SR 167 Ramps SP-149 Special Provisions TED4004096 2025 All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the Plans, specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included within the Bid Items in the proposal. Polyester detectable pull tape shall not be connected to the equipment-grounding system. The Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction box and any modified existing junction boxes. For the purposes of this section, a box shall be considered “modified” if new current-carrying conductors are installed, including low-voltage conductors, or if the box is adjusted to grade, or if the box lid is modified. 8-20.3(11) Testing (******) Supplement this section with the following: All work shall be completed in a manner that provides the Inspector and Engineer with full knowledge of the construction. The work shall proceed in accordance with the approved construction schedule previously supplied to and approved by the City. The Inspector and Engineer may, at their option, require work completed without their knowledge or inspection to be dismantled so that it can be inspected to their satisfaction. 8-20.3(14)E Signal Standards (******) Supplement this section with the following: Traffic signal standards shall be fabricated in conformance with the methods and materials specified on the pre-approved plans and outlined in the Standard Specifications and these Special Provisions. While delivering the poles to the job site and before they are installed, they shall be transported and stored in a manner that will not inconvenience the public or damage the surface finish. Poles shall be inspected by the Transportation Maintenance Department prior to install. Poles shall be unwrapped for visual inspection by Contractor prior to inspection. Once approved poles can be installed. Extreme care shall be taken by the Contractor during installation and pole erection to avoid damage to the finish. The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange with a minimum of two full threads extending beyond the locking nut. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. Leveling nuts shall not be SW 43rd Street, W C/L to SR 167 Ramps SP-150 Special Provisions TED4004096 2025 encased I concrete foundation. The space between the concrete base and the bottom of the pole flange shall be filled with dry pack mortar to completely fill the space under the flange and be neatly troweled to the contour of the pole flange. A barrier shall be placed around the anchor bolts to prevent grout from entering the conduits. A plastic drain hose (3/8-inch diameter) shall be inserted through the mortar to provide the drainage from the interior of the pole base and be trimmed flush with the interior and exterior surface of the mortar. Dry pack mortar shall consist of a 1 to 3 mixture of cement and fine sand. Installation of all nuts and bolts shall be performed with proper sized sockets, open end, or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torqueing of the nut(s). All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Standard Specifications Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm-connecting bolts instead of lock washers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load. Install a new ID tag on pole and in the foundation per City of Renton Standard Plan 139 (Signal Pole Foundation and Pole Identification Tag Detail). All pole shafts shall have nut covers or decorative plate over locking nuts. 8-20.3(14)H Pedestrian Push Button Assembly (******) Add this section as follows: The Contractor shall furnish and field-install complete APS type pedestrian pushbutton assemblies and signs on the signal poles and all associated equipment in the signal cabinets. The position and orientation of the pedestrian push buttons shall be located as shown on Plans; however, final positioning for the optimum effectiveness shall be approved by the Engineer or Transportation Maintenance Manager. 8-20.3(15) Grout (******) Supplement this section with the following: After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one-half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. SW 43rd Street, W C/L to SR 167 Ramps SP-151 Special Provisions TED4004096 2025 8-20.3(17) “As Built” Plans (******) Supplement this section with the following: Upon completion of the construction and prior to the turn-on of any traffic control equipment, the Contractor shall furnish “as-built” plans of each intersection showing all signal heads, pole locations, detectors, junction boxes, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original Contract Drawings. All items shall be located within 1-foot horizontal distance and 6 inches vertical distance above, below, or at the surface. 8-20.3(18) Video Vehicle Detection System (******) Supplement this section with the following: The upgrade of existing vehicle video detection system shall consist of removing existing and furnishing and installing an additional video detection equipment per the Plans and these Specifications, Section 9 29.18(3) Video Detection System. Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor shall provide the camera mounts and cable per these Specifications. The Contractor shall install the cameras and controller cabinet video camera equipment under the presence of City of Renton Transportation Maintenance Representative and the Representative will program the cameras to provide detection. The Contractor shall notify the Engineer 48 hours in advance of changes that will require reprogramming cameras. Install operational video detection system prior to abandonment of loops. 8-20.4 Measurement (******) Supplement this section with the following: When shown as lump sum in the Proposal as traffic signal systems, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. Sawcutting required shall be incidental to lump sum items and no separate measurement will be made. Conduit zone bedding shall be incidental to the lump sum items and no separate measurement will be made. Removal, and salvage, where required, of existing traffic signal equipment shall be incidental to the lump sum items and no separate measurement will be made. SW 43rd Street, W C/L to SR 167 Ramps SP-152 Special Provisions TED4004096 2025 Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold mix asphalt, shall be incidental to the lump sum items and no separate measurement will be made. All costs associated with placement of erosion control mat at conduit crossings of ditches shall be incidental to the lump sum items and no separate measurement will be made. All costs for conduit trenching, backfilling, compaction and landscape restoration outside of paved areas, and for trenching and backfill and restoration for the pipe zone within paved areas shall be included in the lump sum items and no separate measurement will be made. All costs for adjustment of junction boxes, both to location and the final grade and any grade adjustments required for the various construction stages proposed in the Contract, or for alternative stages proposed by the Contractor, shall be included in the lump sum items and no separate measurement will be made. All costs for temporary modifications to existing signal systems shall be included in the lump sum items and no separate measurement will be made. 8-20.5 Payment (******) Supplement this section with the following: Payment will be made in accordance with the Special Provisions, Section 1-04.1, for each of the following bid items that are included in the proposal: “Modification of Existing Traffic Signal at SW 43rd Street & Oakesdale Avenue SW Intersection, Complete”, per lump sum “Modification of Existing Traffic Signal at SW 43rd Street & Lind Avenue SW Intersection, Complete”, per lump sum “Modification of Existing Traffic Signal at SW 43rd Street & E Valley Highway Intersection, Complete”, per lump sum “Modification of Existing Traffic Signal at SW 43rd Street & SR 167 Ramps Intersection, Complete”, per lump sum The lump sum Contract prices for the above listed lump sum bid items shall be full payment for all labor, materials, tools and equipment necessary or incidental to complete modifications to existing traffic signal systems as described in these Plans and Specifications. The lump sum Contract prices shall include, but not be limited to, the furnishing and installation of traffic signal poles and foundations, vehicle signal head backplates and retroreflective tapes, APS pedestrian push buttons and associated equipment, video vehicle detection systems, junction boxes, trenching, backfill, conduit trench restoration, conduit, pull rope and wiring. The lump sum Contract prices shall include the removal of the existing traffic signal equipment, including, but not limited to, the removal of foundations of existing signal poles, signal heads, pedestrian push buttons, loops, SW 43rd Street, W C/L to SR 167 Ramps SP-153 Special Provisions TED4004096 2025 junction boxes, conduit and wiring, backfilling and compacting voids, salvaging or relocation of existing materials, and restoring facilities damaged or destroyed during construction. The lump sum Contract prices shall include coordination with local agencies, electrical inspections, testing, preparing as-built plans, and all other work necessary or incidental to constructing a complete system. All above listed work shall be considered incidental to the lump sum Contract prices, and no additional compensation will be made. 8-22 PAVEMENT MARKING 8-22.4 Measurement (******) Supplement this section with the following: No specific unit of measurement will apply to the lump sum item “Removing Existing Pavement Markings”. “MMA Plastic Stop Line” shall be measured per lineal foot. “MMA Plastic Crosswalk Line” shall be measured per square feet. “MMA Plastic Traffic Arrow” shall be measured per each. “MMA Plastic Traffic Letter” shall be measured per each. “Profiled MMA Plastic Line” shall be measured per lineal foot. “Paint Line, 6 In.” shall be measured per lineal foot. 8-22.5 Payment (******) Supplement this section with the following: “Removing Existing Pavement Markings”, lump sum. The lump sum Contract price for “Removal of Pavement Markings” shall be full compensation for all costs necessary and incidental to removing existing markings in conflict with improvements. “MMA Plastic Stop Line”, per lineal feet. “MMA Plastic Crosswalk Line”, per square feet. “MMA Plastic Traffic Arrow”, per each. “MMA Plastic Traffic Letter”, per each. “Profiled MMA Plastic Line”, per lineal feet. SW 43rd Street, W C/L to SR 167 Ramps SP-154 Special Provisions TED4004096 2025 “Paint Line, 6 In.”, per lineal feet. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.4 Measurement (******) Section 8-23.4 is supplemented with the following: No specific unit of measurement will apply to the lump sum item “Temporary Pavement Marking”. 8-23.5 Payment (******) Section 8-23.5 is supplemented with the following: “Temporary Pavement Marking”, per lump sum. 8-26 DETECTABLE STRIP (******) Section 8-26 is a new section. 8-26.1 Description This work shall include installing detectable strip per the details and locations in the Plans. 8-26.2 Materials Strips shall be hot applied thermoplastic material. 8-26.3 Construction Requirements Detectable Strip shall be as detailed and installed in locations per the Plans. Detectable Strip pieces shall be continuous with no breaks or joints in material. Detectable strip shall be 1’ wide with cane detectable ridges no higher than 0.25’’. Thermoplastic detectable strip shall be Vanguard GuideStrip or approved equal. Contractor shall submit and/or place sample for approval prior to final installation. 8-26.4 Measurement Detectable Strip shall be measured per linear foot of installed strip. 8-26.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal: “Detectable Strip”, per linear foot. SW 43rd Street, W C/L to SR 167 Ramps SP-155 Special Provisions TED4004096 2025 The unit bid price for “Detectable Strip” shall be full compensation for all labor, tools, equipment, and materials necessary or incidental to installing detectable strips per the plans and these specifications. END OF DIVISION 8 SW 43rd Street, W C/L to SR 167 Ramps SP-156 Special Provisions TED4004096 2025 DIVISION 9 MATERIALS 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 9-29.2(1)A Standard Duty Junction Boxes (******) Supplement this section with the following: Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate with non-slip treatment per WSDOT Standard Plans. Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid. Junction boxes placed in the sidewalks shall have non-skid lids. Junction boxes shall be marked for use in accordance with the following schedule: System Type Legend Illumination LT Traffic Signal TS Interconnect Only COMM Where slip-resistant junction boxes, cable vaults, or pull boxes are required, each box or vault shall have slip-resistant surfacing material applied to the steel lid and frame of the box or vault. Where the exposed portion of the frame is ½ inch wide or less, slip-resistant surfacing material may be omitted from that portion of the frame. Slip-resistant surfacing material shall be identified with a permanent marking on the underside of each box or vault lid where it is applied. The permanent marking shall be formed with a mild steel weld bead, with a line thickness of at least 1/8 inch. The marking shall include a two-character identification code for the type of material used and the year of manufacture or application. The following materials are approved for application as slip-resistant material, and shall use the associated identification codes: 1. Harsco Industrial IKG, Mebac #1 - Steel: M1 2. W. S. Molnar Co., SlipNOT Grade 3 – Coarse: S3 3. Thermion, SafTrax TH604 Grade #1 – Coarse: T1 All new and modified junction box lids, after electrical inspection, shall be locked and spot welded shut. Type 8 junction boxes shall be grouted at the hinges. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 9-29.3(2) Electrical Conductors and Cable (******) SW 43rd Street, W C/L to SR 167 Ramps SP-157 Special Provisions TED4004096 2025 Supplement this section with the following: Each signal wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the Plans. The Contractor shall provide and install all the necessary wiring, fuses and fittings to complete the installation of the signal equipment as required. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. 9-29.3(2)J Cable for Vehicle Video Detection and PTZ Cameras (******) This section is added as follows: Video detection cable shall conform to the video detection manufacturer’s recommendations (CAT5 ethernet or KARGOR dual-element). 9-29.6 Light and Signal Standards 9-29.6(1) Steel Light and Signal Standards (******) Supplement this section with the following: Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre-approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6- 03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening shall comply with Section 6-03.3(33). Traffic signal standard types, applicable characteristics, and foundation types are as follows: Signal Pole Type PPB Pedestrian push button posts shall conform to WSDOT Standard Plans or to one of the following pre- approved plans: Fabricator Pre-Approved Drawing No. Valmont Ind., Inc. DB01165 Rev. B (4 sheets) Ameron Pole Products Division WA15TR10-1 Rev. C (1 sheet) Millerbernd Manufacturing, Co. 74514-WA-PED-PPB Rev J (2 sheets) Signal Pole Type PS Type PS pedestrian signal standards shall conform to Standard Plan J-20.16, or to one of the following pre-approved plans: Fabricator Pre-Approved Drawing No. Valmont Ind., Inc. DB01165 Rev. B (4 sheets) SW 43rd Street, W C/L to SR 167 Ramps SP-158 Special Provisions TED4004096 2025 Ameron Pole Products Division WA15TR10-1 Rev. C (1 sheet) Millerbernd Manufacturing, Co. 74514-WA-PED-FB Rev. J (2 sheets) 9-29.16 Vehicular Signal Heads, Displays, and Housing 9-29.16(2) Conventional Traffic Signal Heads 9-29.16(2)A Optical Units (******) Revise this section as follows: GE Light Emitting Diode (LED) light sources are required for all displays. 9-29.16(2)B Signal Housing (******) The fifth paragraph of this section has been revised as follows: Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made from aluminum and shall be installed with fittings to provide a watertight seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. End caps shall have the same color as the signal housing. Modular Signal Sections:  Each Section shall be 13.5” wide by 13.5” tall and 7.0” deep with 2.0” hole top and bottom that fits 1.5” NPT fittings. Top and bottom of modular signal sections shall not be curved in shape.  Shall include 72-tooth serrated boss and reinforcing ribs, top and bottom.  Shall include Brass threaded inserts for visor attachment (4).  Housings shall have a cast boss for mounting a 5 or 6-position terminal block; one side of terminal block with fast-on terminals, the other side with screw terminals.  The words red, amber, and green shall be cast next to each boss to identify light source lead wires.  5 or 6-position terminal block shall be installed in center section (1) (alternate mounting is available).  Shall include stainless steel door roll pins and eye bolt/wing nut assemblies.  Shall include integral lugs on the housing and doors with stainless steel roll pins provide effective door hinges.  Shall include weathertight E.P.D.M. rubber door gasket.  Shall be capable of supporting visors, back plates, and various mounting hardware. 9-29.16(2)C Louvered Visors (******) SW 43rd Street, W C/L to SR 167 Ramps SP-159 Special Provisions TED4004096 2025 Revise this section as follows: Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum, and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. 9-29.16(2)D Back Plates (******) Delete this section and replace with the following: Back plates shall be furnished and attached to the signal heads. Back plates shall be 3-S half-hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and painted black in front and yellow in back. Back plates shall have 1” reflective yellow tape border. 9-29.16(2)E Painting Signal Heads (******) Revise this section as follows: Traffic signal heads (vehicle and pedestrian) shall be finished with two coats of factory applied traffic signal federal yellow baked enamel or shall be finished with a traffic signal federal yellow oven baked powder coating comprised of resins and pigments. Aluminum end caps and the back of back plates shall be painted to match the color of the signal housing. The inside of visors, front of back plates, and louvers shall be finished with two coats of factory applied flat black enamel. 9-29.17 Signal Head Mounting Brackets and Fittings (******) Replace this section as follows: Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the top-mount plumbizer type as shown on the standard Plans, unless specified otherwise on the Plans. Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: Bronze 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 2. Collars for Type C, D, and F mounts. 3. Ell fittings for Type L and LE mounts. 4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 5. Balance adjuster for Type Q, R, and S mounts. Galvanized Steel 1. Washers for Type A, B, C, D, F, H, and K mounts. SW 43rd Street, W C/L to SR 167 Ramps SP-160 Special Provisions TED4004096 2025 2. Fasteners for Type A, B, E, H, and K mounts. Stainless Steel 1. All set screws and cotter Keys. 2. Bands for Type N mount. 3. Bolt, nut and washers for Type L mount. 4. Bolts, nuts, washers, and screw buckle swivels. Steel 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts. 2. Nipples for Type L, LE, and P mounts. All other miscellaneous hardware shall be stainless steel. Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal yellow baked enamel. 9-29.18 Vehicle Detector 9-29.18(3) Video Detection System (******) Section 9-29.18(3) is a new section. The Vantage Apex Video Detection System - The Vantage Apex™ platform includes the cabinet interface (CI), which combines the proven performance of Iteris detection with integrated AI algorithms, and the power injector (PI), which provides 120V power for up to four sensor heads. The Video Detection System includes the Apex hybrid video camera and radar sensor option for advanced/radar detection and/or the Apex video-only sensor option. General This specification sets forth the minimum requirements for a system that detects vehicles on a roadway using a single camera or multi-sensor detection system. The multi-sensor system shall utilize two different sensors of different technologies, video imaging and radar, to detect and track licensed and unlicensed vehicles at distances over 600 feet (180 meters). The sensor system shall fuse vehicle information from the two sensors to provide highly accurate and precise detection for simultaneous stop bar presence detection, advanced detection, and special or advanced applications. Additionally, the system shall output data related to the system operation and its detection information. System Hardware The multi-sensor detection system (MSDS) shall consist of up to four hybrid video camera/radar sensors or camera only sensors in any combination, a Cabinet Interface (CI) capable of processing SW 43rd Street, W C/L to SR 167 Ramps SP-161 Special Provisions TED4004096 2025 from one to four sensors, one Power Injector (PI), input/output extension modules, surge suppressors, HDMI monitor and a pointing device, or any combination thereof. The MSDS will be deployed at locations where site conditions and roadway geometry vary. The MSDS system may also be deployed at locations where existing cabinets or equipment exist. Existing site configurations will dictate the availability of cabinet space and MSDS usage. System Software The system shall include software that discriminately detects the presence of individual vehicles and bicycles in a single or multiple lanes using only the video image. Detection zones shall be defined using only an embedded software application. A monitor, a keyboard and a pointing device are used to place the zones on a video image. A minimum of 32 video detection zones and 16 radar detection zones plus 5 trip lines per sensor shall be available. Additionally, the system shall include Artificial Intelligence (AI) algorithms which will detect, track and classify objects into a plurality of classes including, cars, buses, trucks, trailers, work vans, motorcycles, cyclists, pedestrians, emergency vehicles, scooters and mobility devices. There shall be no requirement to set any configuration for the AI algorithms. The AI algorithms will detect, track and classify object anywhere in the Field Of View (FOV) irrelative of direction or location within the intersection. The system will store data on the volume of each class in the Bin Data structure for future retrieval. The system will utilize advanced Artificial Intelligence (AI) algorithms to perform this and other functions. A separate computer shall not be required to program the detection zones. In addition to creating vehicle and bicycle zones, the system shall automatically define a pedestrian crossing area in front of the stop bar zones. The system shall provide a tracking mechanism that counts pedestrian volume moving within this crossing area, and also determine the average, maximum, and minimum speed of pedestrians moving within this crossing zone for each direction of movement. The system shall also provide discrete outputs when pedestrians are in the crosswalk during normal crossing phases (one for each direction of travel) and when a red phase input has been detected. The system shall also provide a visual indication on the video image that a pedestrian is in the crosswalk. All the functions described in this section and detailed elsewhere below will be performed in real time at the installation location of the MSDS. The MSDS shall be made in the U.S.A. in compliance with FTA “Buy America” regulations. MSDS Hardware Power Injector The MSDS Power Injector (PI) shall be supplied by the MSDS manufacturer. All connections to the PI shall be on the front panel. PI Power The PI shall be powered from an 110V, 60Hz supply. PI power consumption shall not exceed 10 Watts. The PI shall be appropriately grounded to the cabinet ground rod using 14 AWG (2.5mm 2) minimum. PI to ground rod resistance may not exceed 20ohms. Power Surge Suppression SW 43rd Street, W C/L to SR 167 Ramps SP-162 Special Provisions TED4004096 2025 The PI shall incorporate power surge suppression both on the input power and on the power supplied to the sensors. The PI shall be appropriately grounded to the cabinet ground rod using 14 AWG (2.5mm2) minimum. Power Management The PI shall incorporate power management for the various parts of the MSDS such that if fault conditions are detected the power supply will safely shut down the power to that peripheral. Power Isolation The PI shall incorporate isolation switches for each sensor connection such that power to individual sensors may be manually disabled. The isolation switch shall incorporate an indicator to identify is power is active to the sensor. Sensor Input Each sensor shall be connected to PI via a two part terminal block. The sensor connector shall require no specialized tools to make the connect. Sensor Cabinet Interface Connection Connection from the PI to the CI for sensor inputs shall be via four RJ-45 sockets. The connection shall be made with standard Ethernet patch cables. EM BUS Cabinet Interface Connection Connection from the PI to the CI for EM Bus shall be via one RJ-45 socket. The connection shall be made with standard Ethernet patch cables. The PI shall provide an additional output connection via a RJ-45 connection for expansion of the EM Bus. The EM Bus connection will utilize a 7-segment display to show enumeration of the EM Bus. The RJ-45 sockets will utilize two LEDs to indicate various operations of the EM Bus. Indicators The PI shall provide a LED indicator to show power is present. The PI shall provide a LED indicator to show the status of the surge protection. Operating Temperature The MSDS shall operate satisfactorily in a temperature range from -30° F to +165° F (-34° C to +74° C) and a humidity range from 0%RH to 95%RH, non-condensing as set forth in NEMA specifications. MSDS Cabinet Interface The MSDS Cabinet Interface (CI) shall be supplied by the MSDS manufacturer. Hardware The CI shall be supplied in following form factor. Shelf-Mount format; TS2 version. The CI shall be able to stand up on available shelf-space within the cabinet. All connections shall be made from the front of the CI. CI Power The CI shall be powered from an 110V, 60Hz supply. CI power consumption shall not exceed 60 Watts. The CI shall be appropriately grounded to the cabinet ground rod using 14 AWG (2.5mm2) minimum. CI to ground rod resistance may not exceed 20ohms. SW 43rd Street, W C/L to SR 167 Ramps SP-163 Special Provisions TED4004096 2025 Operating Temperature The MSDS shall operate satisfactorily in a temperature range from -30° F to +165° F (-34° C to +74° C) and a humidity range from 0%RH to 95%RH, non-condensing as set forth in NEMA specifications. On-board Memory The CI shall utilize non-volatile memory technology to store on-board firmware and operational data so that no data is lost during power interruptions. Interfaces Extension Modules Extension modules (EM) shall be available to eliminate the need of rewiring the detector rack, by enabling the user to plug an extension module into the appropriate slot in the detector rack to provide additional open collector outputs. The EM shall be available in both 2- and 4-channel configurations. EM configurations shall be programmable from the CI. A separate I/O module shall also be available having 32 outputs through a 37-pin “D” connector on the front panel and 8 inputs through a 15-pin “D” connector using an external wire harness for expanded flexibility. EM Power The EM shall be powered by 12 or 24 volts DC. EM modules shall automatically compensate for either 12 or 24 VDC operation. The EM power consumption shall not exceed 3 watts. The CI shall provide four ports for connection to the Power Injector. The sensors may be any combination of MSDS Sensor or VDS Camera Sensor. The connector shall be an RJ-45 type. The CI shall provide 2 USB ‘A’ ports and 2 USB ‘C’ ports on the front panel. These ports can be utilized for various functions. For example, keyboard and mouse functions during system configuration, USB storage devices can be utilized for bin data and video collection. The USB ports shall not require special mouse software drivers. The USB ports shall be used as part of system setup and configuration. The CI shall provide an output to a monitor. The port shall be HDMI. The native resolution of the monitor port shall be 1920 x 1080 (Full HD). Communications An Ethernet communications port shall be provided on the front panel. The Ethernet port shall be compliant with IEEE 802.3 and shall use a RJ-45 type connector mounted on the front panel of the CI. The Ethernet communications interface shall allow the user to remotely configure the system and/or to extract calculated vehicle/roadway information. The interface protocol shall be documented or interface software shall be provided. Each MSDS shall have the capability to be IP addressable. The CI shall support data rates of up to100Mbps. The CI shall provide an SDLC connection to the Traffic Controller. The connector shall be a ‘D-15’ type, in compliance with NEMA TS-2 specifications. The CI shall provide an indicator when the SDLC port is active. The CI shall provide an indicator when the unit has power. The CI shall provide an indicator when the unit is on line. The CI shall provide a Wi-Fi connection. The connection shall be over a standard 2.4GHz connection. The Wi-Fi connection shall be enabled and disabled by a switch on the CI. The CI shall provide an indicator when the Wi-Fi connection is active. The CI shall provide a connection for a removable antenna. The antenna connection shall be a SMA Male type. The CI shall provide system status via an on-board Organic Light Emitting Diode display. The display shall indicate various system parameters, such as sensor health, firmware version. The display will be SW 43rd Street, W C/L to SR 167 Ramps SP-164 Special Provisions TED4004096 2025 enabled with a switch on the CI. The display will automatically disable 15 minutes after the button is pressed. Firmware Upgrade The CI shall enable the loading of modified or enhanced software through either the Ethernet or front-panel USB port (using a USB thumb drive) and without removing or modifying the CI hardware. The upgrade will affect all components of the system. MSDS Multi-Sensor The MSDS sensor shall be supplied by the MSDS manufacturer and consist of two components; a camera sensor and a radar sensor mounted in a single housing. The MSDS sensor shall utilize a single minimum 16AWG 110VAC rated cable for power, communications and video. Cable termination at the camera shall not require crimping or special tools. The cable termination shall only require a standard wire stripper and a screw driver. No connectors (e.g. BNC) shall be allowed. Camera Sensor The camera sensor shall allow the user to set the focus and field of view of the camera imager via the MSDS software. Sensor control from the controller cabinet shall communicate over a 16 AWG 3- core cable. No additional wires shall be required. The camera imager shall produce a useable video image of the features of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from nighttime to daytime, but not less than the range 0.5 lux to 10,000 lux. The camera imager electronics shall include automatic gain control (AGC) to produce a satisfactory image at night for the MSDS algorithms. The camera imager luminance signal to noise ratio (S/N) shall be more than 50 dB with the automatic gain control (AGC) disabled. The camera imager shall employ three dimensional dynamic noise reduction (3D-DNR) to remove unwanted image noise. The camera imager shall employ wide dynamic range (WDR) technology to compensate for wide dynamic outdoor lighting conditions. The dynamic range shall be greater than 100 dB. The camera imager shall be digital signal processor (DSP) based and shall use a CCD or CMOS sensing element and shall output color video with resolution of 1080P. The color CCD or CMOS imager shall have a minimum effective area of 1920(h) x 1080(v) pixels. The camera imager shall include an electronic shutter control based upon average scene luminance and shall be equipped with an auto-iris lens that operates in tandem with the electronic shutter. The electronic shutter shall operate between the range of 1/60th to 1/90,000th second. The camera imager shall utilize automatic white balance. The camera imager shall include a variable focal length lens with variable focus that can be adjusted, without opening up the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. The horizontal field of view shall be adjustable from 4.5 to 48 degrees. The sensor camera lens shall be a 12x zoom lens with a focal length of 3.5mm to 35mm. The sensor lens should yield a rectilinear image. The sensor camera lens shall also have an auto-focus feature with a manual override to facilitate ease of setup. The sensor shall incorporate the use of preset positioning that store zoom and focus positioning information. The sensor shall have the capability to recall the previously stored preset upon application of power. The camera imager shall be housed in a weather-tight sealed enclosure. The housing shall allow the sensor camera to be rotated to allow proper alignment between the sensor camera and the traveled road surface. The sensor camera enclosure shall be equipped with a sunshield. The sunshield shall include a provision for water diversion to prevent water from flowing SW 43rd Street, W C/L to SR 167 Ramps SP-165 Special Provisions TED4004096 2025 in the camera sensor's field of view. The camera sensor enclosure with sunshield shall be less than 3.5" (89mm) diameter, less than 5.25" (133mm) long, and shall weigh less than 2.5 pounds (1.14kg) when the camera and lens are mounted inside the enclosure. The enclosure shall be designed so that the pan, tilt and rotation of the camera sensor assembly can be accomplished independently without affecting the other settings. Camera Lens The camera sensor enclosure shall include a proportionally controlled Indium Tin Oxide (ITO) lens coating for the heating element of the front glass that maximizes heat transfer to the lens. The output power of the heater shall vary with temperature, to assure proper operation of the lens functions at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure. The transparent coating shall not impact the visual acuity and shall be optically clear. The glass face on the front of the camera sensor enclosure shall have an anti-reflective coating to minimize light and image reflections. When mounted outdoors in the enclosure, the camera sensor shall operate satisfactorily in a temperature range from -30° F to +140° F (-34 °C to +60 °C) and a humidity range from 0% RH to 100% RH. Measurement of satisfactory video shall be based upon DP system operation. Radar Sensor The radar sensor shall operate in the 24 GHz frequency band and shall operate without interference with other radar sensors connected to the MSDS. The radar detection range shall be over 600 feet (180 meters) minimum, +/- 5%. The radar sensor shall be able to track up to 64 independent objects simultaneously. The radar sensor shall detect objects by utilization of four dimensions. Those dimensions shall be:  Speed (Velocity)  Distance (Range)  Angle (Azimuth)  Height (Elevation) Object speed detection shall be within a range of 0 to 150 miles per hour +/- 1.0 miles per hour (240 km per hour ± 1.5 km per hour). The radar sensor shall be able to detect vehicles in 1 to 6 traffic lanes. The radar sensor shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. The housing shall allow the radar to be adjusted to allow proper alignment between the sensor and the traveled road surface. When mounted outdoors in the enclosure, the radar shall operate in a temperature range from -30 oF to +165 oF (-34 °C to +74 °C) and a humidity range from 0% RH to 100% RH. The radar sensor shall communicate with the sensor data combiner. The radar sensor shall acquire its power from the sensor data combiner. Both camera imager and radar sensors shall be housed in an overall, single enclosure assembly. The overall size of the multi-sensor enclosure shall not exceed 14 inches x 15 inches x 17 inches (355mm x 380mm x 430mm). The overall weight of the multi-sensor unit shall not exceed 11 pounds (5kg). The effective projected area (EPA) shall not exceed 2.0 square feet (0.6 square meters). The maximum power consumption for the multi-sensor assembly shall be less than 20 watts typical, 25 watts peak. Recommended sensor placement height shall be 33 feet (or 10 meters) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection the MSDS SW 43rd Street, W C/L to SR 167 Ramps SP-166 Special Provisions TED4004096 2025 sensor should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 350 feet (107 meters) for reliable detection (height to distance ratio of 10:100). Camera placement and field of view (FOV) shall be unobstructed and as noted in the installation documentation provided by the supplier. The video signal shall be fully isolated from the sensor enclosure. Sensor Data Combiner A sensor data combiner that combines sensor information from both video and radar sensors shall be employed. The sensor data combiner shall supply primary power to each sensor unit. The sensor data combiner shall facilitate digital communications between the sensor data combiner and each of the sensor units. The sensor data combiner shall get its primary power from AC power sourced from the PI using outdoor rated, 16AWG 110VAC cable. The sensor data combiner shall communicate with the CI using a single outdoor rated, 16AWG 110VAC cable. Both video imaging and radar data shall use the single cable. The sensor data signal shall be fully isolated from the mechanical enclosure. Cable terminations at the sensor data combiner shall not require crimping tools. The sensor data combiner shall be housed in a weather-tight sealed enclosure conforming to IP-67 specifications. A weather-proof protective cover shall be provided shall be provided to protect all terminations at the sensor. The sensor assembly shall include a temperature sensor. The sensor will be polled by the MSDS every minute and will supply the current air temperature. The MSDS software will display this information on the On-Screen Display for each sensor. VDS Camera Sensor The VDS camera sensor shall be supplied by the VDS manufacturer. The MSDS sensor shall utilize a single minimum 16AWG 110VAC rated cable for power, communications and video. Cable termination at the camera shall not require crimping or special tools. The cable termination shall only require a standard wire stripper and a screw driver. No connectors (e.g. BNC) shall be allowed. The camera sensor shall allow the user to set the focus and field of view via the VDS software. Camera sensor control from the controller cabinet shall communicate over a single 16AWG 3 core cable. No additional wires shall be required. The camera shall produce a useable video image of the features of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from nighttime to daytime, but not less than the range 0.5 lux to 10,000 lux. The camera electronics shall include automatic gain control (AGC) to produce a satisfactory image at night for the VDS algorithms. The imager luminance signal to noise ratio (S/N) shall be more than 50 dB with the automatic gain control (AGC) disabled. The imager shall employ three dimensional dynamic noise reduction (3D- DNR) to remove unwanted image noise. The camera imager shall employ wide dynamic range (WDR) technology to compensate for wide dynamic outdoor lighting conditions. The dynamic range shall be greater than 100 dB. The camera shall be digital signal processor (DSP) based and shall use a CCD or CMOS sensing element and shall output color video with resolution of not less than 540 TV lines. The color CCD or CMOS imager shall have a minimum effective area of 1920(h) x 1080(v) pixels. The camera shall include an electronic shutter control based upon average scene luminance and shall be equipped with an auto-iris lens that operates in tandem with the electronic shutter. The electronic shutter shall operate between the range of 1/60th to 1/90,000th second. The camera shall utilize automatic SW 43rd Street, W C/L to SR 167 Ramps SP-167 Special Provisions TED4004096 2025 white balance. The camera shall include a variable focal length lens with variable focus that can be adjusted, without opening up the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. The horizontal field of view shall be adjustable from 4.5 to 48 degrees. This camera configuration may be used for the majority of detection approaches in order to minimize the setup time and spares required by the user. The lens shall be a 12x zoom lens with a focal length of 3.5mm to 35mm. The sensor lens should yield a rectilinear image. The lens shall also have an auto-focus feature with a manual override to facilitate ease of setup. The camera shall incorporate the use of preset positioning that store zoom and focus positioning information. The camera shall have the capability to recall the previously stored preset upon application of power. The camera shall be housed in a weather-tight sealed enclosure. The housing shall allow the camera to be rotated to allow proper alignment between the camera and the traveled road surface. The camera enclosure shall be equipped with a sunshield. The sunshield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure with sunshield shall be less than 3.5" (89mm) diameter, less than 5.25" (133mm) long, and shall weigh less than 2.5 pounds (1.14kg) when the camera and lens are mounted inside the enclosure. The enclosure shall be designed so that the pan, tilt and rotation of the camera assembly can be accomplished independently without affecting the other settings. Camera Lens The camera enclosure shall include a proportionally controlled Indium Tin Oxide (ITO) lens coating for the heating element of the front glass that maximizes heat transfer to the lens. The output power of the heater shall vary with temperature, to assure proper operation of the lens functions at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure. The transparent coating shall not impact the visual acuity and shall be optically clear. The glass face on the front of the enclosure shall have an anti-reflective coating to minimize light and image reflections. The glass face on the front of the enclosure will include a Titanium Dioxide shelf cleaning coating. When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperature range from -30° F to +140° F (-34 °C to +60 °C) and a humidity range from 0% RH to 100% RH. Measurement of satisfactory video shall be based upon VDP system operation. Power consumption shall be 15 watts typical and 20 watts or less under worst conditions. Recommended camera placement height shall be 33 feet (or 10 meters) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 350 feet (107 meters) for reliable detection (height to distance ratio of 10:100). Camera placement and field of view (FOV) shall be unobstructed and as noted in the installation documentation provided by the supplier. The video signal shall be fully isolated from the camera enclosure. SW 43rd Street, W C/L to SR 167 Ramps SP-168 Special Provisions TED4004096 2025 Cable terminations at the camera for video and power shall not require crimping tools. A weather-proof protective cover shall be provided shall be provided to protect all terminations at the camera. No special tooling shall be required to remove or install the protective cap. The camera assembly shall include a temperature sensor. The sensor will be polled by the VDS every minute and will supply the current air temperature. The VDS software will display this information on the On-Screen Display for each camera. MSDS Software General System Functions Detection zones shall be programmed via an embedded application displayed on a video monitor and a keyboard and a pointing device connected to the CI. The menu shall facilitate placement of detection zones and setting of zone parameters or to configure system parameters. A separate computer shall not be required for programming detection zones or to view system operation. All programming function shall occur on live video images and radar blips, no snapshots or still images are allowed. The MSDS software shall store up to five completely independent detection zone patterns in non- volatile memory. The MSDS can switch to any one of the five different detection patterns within 1 second of user request via menu selection with the pointing device. Each configuration shall be uniquely labeled and able to be edited by the user for identification. The currently active configuration indicator shall be displayed on the monitor. The MSDS shall detect vehicles and bicycles in real time as they travel across each camera detection zone. The MSDS shall detect vehicles in real time as they travel across each radar detection zone. The CI shall automatically define a pedestrian crossing area, and track pedestrians in real-time as they travel across this pedestrian crossing area in both directions of the camera image. The CI shall count pedestrians moving left-to-right, and right-to-left. The CI shall measure the speed of pedestrians moving left-to-right, and right-to-left, and provide the minimum, maximum, and average speed of the pedestrians per the bin interval. These values shall be displayed on-screen for both directions, and an option shall be provided to the user to turn this on-screen display on or off. This data will be stored in local memory for later retrieval via a remote device. The data will be stored at the Bin Interval set in the system. The CI shall automatically define the intersection approach and track vehicles in real-time as they travel across this area of the camera image. The CI shall classify the vehicle and count each type per the bin interval. This data will be stored in local memory for later retrieval via a remote device. The data will be stored at the Bin Interval set in the system. The MSDS will incorporate the use of Artificial Intelligence (AI) to perform some or all of the various video detection and data collection functions. The CI shall provide a discrete output when pedestrians are being tracked in the crosswalk. A separate output may be assigned to each direction of pedestrian travel. The CI shall provide a discrete output when pedestrians are crossing against a red phase. The CI shall allow up to 4 phase inputs to be assigned to each crosswalk. SW 43rd Street, W C/L to SR 167 Ramps SP-169 Special Provisions TED4004096 2025 The MSDS shall accept new detection patterns from an external computer through the Ethernet port when the external computer uses the correct communications protocol for downloading detection patterns. A Windows™-based software designed for local or remote connection and providing video capture, real-time detection indication and detection zone modification capability shall be provided with the system. The MSDS shall have the capability to automatically switch to any one of the stored configurations based on the time of day which shall be programmable by the user. The MSDS shall send its detection patterns to an external computer through the Ethernet port when requested when the external computer uses the appropriate communications protocol for uploading detection patterns. The MSDS shall default to a safe condition, such as a constant call on each active detection channel, in the event of unacceptable interference or loss of the video and/or radar signal. The MSDS shall be capable of automatically detecting a low-visibility condition of the camera sensor such as fog and respond by placing all affected detection zones in a constant call mode. A user- selected alarm output shall be active during the low-visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier(s). The system shall automatically revert to normal detection mode when the low-visibility condition no longer exists. An On-Screen Icon will be displayed while the system is in this mode. Up to 32 detection zones per camera input shall be supported and each detection zone must be user-sizeable to suit the site and the desired vehicle detection region. Up to 16 detection zones per radar input shall be supported and each detection zone must be user- sizeable to suit the site and the desired vehicle detection region. Up to 5 trip lines per radar input shall be supported and each trip line must be user-positionable to suit the site and the desired vehicle detection application. The system shall provide a Group output. When a user defined number of vehicles are present in the radar FOV the system shall activate an output. The MSDS shall provide up to 32 open collector output channels per camera and 16 open collector outputs per radar input using one or more extension modules. The MSDS shall provide discrete outputs when pedestrians are being tracked in the crosswalk. An output may be assigned to pedestrians crossing from left to right and a separate output may be assigned to pedestrians crossing from right to left. The MSDS shall provide a discrete output when pedestrians are crossing against a red phase. The MSDS shall allow up to 4 phase inputs to be assigned to each crosswalk. A single video detection zone shall be able to replace multiple inductive loops and the video detection zones shall be OR'ed as the default or may instead be AND'ed together to indicate vehicle presence on a single approach of traffic movement. SW 43rd Street, W C/L to SR 167 Ramps SP-170 Special Provisions TED4004096 2025 When a vehicle is detected within a detection zone, a visual indication of the detection shall activate on the video and radar overlay display to confirm the detection of the vehicle for the zone. Detection shall be at least 98% accurate in good weather conditions, with slight degradation possible under adverse weather conditions (e.g. rain, snow, or fog) which reduce visibility. Detection accuracy is dependent upon site geometry, sensor placement, camera image quality and detection zone location, and these accuracy levels do not include allowances for occlusion or poor video due to sensor location or quality. The MSDS shall provide dynamic zone reconfiguration (DZR). DZR sustains normal operation of existing detection zones when one zone is being added or modified during the setup process. The new zone configuration shall not go into effect until the configuration is saved by the operator. Detection zone setup shall not require site specific information such as latitude and longitude to be entered into the system. The RDS shall process the radar signals from each sensor at 50mS intervals. Multiple processors shall process all radar signals simultaneously. The MSDS shall process the video input from each camera sensor at 30 frames per second. Multiple camera processors shall process all video inputs simultaneously. The MSDS shall output a constant call during the background learning period of no longer than 3 minutes. Detection zone outputs shall be individually configurable to allow the selection of presence, pulse, extend, and delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable between 0.1 to 25.0 seconds. Up to eight detection zones per camera sensor view shall have the capability to count the number of vehicles detected. The count value shall be internally stored for later retrieval through the Ethernet port. The zone shall also have the capability to calculate and store average speed and lane occupancy. Bin interval is set to 15 minutes. The system shall provide an automatic count function per lane for each movement of vehicles, which includes through moving, right, and left turning vehicles. Once standard detection zones have been configured the system will determine the path of vehicles and begin to track them. The data shall be stored at a bin interval of 15 minutes. The current count will be displayed on the video image. The current count display may be disabled by the user. In addition, any valid detector output may be assigned to the automatic count. For each count the associated detector output will be pulsed for 100mS. In addition to the count type zone, the MSDS shall be able to calculate average speed and lane occupancy for all of the video detection zones independently. These values shall be stored in non- volatile memory for later retrieval. The MSDS shall have an “advance” zone type where raw detection output duration to the traffic controller is compensated for angular occlusion and SW 43rd Street, W C/L to SR 167 Ramps SP-171 Special Provisions TED4004096 2025 distance. The MSDS shall employ color overlays on the video output. The MSDS shall have the ability to show controller phase status (green, yellow, or red) for up to 8 phases. These indications shall also be color coded. The user shall have the ability to enable or disable the display of the phase information on the video output. The MSDS shall have the capability to change the characteristics of a detection zone based on external inputs such as signal phase. Each detection zone shall be able to switch from one zone type (i.e. presence, extension, pulse, etc.) to another zone type based on the signal state. For example, a zone may be a “count” zone when the phase is green but change to a “presence” zone type when the phase is not green. Another application would be zone type of “extension” when the signal phase is green and then “delay” when red. The MSDS software shall aid the user in drawing additional detection zones by automatically drawing and placing zones at appropriate locations with only a single click of the mouse. The additional zone shall utilize geometric extrapolation of the parent zone when creating the child zone. The process shall also automatically accommodate lane marking angles and zone overlaps. The radar sensor shall have the capability to control the output of each radar detection zone based on a minimum or maximum speed. The minimum speed can be set from 0 mph (0 kph) to 249 mph (400 kph). The maximum speed can be set between 1 mph (1 kph) to 250 mph (402 kph). When the user wishes to modify the location of a zone, the MSDS software shall allow the user to move a single zone, multiple zones or all zones simultaneously. When the user wishes to modify the geometric shape of the zone, the MSDS software shall allow the user to change the shape by moving the zone corner or zone sides. On screen zone identifiers shall be modifiable by the user. The user shall be allowed to select channel output assignments, zone type, input status, zone labels or zone numbers to be the identifier. The MSDS shall have the capability to show pedestrian activity in the crosswalk through a visual indication on the video output. The MSDS software shall support bicycle type zones where the zone can differentiate between motorized vehicles and bicycles, producing a call for one but not the other. Bicycle zone types shall only output when a bicycle is detected. Larger motorized vehicles such as cars and trucks that traverse a bicycle zone shall not provide an output. The MSDS software shall provide the ability to assign a separate output channel for bicycle zones to allow traffic controllers to implement special bicycle timing. Placement of bicycle type zones in vehicle lanes shall be allowed. Upon detection of a bicycle, the video output overlay shall indicate active detection as well as providing a unique bicycle detection identifier to visually distinguish bicycle detection versus vehicle detection. Up to six bicycle detection zones per camera view shall have the capability to count the number of bicycles detected in addition to their normal detection function. The count value shall be internally stored for later retrieval through the Ethernet port. Radar Zone Data Display Current conditions for the 16 radar zones shall be displayed on the video. The conditions are; un- configured, configured and inactive and configured and active. Radar Trip Line and Activity Display Current conditions of the 5 trip lines and any warning flags from the radar shall be displayed on the video. SW 43rd Street, W C/L to SR 167 Ramps SP-172 Special Provisions TED4004096 2025 Radar Data Display The speed of the last vehicle through the approach will be displayed on the video. The current count of vehicles passing the last trip line will be displayed on the video. Radar Performance Display Various icons will be deployed on the video stream as part of the On-Screen Display (OSD) to indicate radar operation. These will include Group Mode, Fallback Mode, No Radar Data and Radar Interference. Video Performance Display Various icons will be deployed on the video stream as part of the On-Screen Display (OSD) to indicate video operation. These will include Low Contrast Mode, Glare Mode, Video Constant Call, Alarm Activated, Algorithm Day and Night Short and Long Modes. Automatic Turning Movement Counts The system will display the Automatic Turning Movement count for the current bin interval as part of the On-Screen Display (OSD). The data can be disabled by phase. User Interfaces This section sets forth the minimum requirements for the MSDS to provide a single point interface to remote and local users. The MSDS shall also have the capability to stream up to eight simultaneous video streams over an Ethernet interface. These streams may be from individual sensors or a quad stream from all sensors. The user interface shall provide capabilities to enable multiple rack-mounted detection processors to be locally and remotely accessed from a single point via an Ethernet connection. The device shall allow the operator to view ten videos simultaneously or any one video by controls embedded in the MSDS. The device shall allow the operator to view either individual video stream from each sensor or a quad video stream from all sensors by controls embedded in the MSDS. Local user access to video detection programming shall be limited to the detection processor unit that is currently being displayed on the monitor. All local programming and setup parameters for the video detection processor shall be user accessible through the interface unit without requiring the user to swap user interface cables between video detection processors. Remote access to the device shall be through the built-in Ethernet port via access software running on a Microsoft Windows based personal computer. Optional local programming and setup parameters for the video detection processor shall be user accessible through the interface unit with a Wi-Fi port via access software running on a Microsoft Windows based personal computer. The Wi-Fi connection shall be disable with a switch on the CI. A Windows OS remote access firmware shall also be available for remote setup and diagnostics of the interface unit. SW 43rd Street, W C/L to SR 167 Ramps SP-173 Special Provisions TED4004096 2025 The MSDS shall support streaming video technology using H.264 standards to allow the user to monitor video detection imagery over the Ethernet interface. Motion JPEG streaming video shall not be allowed. The interface unit shall allow eight independent streams, one from each detection processor, to be transported via Ethernet to four independent streaming video players simultaneously in Full HD (1080p) resolution. The interface unit shall support the streaming and display of four concurrent streams in Full HD (1080p) resolution. The interface unit video streams shall be compatible with ONVIF standards. The interface shall allow the user to change the unit’s Ethernet network settings of IP address, subnet mask and default gateway. The MSDS shall allow the user to upload new application firmware through the use of the interface, remotely or on-site. A Windows OS based application will be provided to remotely view video streams from the MSDS. An iOS and Android based application shall be available to remotely access each configured MSDS on the agency’s network. This application shall allow the user to choose between any number of pre-configured intersection locations. Using the iOS or Android device, the application will allow the user to view live video from any camera at that intersection, including vehicle and bicycle detections in real-time. The application will also allow the user to view individual intersection data, including turning movement counts and occupancy. The application will show each data set in time periods of day, week, or month, and have the capability of turning on or off right, left, and thru movement data for turning movement count data. The application will also allow the user to view current system diagnostic data, including the following, but not limited to; individual camera glare and low contrast information, system low contrast, constant call, alarm, reboots, logins, and menu access information. A Windows based PC application shall be available to remotely access each configured MSDS on the agency’s network. The application shall allow the user to choose multiple intersection locations to be displayed simultaneously on the screen. Intersections can be displayed in alphanumeric order. Groups of intersections can be configured to be displayed simultaneously to allow the user to monitor particular corridors of detection. Multiple groups may be configured in the application. AI Classification Data The system shall provide Road User Classification Data via Artificial Intelligence (AI) algorithms. The AI Classification Data shall be automatically generated without the need for user configuration. The AI Classification algorithm shall identify and store data for four classes of road user:  Motorcycle  Passenger Car  Bus  Truck The AI Classification data shall be stored in the Bin Data table in 15 minute intervals and be available as put of the Real Time Data Stream in 60 second intervals. SDLC Functionality SW 43rd Street, W C/L to SR 167 Ramps SP-174 Special Provisions TED4004096 2025 This section sets forth the minimum requirements for a full-function BIU and integrated MSDS detection communication. The MSDS shall provide outputs to the controller of vehicle calls from DPs that reside within the detector rack. Functional Capabilities The MSDS shall have the capability of monitoring phase information and passing that information and other system data such as “time” from the controller to video detection processor modules. The DP shall also accept data from video processor modules and relay the information to the controller. The unit shall provide a maximum of 64 detector outputs to the controller via the SDLC interface. Requirements The module shall be in compliance with the following industry specifications: Transportation Electrical Equipment Specifications (TEES), August 16, 2002 (or latest edition), California Department of Transportation NEMA Standard Publication TS 1-1989 (or latest edition), Traffic Control Systems, National Electrical Manufacturers Association NEMA Standard Publication TS 2-2003, Traffic Controller Assemblies With NTCIP Requirements, Version 02.06 (or latest edition), National Electrical Manufacturers Association Data Interfaces The MSDS shall have two data interfaces: The interface to the controller shall be accomplished by the use of the TS-2 SDLC port and protocol in accordance with the TS-2 specifications. The module shall be able to be configured to respond to BIU addresses 8, 9, 10 and 11 or a combination thereof. The interface to communicate with card rack video detection processors shall be manufacturer specific. SDLC Communication Indicators One LED indicator shall be provided for the TS-2 SDLC interface. The indicator shall be used to inform the user of any communication activity on the SDLC port. Real Time Data Stream Data Streaming Mechanism The MSDS shall employ a MQTT Publish/Subscribe model for publishing real time data. The Mechanism shall provide multiple data streams. Subscribers may subscribe to one or many of the data streams Detection Zone Status The MSDS shall provide the status of each configured detection zone at a 100mS refresh rate. Channel Output Status The MSDS shall provide the status of each configured channel output at a 100mS refresh rate. Count Data The MSDS shall provide the accumulated count for each configured count type zone and each automatically generated count, for example Automatic Turning Movement Counts at a 60S refresh rate. SW 43rd Street, W C/L to SR 167 Ramps SP-175 Special Provisions TED4004096 2025 AI Classification Data The MSDS shall provide the accumulated count for each classification type at a 60S refresh rate. Installation The cable to be used between the sensor and the PI in the traffic cabinet shall be 16AWG, 3 core 110VAC, outdoor rated. This cable shall be suitable for installation in conduit or overhead with appropriate span wire. The detection sensor shall be installed by factory-certified installers as recommended by the supplier and documented in installation materials provided by the supplier. Proof of factory certification shall be provided. The system shall provide a ten-year service duration of Iteris SPM Hosted Data service and VantageLive! Hosted Data Service with cellular connectivity included. Iteris SPM hosted data service shall provide cloud-based collection, storage, analysis and presentation of high resolution SPM controller data from connected intersections. Five intersections minimum. Does not include setup fee. VantageLive! Hosted data service shall include setup and configuration of vantage data engine server and cloud-based storage services. Warranty The supplier shall provide a limited three-year warranty on the MSDS. During the warranty period, technical support shall be available from the supplier via telephone within 4 hours of the time a call is made by a user, and this support shall be available from factory- certified personnel or factory-certified installers. During the warranty period, updates to DP software shall be available from the supplier without charge. Maintenance and Support The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the video detection system. These parts shall be available for delivery within 30 days of placement of an acceptable order at the supplier's then current pricing and terms of sale for said parts. The supplier shall maintain an ongoing program of technical support for the video detection system. This technical support shall be available via telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier's then current pricing and terms of sale for on-site technical support services. Installation or training support shall be provided by a factory-authorized representative and shall be a minimum IMSA-Level II Traffic Signal Technician certified. All product documentation shall be written in the English language. 9-29.19 Pedestrian Push Buttons (******) Replace this section with the following: SW 43rd Street, W C/L to SR 167 Ramps SP-176 Special Provisions TED4004096 2025 The Contractor shall furnish and install a fully functioning accessible pedestrian push button system at locations specified in the Contract Plans. The pedestrian push button system shall include the following items: Pedestrian push button assemblies shall be ADA Accessible Pedestrian Signals (APS), Model iNS23TNO-B, by Polara Engineering, Inc. The push button assemblies shall include the following features:  Operates over a single pair of wires with the option of operating with a pedestrian head control unit  All PBS wired in parallel, individually assignable to any phase  16 buttons can operate on a single iCCU (dependent on power requirements and wire runs)  All sounds are synchronized  4 Locate Tone selectable options  13 Walk Sound selectable options, 3 of them custom options  7 Clearance Sound selectable options  Walk, Clearance, and Don’t Walk sounds automatically adjust to ambient  Separate ambient response settings for Locate Tone (for quiet ambient conditions)  Most sounds have independent Min/Max settable limits  Button vibrates during Walk  Button push confirmed by latching LED, tactile bounce, and audible “wait” sound  Extended button push can boost volume for next Walk and Clearance  Direction of travel message with extended button push, capable  Extended Push Priority: mutes all but selected crosswalk, capable  Extended Push activation settings: 0-6 second range, 0.5 second increments  Beaconing and Ping Pong features available  Select audio messages, change settings, and perform firmware updates wirelessly using iOS (9.0+) or Android (5.0+) devices, or a Windows PC with Polara’s Bluetooth Dongle  Built in health/event logging feature, up to 1000 events  False walk detection: four independent checks  External speaker option at time of order  External button input for bike lanes, horses, etc.  9”x15” Hi-Intensity Retroreflective MUTCD R10-3e 800H-84 countdown sign (per WSDOT Standard Plan J-20.26) One Shelf Mount Central Control Unit shall be provided and installed in the traffic controller cabinet per intersection as an interface between the signal controller and the pedestrian push button stations. The Shelf Mount iNTELLIGENT CENTRAL CONTOL UNIT, Model iCCU-S2, by Polara Engineering, Inc., shall:  Designed to site on a shelf, and interfaces to traffic cabinet either through the Polara cable assembly, or a SDLC cable  Support full bidirectional Bus Interface Unit (BIU) capability allow the control unit to get interval timing information and place calls to the traffic controller directly through the SDLC interface the power supply and signaling interface between the existing intersection Traffic Control Unit SW 43rd Street, W C/L to SR 167 Ramps SP-177 Special Provisions TED4004096 2025 and the Push Button Stations installed on the intersection include one (1) Custom Cable Harness cable assembly with all cables 12-feet long for double wide cabinets  Accommodate up to 16 push button stations  Support SDLC communication in TS1 and TS2 cabinets  Include a front panel with a backlit LCD for displaying system status information  Perform setup functions via Ethernet or Wi-Fi/Bluetooth using a PC, iPhone or iPad  Provide free apps for both Windows PCs (Windows 7 or higher) and iOS (8.0 or higher) devices.  Supports multiple configurations, with ability to change operational features based on time of day  Include a built in conflict monitoring system that monitors pedestrian push button stations and pedestrian signal head lights and powers off in the event of a conflict  Include health log data capture that is downloadable and contains extensive status/fault reporting  Support remote monitoring over Ethernet  Include an Ethernet port for communication  Include a USB port  Include the Interconnect Board, Model iN2-ICB, for termination of field wiring intersection/field button  Include two (2) SDLC Cables, Model iN2-SDLC-CABLE, a standard 6-feet long SDLC cable  Include a three (3) year manufacturer limited warranty  Include one (1) power cable for 120VAC, 60Hz, 5A END OF DIVISION 9 END OF SPECIAL PROVISIONS City of Renton Contract Provisions for SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ VI. APPENDICES City of Renton Contract Provisions for SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ APPENDIX A – Prevailing Hourly Minimum Wage Rates State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe bene�ts. On public works projects, worker's wage and bene�t rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Bene�t Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 5/13/2025  Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 3/5/2025 Edition, Published March 5, 2025 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1.Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X 2.Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. X See Std. Plans 3.Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. X 4.Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter.X 5.Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter.X 6.Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch Xto 120 inches in diameter. May also be treated, 1 thru 5. 7.Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. Supplemental to Wage Rates 2 3/5/2025 Edition, Published March 5, 2025 ITEM DESCRIPTION YES NO 8.Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock.X See Contract Plans and Std. Plans for size and material type. 9.Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the Xcontract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). 10.Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges.X 11.Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or Xboring of holes. See Contact Plans for item description and shop drawings. 12.Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9-28.14(3). 13.Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to XSection 9-19.1 of Std. Spec.. 14.Precast Manhole Types 1, 2, and 3 with cones, adjustment Xsections and flat top slabs. See Std. Plans. 15.Precast Drywell Types 1, 2, and with cones and adjustment Sections.XSee Std. Plans. 16.Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans.X Supplemental to Wage Rates 3 3/5/2025 Edition, Published March 5, 2025 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans.X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21.Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting 22.Vault Risers - For use with Valve Vaults and Utilities X X Vaults. 23. Valve Vault - For use with underground utilities.XSee Contract Plans for details. 24.Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25.Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing.X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26.Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans.XFabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 3/5/2025 Edition, Published March 5, 2025 ITEM DESCRIPTION YES NO 27.Precast Railroad Crossings - Concrete Crossing Structure XSlabs. 28.12, 18 and 26 inch Standard Precast Prestressed Girder – Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to Xbe used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 29.Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A . 30.Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31.Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32.Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33.Monument Case and Cover XSee Std. Plan. Supplemental to Wage Rates 5 3/5/2025 Edition, Published March 5, 2025 ITEM DESCRIPTION YES NO 34.Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure Xshall be galvanized after fabrication in accordance with AASHTO-M-111. 35.Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for Xare required prior to fabrication.approval 36.Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 37.Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X fabrication 38.Light Standard-Prestressed - Spun, prestressed, hollow concrete poles.X 39.Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre-approved drawings. 40.Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated Xto conform with methods and material as specified on Std. Plans. See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced)X See Std. Plans. Supplemental to Wage Rates 6 3/5/2025 Edition, Published March 5, 2025 ITEM DESCRIPTION YES NO 42.Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum X Xsheeting. NOTE:*** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed StdCustomSigningMessageMessage 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing)X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 3/5/2025 Edition, Published March 5, 2025 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 3/5/2025 Edition, Published March 5, 2025 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. •Building Service Employees •Electrical Fixture Maintenance Workers •Electricians - Motor Shop •Heating Equipment Mechanics •Industrial Engine and Machine Mechanics •Industrial Power Vacuum Cleaners •Inspection, Cleaning, Sealing of Water Systems by Remote Control •Laborers - Underground Sewer & Water •Machinists (Hydroelectric Site Work) •Modular Buildings •Playground & Park Equipment Installers •Power Equipment Operators - Underground Sewer & Water •Residential *** ALL ASSOCIATED RATES *** •Sign Makers and Installers (Non-Electrical) •Sign Makers and Installers (Electrical) •Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" •Fabricated Precast Concrete Products •Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 3/5/2025 Edition, Published March 5, 2025 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 3/5/2025 Edition, Published March 5, 2025 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 3/5/2025 Edition, Published March 5, 2025 Benefit Code Key – Effective 3/5/2025 thru 8/30/2025 1 |P a g e ************************************************************************************************************ 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 weekdayin 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 dueto 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 paidatone and one-half times the hourlyrate of wage. All hours worked over ten (10) hours Mondaythrough 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 hourlyrate 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 |P a g e 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, Mondaythrough Fridayand after ten (10) hours onSaturday 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 hourlyrate 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 Mondaythrough Fridayand 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 |P a g e 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 hourlyrate 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 rateuntil such timeas the employeehas had a break of eight (8) hours ormore. 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 |P a g e 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 maybe worked at the straight time rateof 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 doublethe hourlyrate 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 oneand 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 hourlyrate of wage. The Mondayor Fridaynot 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 |P a g e 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 hourlyrate of wage. All hours worked on a holidayshall be paid at one and one-half times the hourlyrate 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 onlybeperformed outside the normal 6amto 6pm shift then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on aspecial shift, they shall be paid the special shift premiumfor each hour worked unless theyare 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 Mondaythrough Fridayand the first twelve (12) hours on Saturday shall be paidatone and one-half times the hourlyrate of wage. (Except on makeup days if work islostdue toinclement 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 |P a g e 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 amto 6pmshall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shallbe paid at doublethe hourlyrate of wage. Shifts maybe 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 scheduleor back to the other. All hours of work on these shifts shall be paid for at the straight time hourlyrate. 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 onlybe performed outside the regular dayshift, then by mutual agreement aspecial shift maybe 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 employee 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 hourlyrate 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 |P a g e 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 hourlyrate of wage. The Mondayor Fridaynot 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 employeehas 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 amand 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 amand 5:00 pmshall 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 |P a g e 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 amto 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 pmSaturday to 5:00 amMonday, 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 amshall 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 |P a g e 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 pmand 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 amand 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 |P a g e 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 |P a g e 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: NewYear’s Day, Martin Luther KingJr. 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, ThanksgivingDay, the Fridayafter ThanksgivingDay, 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, ThanksgivingDay, The Friday After ThanksgivingDay, The Last WorkingDay 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 |P a g e Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturdayafter ThanksgivingDay, And Christmas Day(8). Any HolidayWhich Falls On ASundayShall Be Observed As A HolidayOn The FollowingMonday. If anyof the listed holidays falls on a Saturday, the precedingFridayshall 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: NewYear's Day, Martin Luther KingJr. 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 holidayon the followingMonday. Anyholiday which falls on aSaturdayshall 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 followingMonday. Anyholiday which falls on aSaturdayshall be observed as a holidayon the precedingFriday. 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: NewYear's Day, Martin Luther KingJr. Day, IndependenceDay, 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: NewYear's Day, Independence Day, Memorial Day, Labor Day, ThanksgivingDayand 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 |P a g e 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 followingMonday. Anyholiday which falls on aSaturdayshall be observed as a holidayon the precedingFriday. 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 Sundayshall be observed as a holidayon the following Monday. If anyof 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 Fridayafter Thanksgiving Day, Christmas Day, the daybefore or after Christmas, and the daybefore or after New Year’s Day. If anyof the abovelisted holidays falls on a Sunday, the day observed bythe 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: NewYear'sDay, 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 lastnormal workday. If the holidayfalls on a Mondaythat isthe normal dayoff 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 |P a g e 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: NewYear's Day, Martin Luther KingJr. Day, IndependenceDay, 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: NewYear's Day, Martin Luther KingJr. 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 holidayon the followingMonday. If anyof the listed holidays falls ona 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 followingMonday. Anyholiday which falls on aSaturdayshall be observed as aholidayon the precedingFriday. 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: NewYear's Day, Martin Luther KingJr. 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 |P a g e 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– ATraffic ControlSupervisor shall be present onthe project whenever flaggingor 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 hourlypremiums as follows – Class A Suit: $2.00, Class BSuit: $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. Thepremiumfor 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 applyto depths of fiftyfeet 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 |P a g e 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 6pmshift, 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 premiumfor each hour worked unless they are in OT or Double-time status. (For example, the special shift premiumdoes 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 themto 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 amto 6pmshift, 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 premiumfor 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 premiumdoes 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. BoomPay Premium: All cranes including tower shall be paid as follows based on boomlength: (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 |P a g e 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 workingon aswingingstage 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 workingon aswingingstage 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– ATrafficControlSupervisor shall be present onthe project whenever flaggingor spotting or other traffic control labor is beingutilized. A TrafficControl Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic duringconstruction operations. Flaggers and Spotters shallbe posted whereshown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the Stateof Washington, Oregon, Montana, or Idaho. These classifications are only effectiveon 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 |P a g e 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 fromthe 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 themto 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 SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ APPENDIX B – City of Renton Standard Plans 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 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-3.10-04 LEFT TURN CHANNELIZATION M-3.20-03 LEFT-TURN CHANNELIZATION REDUCED TAPERS M-3.30-04 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK TURN LANES M-3.40-04 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION M-3.50-03 DOUBLE LEFT TURN CHANNELIZATION M-5.10-03 RIGHT TURN CHANNELIZATION M-9.50-02 BICYCLE LANE SYMBOL LAYOUT M-9.60-00 SHARED - USE PATH MARKINGS M-11.10-03 RAILROAD CROSSING LAYOUT M-12.10-02 ROUNDABOUT PAVEMENT MARKINGS M-20.10-03 LONGITUDINAL MARKING PATTERNS M-20.30-04 LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS M-20.20-02 PROFILED AND EMBOSSED PLASTIC LINES M-24.20-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS M-24.40-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS M-24.60-04 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 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. 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: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT BAND - OR MOUNTING ON EXISTING METAL POLE OR LUMINAIRE MIN. NOTES 1. DIMENSIONS FOR THE PARTS USED TO ASSEMBLE THE BASE CONNECTIONS ARE INTENTIONALLY NOT SHOWN. BASE CONNECTIONS ARE PATENTED, MANUFACTURED PRODUCTS THAT ARE IN COMPLIANCE WITH NCHRP 350 CRASH TEST CRITERIA. THE BASE CONNECTION DETAILS ARE SHOWN ON THIS PLAN ONLY TO ILLUSTRATE HOW THE PARTS ARE ASSEMBLED. 2. A 2- (IN) POST WITH A 2 1/4" (IN) PSST ANCHOR OR A 2 1/4" (IN) POST WITH A 2 1/2" (IN) PSST ANCHOR MAY BE SUBSTITUTED. SEE CONTRACT PLANS. 3. PERFORATED SQUARE STEEL POST SHALL MEET THE REQUIREMENTS OF WSOOT STANDARD SPECIFICATION 9-06. 4. USE ONLY BASE CONNECTION MANUFACTURER SUPPLIED HARDWARE THAT MEETS THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-06 AND 9-28. EDGE OF TRAVELED ROADWAY 90-F,3C FOR REFLECTORIZED SIGNS: MOUNT FACING 3'(degree) OUTWARD IF SIGN IS WITHIN 30 FEET OF ROADWAY SIGN FACE ORIENTATION BOLT STOPGN POST TYPE ST -4 SIGN SUPPORT OST SUPPORT — 2.25" HOT—DIP GALV., ANCHOR ON CRE 1E MOUNTING ON METAL POST SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT ( ADOPTED ( /V nerc SIGN POST s LOWER SIGN e 5/16" (IN) CORNER BOLT IN) POST SUPPORT OR 3/6' FLANGED SHOULDER BOLT NTH NUT AND WASHERS 2 REQUIRED (TYP.) BOLT STOPGN POST TYPE ST -4 SIGN SUPPORT OST SUPPORT — 2.25" HOT—DIP GALV., ANCHOR ON CRE 1E MOUNTING ON METAL POST SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT ( ADOPTED ( /V nerc DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT PRECAST BASE SECTION SEE NOTE 1 NOTES: 1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. 2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5 FEET. 4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. 5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER. 6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION. 7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES. 9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 34" 24" 30 20 5" 5" 1", 2", 4", 6", 12", OR 24" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12" ALL METAL PIPE 15" CPSSP*, STD. SPEC. 9-05.20 12" SOLID WALL PVC, STD. SPEC. 9-05.12(1)15" PROFILE WALL PVC, STD. SPEC. 9-05.12(2) 15" CORRUGATED POLYETHYLENE STORM SEWER PIPE 26", S E E N O T E 6 22SE E N O T E 6 3"4"44" 21" MIN.4" MI N. (T Y P.)3 BAR EACH SIDE 3 BAR EACH WAY 3 BAR EACH CORNER 3 BAR EACH CORNER 18" MIN.3 BAR HOOP ALTERNATIVE PRECAST BASE SECTION CATCH BASIN TYPE 1 STD. PLAN - 200. 00PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/ 4"25"PRECAST BASE SECTION NOTES:1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS ( PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05. 50(9)),OR WIRE MESH HAVING A MINIMUM AREA OF 0. 12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED.2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 18". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2"MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9- 04.3.3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5'.4.THE FRAME AND GRATE SHALL BE INSTALLED WITH THE FLANGE DOWN.5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR,AND THE WALLS MAY BE SLOPED AT A RATE OF 1H: 24V OR STEEPER.6.THE STRUCTURE OPENING DIMENSIONS SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION.7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20. 3(2).8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9- 04.3.THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES.9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER' S DIRECTIONS.10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION.FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 4" MI N. (T Y P.)26",SEE N O T E6 22 SE E N O T E 6 SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION 3 BAR EACH SIDE TOP AND BOTTOM 3 BAR EACH CORNER ONE # 3 BAR ACROSS BOTTOM 3 BAR EACH CORNER 18" (MIN.)3 BAR HOOP PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12"ALL METAL PIPE 15"CPSSP* ,STD. SPEC. 9- 05. 20 12"SOLID WALL PVC,STD. SPEC. 9-05. 12( 1)15"PROFILE WALL PVC,STD. SPEC. 9-05. 12( 2)15"CORRUGATED POLYETHYLENE STORM SEWER PIPE 34" 24" 30 20 5"5"1", 2", 4", 6", 12", OR 24"ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT ( SPACED EQUALLY),SEE NOTE 1 CONCRETE INLET STD. PLAN - 200.30 PUBLIC WORKS DEPARTMENTAPPROVED: DATEGregg Zimmerman 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 NOTES: 1.NO STEPS ARE REQUIRED WHEN HEIGHT IS 4' OR LESS. 2.THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE SLOPED TO FACILITATE CLEANING. 3.THE RECTANGULAR FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. THE FRAME MAY BE CAST INTO THE ADJUSTMENT SECTION. 4.KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 5.ALL GRADE RINGS, RISERS, AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 6.WHEN CONNECTING TO A NEW PIPE, USE A FLEXIBLE CONNECTOR (KOR-N-SEAL BOOT WITH CORRUGATED PIPE ADAPTER OR APPROVED EQUAL). WHEN CONNECTING TO AN EXISTING PIPE, USE A FABRICATED SAND COLLAR OF THE SAME MATERIAL AS THE CONNECTING PIPE. 7.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 8.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 9.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. CATCH BASIN FRAME AND VANED GRATE PER STD. PLAN 204.00 RECTANGULAR OR CIRCULAR ADJUSTMENT SECTION (TWO SECTIONS MAX.) MORTAR, (TYP.), SEE NOTE 5 FLAT SLAB TOP SEE NOTE 6, TYP. REINFORCING STEEL, (TYP.) GRAVEL BACKFILL FOR PIPE ZONE BEDDING PER WSDOT STD. SPECIFICATION SECTION 9-03.12(3) INTEGRAL BASE PRECAST WITH RISER STEPS OR LADDER 4" MIN. 16" MAX.28" MAX. 48", 54", 60", 72", 84", 96", 120" OR 144" 12" (TYP.) 24" MIN. 12" MAX. 1" MIN. 2.5" MAX. 12" 6" 15' MAX. FOR MAINTENANCE SEPARATE BASE PRECAST O" RING 12" 6" CATCH BASIN DIMENSIONS CATCH BASIN DIAMETER MIN. WALL THICKNESS MIN. BASE THICKNESS MAXIMUM KNOCKOUT SIZE MINIMUM DISTANCE BETWEEN KNOCKOUTS 48"4"6"36"8" 54"4.5"8"42"8" 60"5"8"48"8" 72"6"8"60"12" 84"8"12"72"12" 96"8"12"84"12" 120"10"12"96"12" 144"12"12"108"12" PIPE ALLOWANCES CATCH BASIN DIAMETER PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSP 1 SOLID WALL PVC 2 PROFILE WALL PVC 3 48"24"30"24"30"30" 54"30"36"30"36"36" 60"36"42"36"42"42" 72"42"54"42"48"48" 84"54"60"54"48"48" 96"60"72"60"48"48" 120"66"84"60"48"48" 144"78"96"60"48"48" 1 CORRUGATED POLYETHYLENE STORM SEWER PIPE (STD. SPEC. 9-05.20) 2 STD. SPEC. 9-05.12(1) 3 STD. SPEC. 9-05.12(2) CATCH BASIN TYPE 2 STD. PLAN - 201.00 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 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 ISOMETRIC VIEW SECTION A SEE NOTE 1 DETAIL SECTION A TOP VIEW FRAME DETAIL 1.THE INLET REQUIRES THE PRECAST CATCH BASIN TO BE ROTATED 90 DEGREES SO THAT THE NARROW SIDE IS PARALLEL TO THE CURB. WHEN CALCULATING OFFSETS FROM THE CURB TO CENTERLINE OF THE PRECAST CATCH BASIN, PLEASE NOTE THAT THE CENTERLINE OF THE GRATE IS NOT THE CENTERLINE OF THE PRECAST CATCH BASIN. 2.THE DIMENSIONS OF THE FRAME AND HOOD MAY VARY SLIGHTLY AMONG DIFFERENT MANUFACTURERS. HOOD UNITS SHALL MOUNT OUTSIDE OF THE FRAME. THE HOOD MAY INCLUDE CASTING LUGS. THE TOP OF THE HOOD MAY BE CAST WITH A PATTERN. SAFETY BARS ARE NOT ALLOWED ON THE HOOD. 3.ATTACH THE HOOD TO THE FRAME WITH TWO 3/4" × 2" HEX HEAD BOLTS, NUTS, AND OVERSIZE WASHERS. THE WASHERS SHALL HAVE DIAMETERS ADEQUATE TO ASSURE FULL BEARING ACROSS THE SLOTS.4. FOR BOLT-DOWN GRATES, PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE SLOTS. TAP EACH HOLE TO ACCEPT A 5/8" × - 11 NC × 2" ALLEN HEAD CAP SCREW. LOCATION OF BOLT-DOWN HOLES VARIES AMONG DIFFERENT MANUFACTURERS.SEE BOLT- DOWN DETAIL.5.ONLY DUCTILE IRON VANED GRATES SHALL BE USED. SEE STANDARD PLANS 204.20 AND 204.30.6.THIS PLAN IS INTENDED TO SHOW THE INSTALLATION DETAILS OF A MANUFACTURED PRODUCT. IT IS NOT THE INTENT OF THIS PLAN TO SHOW THE SPECIFIC DETAILS NECESSARY TO FABRICATE THE CASTINGS SHOWN ON THIS DRAWING.NOTES:1/2" MIN. 5 1/2" R1"1" MIN. OPENING HEIGHT 4" MIN. FRAME TOP OF GRATE SEE NOTE 3 HOOD LEVEL 1 6 1" MIN. TYP.) 29" MIN. 20 1/4" 1 1/2" MIN.TYP.)24 1/ 4" 29"MIN.SEE NOTE 4 TYP.)SEE NOTE 2 TYP.)CATCH BASIN CL GRATE CL 3" 7"34" ( WIDE SIDE) CATCH BASIN TYPE 1 40" (WIDE SIDE) CATCH BASIN TYPE 1L CURB OR CURB AND GUTTER MATCH TOP OF HOOD TO TOP OF CURB (TYP.)HOOD DO NOT INSTALL SAFETY BAR / DEBRIS GUARD 20" x 24" VANED GRATE FRAME SEE DETAIL BELOWA HOLE ORSLOT FOR ATTACHING HOOD OPEN CURB FACE FRAME AND GRATE INSTALLATION STD. PLAN - 203. 00 PUBLIC WORKS DEPARTMENT APPROVED:DATEGregg Zimmerman Public WorksAdministrator 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, AND 204.30.2. 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: DATEMartin PastuchaPublic Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: E212B987-C626-4330-A5D4-D055A0107AF9 10/ 19/2022 | 2:52 PM 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 RIGID PIPE NOTES: 1.PIPE COMPACTION LIMITS SHOWN ON THIS PLAN ARE FOR PIPE CONSTRUCTION IN AN EMBANKMENT. FOR PIPE CONSTRUCTION IN A TRENCH, THE HORIZONTAL LIMITS OF THE PIPE COMPACTION ZONE SHALL BE THE WALLS OF THE TRENCH. 2.O.D. IS EQUAL TO THE OUTSIDE DIAMETER OF A PIPE OR THE OUTSIDE SPAN OF PIPE-ARCH. 3.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 4.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 5.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. GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) CIRCULAR PIPE FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 SPAN 6" PIPE - ARCH 6" PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? CORRUGATED STEEL PIPE 2.0 YES YES YES SPIRAL RIB STEEL PIPE 2.0 YES YES YES PLAIN CONCRETE PIPE (PCP) 2.0 NO YES NO REINFORCED CONCRETE PIPE RCP) 1.0 YES YES NO DUCTILE IRON PIPE 1.0 YES YES YES FOUNDATION LEVEL RISE TRENCH WIDTH, SEE NOTE 3 CIRCULAR PIPE DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" PIPE-ARCH SPAN MINIMUM DISTANCE BETWEEN BARRELS 18" TO 36"12" 43" TO 142"SPAN / 3 148" TO 199"48" TRENCH WIDTH, SEE NOTE 3 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 PIPE ZONE BEDDING AND COMPACTION - RIGID PIPE STD. PLAN - 220.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: E212B987-C626-4330-A5D4-D055A0107AF9 10/19/2022 | 2:52 PM 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 POLYPROPYLENE PIPE (PP) - DUAL WALL 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: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/2020 | 8:48 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 City of Renton Contract Provisions for SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ APPENDIX C – City of Kent Standard Plans TRAFFIC DIRECNON 4'GAP TWO WAY LEFTTURN LANE VARIES MAX. -+€ TMFRC DIREfiON TWO WAY LEFTTURN LINES 4" GAP 4" YELLOW UNE TRAFFIC DIRECNON DOUBLE YELLOW CENTER UNE TRAFFIC DIRECTION 20' Iu Io TRAFFIC DIRECTION TMFflC DIRECTION WIDE UNE 4',€€ 2W RPM WHITE LINE TRAFFIC DIRECTION 11', TYPE 2W RPM 30' 1 o TMFFIC DIRECTION LANE LINE [wHnEuNE TMFFIC DIRECNON 11 30' 1 tr t:r wpt 2v npptTYELLOW UNE TRAFRC DIRECTION SKIP CENTER LINE 4" WHITE OR YELLOW LINE EDGE UNE 6'8', o o-TYPE 2W RPM DOTTED WIDE UNE 4" GAP 8'WHITE UNE NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPUCATE. THE ORIGINAL SIGNED BYTHE ENGINEER AND APPROVED FOR PUBUCATION IS KEPT ON FII.E AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. CITY OF I(ENT ENOINEERINO OEPARTXENT ROF v TYPICAL LANE MARKINGS DFSIGNFI')c0K 58296 STANDARD PLAN DRAWN c0K CHFCKFD CUK DATF 04/2022L Cfr EreIXER TMFFIC DIRECTION WPE 2W RPM 3'9' UNE 18'YELLOW BARRIER21'(TYP.) 1n 18"-TYPE 2Y RPM'S EQUALLY NOTE: DROP LANE LINE TMFFIC DIRECTION MRRIER UNE l' SEE SECnON 6.12,8 FOR PLASnC MATERIAL SPECIFICATIONS. 2, RAISED PAVEMENT MARKERS (RPM'S) SHALL BE INSTALLED PER WSDOT STANDARD SPECIFICATIONS 8-09, 9-02.1(8), 9-26.2 AND 9-21. Et-l WHITE LINE 6-7 4 STOP BAR DETAIL NOTES: 1. THERMOPLASTIC TYPE 'A' MATERIAL SHALL BE USED, UNLESS DIRECTED OTHERWISE BY THE ENGINEER. PLACEMENT PER WSDOT STANDARD SPECIFICATION 8-22, MATERIALS PER WSDOT 9-34. 2. GLASS BEADS (PER WSDOT STANDARD SPECS. SECTION 9-34) SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. 3. SEE SECTION 6.12.B FOR PLASTIC MATERIAL SPECIFICATIONS. 5'-9" 8' - 0 " 1'-8" 12 ' - 0 " 0'-6" 3'-0" 12 ' - 0 " 0'-6"0'-6" 3'-7" 0'-6"20 ' - 0 " LENGTH VARIES 12"-24" WIDE WHITE STOP BAR, WIDTH AS DIRECTED BY THE ENGINEER NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. City of Renton Contract Provisions for SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ APPENDIX D – WSDOT Standard Plans City of Renton Contract Provisions for SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ APPENDIX E – KC Metro Standard Plans - A SCALE: FRAME NTS DETAIL - 1 SCALE: COVER NTS DETAIL - 2 SCALE: UNDERSIDE OF COVER NTS DETAIL - 3 SCALE: FRAME NTS SECTION - A SCALE: COVER NTS SECTION - B - B 1"Ø LIFTING HOLE (2 REQUIRED, ON OPPOSITE WEBS) CLEATS - 3/8" HIGH, 1/2" WIDE AT TOP, 3/4" WIDE AT BASE, 2" LONG 1-3/4" LETTERING 3/8" HIGH (TYP FOR ALL TEXT) (3) 1"Ø HOLES TO RELEASE CAM-LOCKS 3" LETTERING 1 3/4" LETTERING 1" 6" 25" 1" (3) CAM-LOCKS 1/2" x 3-1/4" SST HEX HEAD BOLT WITH SST FLAT WASHERS AND 1/2" SST NYLOCK NUT (316 SST - TYP) (3) CAM-LOCKS 1 NO REVISION DESCRIPTION DESIGNED/DRAWN: DESIGN ENGINEER:DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SCALE:REV NO: 2 3 4 1 2 3 4 ABCDEFG ABCDEFG BY APVD DATE REFERENCE 1"0D:\KSC\Standard Details\Div 33 Utilities\3305-401.dwg | Layout: 3305-401 PLOTTED: Jan 03, 2024-07:43:46pm By nkham DIVISION 33 - UTILITIES 33 05 61 CONCRETE MAINTENANCE HOLES HEAVY DUTY 24" DIAMETER CAM-LOCK FRAME AND COVER 3305-401 JANUARY 2024 J. PAULSON NTS 0 2514" 24" 3334" NOTES: 1. CAM-LOCK FRAME AND COVER FOR IN ROADWAY APPLICATION UNLESS NOTED OTHERWISE. K I N G C OUN T Y C O N F I NED SP A C E E NTRY MANUFACTURER NAME ASTM A536 CL80-55-06 MADE IN USA MM DD YY X# SCALE: FRAME NTS DETAIL - 1 SCALE: COVER NTS DETAIL - 2 SCALE: UNDERSIDE OF COVER NTS DETAIL - 3 SCALE: FRAME NTS SECTION - A SCALE: COVER NTS SECTION - B SCALE: BOLT LUG NTS DETAIL - 4 - B 1-3/4" LETTERING 3/8" HIGH (TYP FOR ALL TEXT) 3" LETTERING 1" LETTERING 1" 6" 25"1" 1 NO REVISION DESCRIPTION DESIGNED/DRAWN: DESIGN ENGINEER:DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SCALE:REV NO: 2 3 4 1 2 3 4 ABCDEFG ABCDEFG BY APVD DATE REFERENCE 1"0D:\KSC\Standard Details\Div 33 Utilities\3305-402.dwg | Layout: 3305-402 PLOTTED: Jan 03, 2024-07:45:52pm By nkham DIVISION 33 - UTILITIES 33 05 61 CONCRETE MAINTENANCE HOLES HEAVY DUTY 24" DIAMETER BOLT DOWN FRAME AND COVER 3305-402 JANUARY 2024 J. PAULSON NTS 0 1"Ø LIFTING HOLE (2 REQUIRED, ON OPPOSITE WEBS) CLEATS - 3/8" HIGH, 1/2" WIDE AT TOP, 3/4" WIDE AT BASE, 2" LONG (1) POCKET LIFT HANDLE (3) BOLTS LUGS W/ HOLE FOR A 5/8" BOLT W/ SLOT FOR A SQUARE NUT (CORED) 314" 4 - 2514" 24" 333 4" NEOPRENE WASHER (FOR WATERTIGHT LIDS ONLY) NEOPRENE GASKET (FOR WATERTIGHT LIDS ONLY) 5/8" SST ALLEN BOLT (CORED) - A NOTES: 1. BOLT DOWN FRAME AND COVER FOR OFF ROAD APPLICATION UNLESS NOTED OTHERWISE. (3) 5/8" SST ALLEN BOLTS (CORED) 4 - - 4 K I N G COU N T Y C O N FINED S P A C E E N T R Y MADE IN USA MM DD YY X# ASTM A536 CL80-55-06 MANUFACTURER NAME MANU F A CTURER NAME A S T M A 4 8 C L35 B MADE I N USA MM DD YY X# SEWER P R O P E R T Y O F K I NG C O U N T Y CONFINED SPACE ENTRY MANUFACTURER NAME MA D E I N U S A MADE IN USA MM DD YY X# ASTM A48 CL35B MANUFACTURER NAME SCALE: FRAME NTS DETAIL - 1 SCALE: COVER NTS DETAIL - 2 SCALE: UNDERSIDE OF COVER NTS DETAIL - 3 SCALE: FRAME NTS SECTION - A SCALE: COVER NTS SECTION - B - B 1" LETTERING 3/8" HIGH (TYP FOR ALL TEXT) (3) 5/8" SST ALLEN BOLTS (CORED) 3" LETTERING 1" LETTERING 1" 6" 25"1" 1 NO REVISION DESCRIPTION DESIGNED/DRAWN: DESIGN ENGINEER:DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SCALE:REV NO: 2 3 4 1 2 3 4 ABCDEFG ABCDEFG BY APVD DATE REFERENCE 1"0\\dnrpcifs\cad_design\KSC\standard details\div 33 utilities\3305-403.dwg | Layout: 3305-403 PLOTTED: Dec 06, 2021-09:29:29am By nkehoe DIVISION 33 - UTILITIES 33 05 61 CONCRETE MAINTENANCE HOLES NON-TRAFFIC 24" DIAMETER BOLT-DOWN FRAME AND COVER 3305-403 OCTOBER 2021N. KEHOE J. PAULSON NTS 0 1"Ø LIFTING HOLE (2 REQUIRED, ON OPPOSITE WEBS) GRIP CLEATS (1) LIFT SOCKETS (CORED) 1/2" LETTERING 4 - 3334" 24" 2514" 3" SCALE: BOLT LUG NTS DETAIL - 4 NEOPRENE WASHER (FOR WATERTIGHT LIDS ONLY) NEOPRENE GASKET (FOR WATERTIGHT LIDS ONLY) 5/8" SST ALLEN BOLT (CORED) (3) BOLTS LUGS W/ HOLE FOR A 5/8" BOLT W/ SLOT FOR A SQUARE NUT (CORED) 4 - - A - 4 1 NO REVISION DESIGNED/DRAWN: DESIGN ENGINEER:DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SCALE:REV NO: ABCDE ABCDE BY APVD DATE RE F E R E N C E 1" 0 2 3 4 5 6 1 2 3 4 5 6 \\ d n r p c i f s \ c a d _ d e s i g n \ K S C \ s t a n d a r d d e t a i l s \ d i v 3 3 u t i l i t i e s \ 3 3 0 5 - 4 1 3 . d w g | L a y o u t : 3 3 0 5 - 4 1 3 PL O T T E D : S e p 0 2 , 2 0 2 1 - 0 3 : 5 2 : 2 2 a m B y M A R T I N F R DIVISION 33 - UTILITIES 33 05 61 CONCRETE MAINTENANCE HOLES CONCRETE PAVEMENT COLLAR FOR MAINTENANCE HOLE 3305-413 AUGUST 2020N. KEHOE J. PAULSON 1" = 1'-0"0 18" OR MATCH EXISTING 2" MIN. COMPACT SUBGRADE OR REPLACE MTL w/ CDF EX. CONC. PAVEMENT ASPHALTIC FELT, FULL DEPTH OF EX. CONC. PAVEMENT REMOVE EX. CIRCULAR CONC. COLLAR EX. CIRCULAR COLLAR OR SAWCUT SQUARE OPENING (IF NESSESSARY) EX. CIRCULAR COLLAR OR SAWCUT SQUARE OPENING (IF NESSESSARY) (2)#5 BAR LOOPS (4)#5 BAR TIES NOTES: 1. CONCRETE CHALL BE CLASS 4000 W/ FIBER MESH. - A SCALE:1" = 1'-0" SECTION 3305-413 A SCALE:1" = 1'-0" DETAIL 3305-413 1 1 NO REVISION DESIGNED/DRAWN: DESIGN ENGINEER:DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SCALE:REV NO: ABCDE ABCDE BY APVD DATE RE F E R E N C E 1" 0 2 3 4 5 6 1 2 3 4 5 6 D: \ K S C \ S t a n d a r d D e t a i l s \ D i v 3 3 U t i l i t i e s \ 3 3 0 5 - 4 1 4 . d w g | L a y o u t : 3 3 0 5 - 4 1 4 PL O T T E D : N o v 2 3 , 2 0 2 1 - 0 2 : 5 9 : 1 1 p m B y M A R T I N F R DIVISION 33 - UTILITIES 33 05 61 CONCRETE MAINTENANCE HOLES MAINTENANCE HOLE FRAME AND LID REPLACEMENT IN CONCRETE PAVEMENT 3305-414 NOVEMBER 2021N. KEHOE J. PAULSON AS NOTED 0 COMPACT MINERAL AGG TYPE 2 EX. CONC. PAVEMENT SAWCUT CONCRETE PAVEMENT FULL DEPTH REMOVE AND REPLACE MH LID AND FRAME EXISTING PAVEMENT JOINT #5 REBAR (TYP) NOTES: 1. CONCRETE PAVEMENT SHALL MEET SDOT STANDARD 5.XXX AND 9.XXX. 2. SEE CITY OF SEATTLE STANDARD PLAN 404a, TYPICAL PATCH FOR RIGID PAVEMENT. 3. PLACE REBAR AT 1/2 DEPTH OF CONCRETE PAVEMENT. - A SCALE:1" = 1'-0" PLAN - 1 SCALE:1" = 1'-0" SECTION - A DIAMOND SAWCUT NO 5 REBAR (TYP) SAWCUT SCORE JOINT FROM CORNER OF DIAMOND TO EXISTING PAVEMENT JOINT (TYP) SAWCUT SCORE JOINT FROM CORNER OF DIAMOND TO EXISTING PAVEMENT JOINT (TYP) TRAFFIC 3" MIN TIE (TYP) 2" MIN 6" MAX 2" MIN 2" SCORE JOINT DEPTH 1 NO REVISION DESCRIPTION DESIGNED/DRAWN: CHECKED: DESIGN APPROVAL: DESIGN ENGINEER: DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SHT NO / TOTAL REV NO: 2 3 4 1 2 3 4 ABCDEFG ABCDEFG BY APVD DATE REFERENCE 1"0\\dnrpcifs\cad_design\KSC\standard details\div 33 utilities\3305-415.dwg | Layout: 3305-415 PLOTTED: Feb 23, 2023-12:04:23pm By karfleming DIVISION 33 - UTILITIES 33 05 61 CONCRETE MAINTENANCE HOLES TYPE - A MAINTENANCE HOLE 3305-415 FEBRUARY 23N. KHAMPHOUKEO K. MARTINEZ J. PAULSON ##01 REVISED STRUCTURE AND LAYOUT DIMENSIONS IP JP 08/22 NOTES: 1. TOP HALF OF PIPE TO BE REMOVED TO CONTOUR OF INSIDE OF MAINTENANCE HOLE. BROKEN EDGES TO BE PLASTERED SMOOTH WITH MORTAR. TYPICAL ALL MAINTENANCE HOLES. 2. PRECAST MAINTENANCE HOLE SECTIONS SHALL CONFORM TO SPECIFICATION 33 05 61, EXCEPT WHERE OTHERWISE NOTED. 3. ALL MAINTENANCE HOLE RISERS JOINTS SHALL BE RUBBER GASKET TYPE, CONFORMING TO SPECIFICATION 33 05 61. JOINTS AT BASE, CONE AND ADJUSTING RINGS SHALL BE SEALED PER SPECIFICATION SECTION 33 05 61. 4. PENETRATIONS OF EXISTING MAINTENANCE HOLES SHALL BE MADE BY CORE DRILLING AND USE OF A FLEXIBLE WATERTIGHT RUBBER BOOT PER SPECIFICATION 33 05 61. 5. ALL CONNECTIONS OF NEW MAINTENANCE HOLES SHALL BE INSTALLED WITH A FLEXIBLE WATERTIGHT RUBBER BOOT PER SPECIFICATION 33 05 61. 6. ELIMINATE 2 FT BY 4 FT PRECAST CONE SECTION ON MAINTENANCE HOLES LESS THAN 11 FT DEEP TO CROWN OF SEWER. BEFORE REDUCING 7 FT DEPTH OF A 4 FT OR 6 FT CIRCULAR MAINTENANCE HOLE, USE REDUCING SLAB FOR SUPPORTING ADJUSTING RINGS. 7. BRING LOCATE WIRE INTO STRUCTURE 2 FEET BELOW GRADE ADJACENT TO MH STEP. HANG MINIMUM 4 FEET OF LOCATE WIRE ON NEAREST MH STEP. MAINTENANCE HOLE DIMENSION TABLE DIAMETER MIN. WALL THICKNESS MIN. BASE THICKNESS MAX. KNOCKOUT SIZE MIN. DISTANCE BETWEEN KNOCKOUTS 48"4"6" 36" 8" 54" 4.5" 8"42"8" 60" 5" 8" 48" 8" SCALE: 1/2" = 1'-0" SECTION - B TYP. LATERAL CONNECTION SEE NOTES 4 AND 5 TYP. LATERAL CONNECTION - B NOTE 1, TYP. SHELF, TYP. SCALE: BASE PLAN 1/2" = 1'-0" DETAIL - 2 - A MATCH CROWN ELEVATIONS, UNLESS NOTED OTHERWISE SCALE: REDUCING SLAB 1/2" = 1'-0" DETAIL - 1 3305-425 148" TO 24" REDUCING SLAB24"Ø8" MIN. 16" MAX. SCALE: 8" THRU 21" DIAMETER PIPE TYPE-A PRECAST MAINTENANCE HOLE 1/2" = 1'-0" SECTION - A 24"Ø FRAME AND COVER SEE SLOPE BENCH 1:12 SMOOTH MORTAR LINING (TYP. ALL JOINTS) MAINTENANCE HOLE STEP SEE PRE-CAST SECTIONS W/ RUBBER GASKET @ JOINTS, TYP. ECCENTRIC CONE OR REDUCING SLAB, SEE SMOOTH MORTAR LINING CONCRETE ADJUSTING RINGS SET IN MORTAR. NO SHIMS ALLOWED 6" MIN. CRUSHED ROCK BASE, MTL TYPE P W/ PORTLAND CEMENT 48", 54", OR 60" (SEE TABLE) UNDISTURBED SOIL OR REMOVE AND REPLACE WITH FOUNDATION ROCK, MTL TYPE N 8" MIN. 16" MAX. 24" FOR PRECAST BASE 3305-401 3305-426 ID P I P E 1' - 6 " MA X . 4" MI N . CR O W N OF P I P E 12 " C R O W N TO S T E P 24 " 84 " M I N I M U M (S E E N O T E 6 ) 6" 3" 24"Ø 12 " TY P . 6" 12 " - 1 REV NO: 2 3 4 1 2 3 4 ABCDEFG ABCDEFG BY APVD DATE REFERENCE 1"0\\dnrpcifs\cad_design\KSC\standard details\div 33 utilities\3305-416.dwg | Layout: 3305-416 PLOTTED: Feb 23, 2023-12:04:24pm By karfleming DIVISION 33 - UTILITIES 33 05 61 MAINTENANCE HOLES TYPE-B MAINTENANCE HOLE 3305-416 FEBRUARY 23N. KHAMPHOUKEO K. MARTINEZ J. PAULSON ##0 LESS THAN 35° 35° TO < 55° 55° TO < 75° 75° & LARGER 10" 6" 3" 0" OFFSET X - 36",42",48" ID DIP X X7' - 0 " M I N . SE E N O T E 4 15 " 24 " 8" MIN. 16" MAX. 48"Ø RCP 8" 2" 4" 0" USE 84" DIAMETER MAINTENANCE HOLE FOR 48" RCP >75° NOTES: 1. REFER TO SPECIFICATION SECTION 33 05 61 UTILITY STRUCTURES FOR MAINTENANCE HOLE REQUIREMENTS. 2. BASE REINFORCING: 0.35 SQUARE INCHES/LINEAR FOOT IN BOTH DIRECTIONS. MINIMUM YIELD STRENGTH = 60,000 PSI. 3. TOP HALF OF PIPE TO BE REMOVED TO CONTOUR OF INSIDE OF MAINTENANCE HOLE. BROKEN EDGES TO BE PLASTERED SMOOTH WITH MORTAR. TYPICAL ALL MAINTENANCE HOLES. 4. PRECAST MAINTENANCE HOLE SECTIONS SHALL CONFORM TO SPECIFICATION 33 05 61, EXCEPT WHERE OTHERWISE NOTED. 5. ALL MAINTENANCE HOLE RISERS JOINTS SHALL BE RUBBER GASKET TYPE, CONFORMING TO SPECIFICATION 33 05 61. JOINTS AT BASE, CONE AND ADJUSTING RINGS SHALL BE SEALED PER SPECIFICATION SECTION 33 05 61. 6. PENETRATIONS OF EXISTING MAINTENANCE HOLES SHALL BE MADE BY CORE DRILLING AND USE OF A FLEXIBLE WATERTIGHT RUBBER BOOT PER SPECIFICATION 33 05 61. 7. ALL CONNECTIONS OF NEW MAINTENANCE HOLES SHALL BE INSTALLED WITH A FLEXIBLE WATERTIGHT RUBBER BOOT PER SPECIFICATION 33 05 61. 8. ELIMINATE 2 FT BY 4 FT PRECAST CONE SECTION ON MAINTENANCE HOLES LESS THAN 11 FT DEEP TO CROWN OF SEWER. BEFORE REDUCING 7 FT DEPTH OF A 4 FT OR 6 FT CIRCULAR MAINTENANCE HOLE, USE REDUCING SLAB FOR SUPPORTING ADJUSTING RINGS. 9. SHALLOW MAINTENANCE HOLES REQUIRING THE MAINTENANCE HOLE FRAME TO BE PLACED DIRECTLY ON THE REDUCING SLAB, THIS DIMENSION SHALL BE 24"Ø. 10. BELLS SHALL BE CAST INTO PRECAST MAINTENANCE HOLE BASE BY MAINTENANCE HOLE MANUFACTURER. 11. BRING LOCATE WIRE INTO STRUCTURE 2 FEET BELOW GRADE ADJACENT TO MH STEP. HANG MINIMUM 4 FEET OF LOCATE WIRE ON NEAREST MH STEP. DEFLECTION ANGLE ( ) 24"Ø 24" FRAME AND COVER SEE CONCRETE ADJUSTING RINGS SET IN MORTAR. NO SHIMS ALLOWED SMOOTH MORTAR LINING ECCENTRIC CONE OR REDUCING SLAB, SEE PRE-CAST SECTIONS (OPTIONAL) SMOOTH MORTAR LINING (TYP. FOR ALL JOINTS) MAINTENANCE HOLE STEP, SEE SLOPE BENCH 1:1272", 84" OR 96" 6" MIN. CRUSHED ROCK BASE, MTL TYPE P W/ PORTLAND CEMENT UNDISTURBED SOIL OR REMOVE AND REPLACE WITH FOUNDATION ROCK MTL TYPE N SEE NOTE 3, TYP. 18 " MA X . SCALE: 24" THRU 48" DIA. PIPE TYPE-B PRECAST MAINTENANCE HOLE 1/2" = 1'-0" SECTION - A -A SCALE: BASE PLAN 1/2" = 1'-0" DETAIL - 2 CENTER OF MH BASE PI OF PIPES AND STATION POINT 3305-425 2 CONCRETE ADJUSTING BLOCKS 72" TO 24" REDUCING SLAB 24"Ø 6" 12 " C R O W N TO S T E P 72" TO 48" REDUCING SLAB SEE 3305-425 3 CR O W N O F PI P E 4" MI N . MAINTENANCE HOLE DIMENSION TABLE DIAMETER MIN. WALL THICKNESS MIN. BASE THICKNESS MAX. KNOCKOUT SIZE MIN. DISTANCE BETWEEN KNOCKOUTS 72" 6" 8" 60" 12" 84" 8"12" 72" 12" 96" 8" 12" 84" 12" ID O F P I P E 1 REVISED STRUCTURE AND LAYOUT DIMENSIONS IP JP 8/22 SCALE: REDUCING SLAB 1/2"=1'-0" DETAIL - 1 SEE NOTE 10 12 " TY P . 6" 12 " 12 " 24" FOR PRECAST BASE 3" SEE DEFLECTION ANGLE TABLE BELOW 3305-401 3305-426 - 1 10 " U B A R S E Q U A L S P A C E S 6" E 2 1/2" D 4'-0" 3"3"W BARS EQUAL SPACES J 4'-0" S B A R S S BARS W BARS Z BARS R BARS SE E N O T E 6 48 " F R O M SEE NOTE 6 1. ELIMINATE 2FT BY 4FT PRECAST CONE SECTION ON MAINTENANCE HOLES LESS THAN 11FT DEEP TO CROWN OF SEWER. BEFORE REDUCING 7FT DEPTH OF A 4FT OR 6FT CIRCULAR MAINTENANCE HOLE, USE REDUCING SLAB FOR SUPPORTING ADJUSTING BLOCKS. 2. PRECAST MAINTENANCE HOLE SECTIONS SHALL CONFORM TO SPECIFICATION 33 05 61, EXCEPT WHERE OTHERWISE NOTED. 3. ALL JOINTS, EXCEPT PIPE JOINTS, SHALL BE MORTAR FILLED. 4. ANY METAL SURFACE OF THE TYPICAL FLEXIBLE JOINT NOT PERMANENTLY EMBEDDED IN CONCRETE SHALL BE BLAST CLEANED AND COATED WITH 2 COATS OF COAL TAR ENAMEL, EPOXY RESIN COATING, PITT CHEM TARSET, OR INERTOL POXITAR, TO 15 MIL MINIMUM THICKNESS. 5. TABLE ON DRAWING 3305-406 GIVES REQUIRED CIRCUMFERENCE LENGTH. LAP 24d FOR ALL SPLICES. 6. WHERE T BARS ENCROACH ON JOINT SLEEVE, BEND DOWN AS INDICATED AND ADD LENGTH AS REQUIRED. THIS NOTE ALSO APPLIES TO U BARS. 7. REFER TO MAINTENANCE HOLE REINFORCING SCHEDULE ON DRAWING 3305-406. 8. BRING LOCATE WIRE INTO STRUCTURE 2 FEET BELOW GRADE ADJACENT TO MH STEP. HANG MINIMUM 4 FEET OF LOCATE WIRE ON NEAREST MH STEP. #5 x 1'-3" HOOP SPACERS @ 15" OC EQ U A L SP A C E S Z BARS, SEE NOTE 5 FLEXIBLE JOINT SEE DETAIL IN V E R T T O S T E P --- B --- B SCALE: 1/2" = 1'-0" SECTION --- B --- A --- A SCALE: 54" THRU 144" DIA. PIPE TYPE-C CIP MAINTENANCE HOLE PLAN 1/2" = 1'-0" DETAIL -- 1 SCALE: 1/2" = 1'-0" SECTION --- A A T BARS EQUAL SPACES SMOOTH MORTAR LINING (TYPICAL FOR ALL JOINTS) B Y BARS F 2 1 / 2 " 2 1 / 2 " X BARS G V BARS T BARS Y BARS (TYP) S BARS R BARS 45 ° SPIGOT END WITH ACCEPTABLE R-4 JOINT NOTES: X BARS (TYP) 8" MIN 18" MAX 24" FRAME AND COVER SEE 3305-401 A CONCRETE ADJUSTING RINGS OR BRICKS SET IN MORTAR. NO SHIMS ALLOWED. SMOOTH MORTAR LINING RISER SHAFT SHALL BE STANDARD MAINTENANCE HOLE TYPE-A WITHOUT BASE, SEE 3305-403 A MAINTENANCE HOLE STEP SEE 3305-412 1 1 NO REVISION DESCRIPTION DESIGNED/DRAWN: CHECKED: DESIGN APPROVAL: DESIGN ENGINEER: DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SHT NO / TOTAL REV NO: 2 3 4 1 2 3 4 ABCDEFG ABCDEFG BY APVD DATE REFERENCE 1"0D:\KSC\Standard Details\Div 33 Utilities\3305-417.dwg | Layout: 3305-417 PLOTTED: Aug 16, 2022-04:44:38pm By pphou DIVISION 33 - UTILITIES 33 05 61 CONCRETE MAINTENANCE HOLES TYPE-C MAINTENANCE HOLE 3305-417 MAY 2020N. KHAMPHOUKEO K. MARTINEZ J. PAULSON D. APGAR ##01 ADD LOCATE WIRE NOTE IP JP 08/22 1 144" 132" 120" 108" 102" 96" 90" 84" 78" 72' 69" 66" 63" 60" 57" 54" 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 10'-30' 31'-50' 31'-50' 10'-30' 6'-6" 6'-6" 7'-4" 7'-7" 12" 14"12"8"8 #5 4'-11"6 #4 6'-1" 6'-11"10 #44'-11"18 #5 6'-1"4 #54'-11"3 #5 3'-1"2 #53'-10"2 #5 17'-7"4 #5 NO.&# T REINFORCING BARS BOTTOM SLAB W LENGTH NO.&# LENGTH LENGTHNO.&#LENGTH V SIDE WALLS U NO.&# LENGTHNO.&#LENGTH R TOP SLAB S NO.&# LENGTHNO.&#LENGTH YX NO.&# LENGTH Z NO.&# ABEFGJ CONCRETE DIMENSIONSDEPTH OF INVERT PIPE DIA (ID) 6'-9" 6'-9" 7'-0" 7'-0" 7'-3" 7'-3" 7'-6" 7'-6" 7'-9" 7'-9" 8'-0" 8'-0" 8'-8" 8'-8" 9'-2" 9'-2" 9'-10" 9'-10" 10'-4" 10'-4" 11'-0" 11'-0" 11'-6" 11'-6" 12'-8" 12'-8" 13'-10" 13'-10" 15'-0" 15'-0" 7'-7" 7'-10" 7'-10" 8'-1" 8'-1" 8'-4" 8'-4" 8'-7" 8'-7" 8'-10" 8'-10" 9'-1" 9'-7" 9'-8" 10'-1" 10'-2" 10'-9" 10'-10" 11'-3" 11'-4" 11'-10" 11'-11" 12'-4" 12'-5" 13'-6" 13'-7" 14'-8" 14'-9" 15'-10" 15'-11" 15"12" 14" 8" 8"14"12" 15" 8"12"14"12" 8"14"12" 15" 8"12"14"12" 8"14"12" 15" 8"12"14"12" 8"14"12" 15" 8"12"14"12" 8"14"12" 15" 8"12"14"12" 8"14"12" 15" 8"12"14"12" 13" 15" 14" 12" 15" 12" 12"15" 12"14" 12"15" 12"14" 12"15" 12"14" 12"15" 12"14" 12"15" 12"14" 12"15" 12"14" 12"15" 12"14" 12"15" 12"14" 13" 15" 13" 15" 13" 15" 14" 16" 16"14" 16"14" 16"14" 15" 17" 15" 17" 15" 17" 15" 17" 16" 18" 18"16" 19"17" 17" 19" 18" 20" 18" 20" 4 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4 #5 4 #5 2 #5 2 #5 2 #5 2 #5 4'-11" 4'-11" 10 #4 4'-11" 3'-1" 4'-11" 4'-11" 4'-11" 4'-11" 10 #4 10 #4 4'-11" 4'-11" 3'-1" 3'-1" 4'-11" 4'-11" 4'-11" 4'-11" 10 #4 10 #4 4'-11" 4'-11" 3'-1" 3'-1" 4'-11" 4'-11" 4'-11" 4'-11" 10 #4 10 #4 4'-11" 4'-11" 3'-1" 3'-1" 4'-11" 4'-11" 4'-11" 4'-11" 10 #4 10 #4 4'-11" 4'-11" 3'-1" 3'-1" 4'-11" 4'-11" 4'-11" 4'-11" 10 #4 10 #4 4'-11" 4'-11" 3'-1" 3'-1" 4'-11" 4'-11" 4'-11" 4'-11" 10 #4 10 #4 4'-11" 4'-11" 3'-1" 3'-1" 5'-7" 5'-7" 12 #4 12 #4 5'-7" 5'-7" 5'-7" 5'-7" 3'-8" 3'-8" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 5'-7" 6 #4 6 #4 6 #4 6 #4 6 #4 6 #4 6 #4 6 #4 6 #4 6 #4 6 #4 6 #4 6 #4 6 #4 6 #4 7 #4 7 #4 7 #4 7 #4 7 #4 7 #4 7 #4 7 #4 5 #5 5 #5 5 #5 5 #5 6 #5 6 #5 6 #5 6 #5 4 #5 4 #5 4 #5 4 #5 4 #5 4 #5 4 #5 4 #5 4 #5 4 #5 4 #5 4 #5 4 #5 4 #5 4 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 6 #5 3'-8" 3'-8" 3'-10" 3'-10" 3'-10" 3'-10" 3'-10" 3'-10" 3'-11" 3'-11" 4'-1" 4'-1" 4'-2" 4'-2" 4'-3" 4'-3" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 7'-11" 12 #4 12 #4 12 #4 12 #4 12 #4 12 #4 12 #4 12 #4 14 #4 14 #4 14 #4 14 #4 16 #4 16 #4 16 #4 16 #4 7'-3" 5'-11" 5'-7" 5'-7" 5'-3" 5'-3" 4'-10" 4'-10" 4'-6" 4'-6" 4'-2" 4'-2" 3'-10" 5'-11" 7'-3" 6'-4" 6'-7" 6'-10" 7'-1" 7'-4" 7'-7" 8'-3" 8'-9" 9'-5" 9'-11" 10'-7" 11'-1" 12'-3" 13'-5" 14'-7" 14'-7" 13'-5" 12'-3" 11'-1" 10'-7" 9'-11" 9'-5" 8'-9" 8'-3" 7'-7" 7'-4" 7'-1" 6'-10" 6'-7" 6'-4" 6'-1" 6'-4" 6'-7" 6'-10" 7'-1" 7'-4" 7'-7" 22 #5 20 #5 22 #5 20 #5 24 #5 22 #5 24 #5 22 #5 26 #5 24 #5 26 #5 24 #5 28 #5 8'-3" 30 #5 8'-9" 32 #5 9'-5" 26 #6 9'-11" 28 #6 10'-7" 32 #6 11'-1" 36 #6 12'-3" 42 #6 13'-5" 50 #6 14'-7" 40 #7 40 #714'-7" 50 #613'-5" 42 #612'-3" 36 #611'-1" 32 #610'-7" 28 #69'-11" 26 #69'-5" 32 #58'-9" 30 #58'-3" 7'-7" 7'-4" 7'-1" 6'-10" 6'-7" 6'-4" 6'-1" 18'-6" 19'-5" 20'-4" 21'-3" 22'-2" 23'-1" 24'-11" 26'-9" 28'-7" 30'-5" 32'-3" 34'-1" 37'-9" 41'-5" 45'-1" 45'-1" 41'-5" 37'-9" 34'-1" 32'-3" 30'-5" 28'-7" 26'-9" 24'-11" 23'-1" 22'-2" 21'-3" 20'-4" 19'-5" 18'-6" 17'-7"9 #6 8 #5 9 #6 9 #5 10 #6 9 #5 10 #6 10 #5 11 #6 10 #5 11 #6 10 #5 12 #6 10 #5 12 #6 10 #5 12 #6 10 #5 12 #6 11 #5 13 #6 11 #5 14 #6 12 #5 14 #6 13 #5 15 #6 16 #5 16 #6 15 #5 17 #6 3 #5 3 #5 3 #6 7'-2" 7'-2" 7'-5" 7'-5" 7'-8" 4 #5 4 #6 7'-8" 7'-11" 4 #5 4 #6 7'-11" 5 #5 8'-2" 5 #6 8'-2" 5 #5 8'-5" 5 #6 8'-5" 6 #5 8'-8" 6 #6 9'-2" 6 #5 9'-3" 6 #6 9'-8" 7 #5 9'-9" 7 #6 10'-4" 7 #5 10'-5" 7 #6 10'-10" 8 #5 10'-11" 7 #6 11'-5" 10 #4 11'-6" 8 #6 11'-11" 11 #4 12'-0" 9 #6 13'-1" 12 #4 13'-2" 11 #6 14'-3" 13 #4 14'-4" 12 #6 15'-5' 14 #4 13 #615'-6" DIMENSIONS AND REINFORCING STEEL FOR STANDARD TYPE-C MAINTENANCE HOLES 1 NO REVISION DESCRIPTION DESIGNED/DRAWN: CHECKED: DESIGN APPROVAL: DESIGN ENGINEER: DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SHT NO / TOTAL REV NO: 2 3 4 1 2 3 4 ABCDEFG ABCDEFG BY APVD DATE REFERENCE 1"0\\dnrpcifs\cad_design\KSC\standard details\div 33 utilities\3305-418.dwg | Layout: 3305-418 PLOTTED: Sep 02, 2021-03:53:03am By MARTINFR DIVISION 33 - UTILITIES 33 05 61 CONCRETE MAINTENANCE HOLES TYPE-C MAINTENANCE HOLE REINFORCING SCHEDULE 3305-418 MAY 2020N. KHAMPHOUKEO K. MARTINEZ J. PAULSON D. APGAR ##0 1 NO REVISION DESCRIPTION DESIGNED/DRAWN: CHECKED: DESIGN APPROVAL: DESIGN ENGINEER: DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SHT NO / TOTAL REV NO: 2 3 4 1 2 3 4 ABCDEFG ABCDEFG BY APVD DATE REFERENCE 1"0\\dnrpcifs\cad_design\KSC\standard details\div 33 utilities\3305-419.dwg | Layout: 3305-419 PLOTTED: Jan 12, 2023-11:53:24am By karfleming DIVISION 33 - UTILITIES 33 05 61 CONCRETE MAINTENANCE HOLES T-TOP MAINTENANCE HOLE - CONCRETE PIPE ONLY 3305-419 NOVEMBER 22N. KHAMPHOUKEO K. MARTINEZ J. PAULSON ##01 ADD LOCATE WIRE NOTE IP JP 08/22 SCALE: 54" THRU 144" DIA. PIPE T-TOP MAINTENANCE HOLE 3/4" = 1'-0" SECTION - A SCALE: REDUCING SLAB 3/4" = 1'-0" DETAIL - 1 SCALE: 48" DIA. T-TOP MAINTENANCE HOLE PLAN 3/4" = 1'-0" DETAIL - 2 - A 96 . 0 " M I N . 48 " Ø 24 . 0 " M I N . TY P . 12 " 6" 3" 24"Ø 48" V A R I E S 48 " I N V E R T TO S T E P 24 " 6" 24"Ø8" MIN. 16" MAX. NOTE: REFER TO SECTION A FOR ALL OTHER MAINTENANCE HOLE REQUIREMENTS. 3305-425 148" TO 24" REDUCING SLAB, SEE STANDARD 24" LOCKING FRAME AND COVER, SEE SMOOTH MORTAR LINING RISER SHALL BE STANDARD MAINTENANCE HOLE TYPE-A WITHOUT BASE, SEE OR REDUCING SLAB, SEE - 1 CONCRETE ADJUSTING RINGS NOTES: 1. BRING LOCATE WIRE INTO STRUCTURE 2 FEET BELOW GRADE ADJACENT TO MH STEP. HANG MIN. 4 FEET OF LOCATE WIRE ON NEAREST MH STEP. 4 #6 x 9'-6" @ 4" OC CIRCUMFERENTIAL BARS EACH SIDE OF RISER 3 #6 x 7'-0" @ 3" OC TYP. BOTH SIDES PROVIDE ADJUSTMENT RINGS AS REQUIRED WITH RUBBER GASKET @ JOINTS MAINTENANCE HOLE STEP, SEE CONCRETE GRAFT INTERFACE AREA SHALL BE CLEANED AND COATED WITH EPOXY BONDING COMPOUND, TYP. 8" MIN. 16" MAX. 3 #6 x 7'-0" @ 3" OC TYP. BOTH SIDES SMOOTH MORTAR LINING (TYP. FOR ALL JOINTS) 3 #6 x 7'-0" @ 3" OC TYP. BOTH SIDES 4 #6 x 9'-6" @ 4" OC CIRCUMFERENTIAL BARS EA SIDE OF RISER 12 " TY P . 3305-401 3305-426 3305-415 1 NO REVISION DESCRIPTION DESIGNED/DRAWN: CHECKED: DESIGN APPROVAL: DESIGN ENGINEER: DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SHT NO / TOTAL REV NO: 2 3 4 1 2 3 4 ABCDEFG ABCDEFG BY APVD DATE REFERENCE 1"0\\dnrpcifs\cad_design\KSC\standard details\div 33 utilities\3305-425.dwg | Layout: 3305-425 PLOTTED: Feb 23, 2023-12:04:24pm By karfleming DIVISION 33 - UTILITIES 33 061 CONCRETE MAINTENANCE HOLES MAINTENANCE HOLE - REDUCING SLAB REINFORCING 3305-425 FEBRUARY 23N. KHAMPHOUKEO K. MARTINEZ J. PAULSON D. APGAR ##0 SCALE: 48" TO 24" REDUCING SLAB NONE DETAIL 3305-415 1 SCALE: 72" TO 48" REDUCING SLAB NONE DETAIL 3305-416 3 SCALE: 72" TO 24" REDUCING SLAB NONE DETAIL 3305-416 2 24"2"2" #4 @ 6" OC, TYP., ALL REINFORCEMENT 8" THICK SLAB W/ REBAR PLACED 2" CLEAR OF BOTTOM FACE 2" 48 " 2" #5 BARS @ 6" OC, TYP. ALL BARS GROOVE FOR 48" MH SECTION 8" THICK SLAB W/ REINFORCED PLACED 2" CLEAR OF BOTTOM FACE 2 #5 @ 6" OC EACH SIDE 2 #5 @ 8" OC EACH SIDE 3 #5 @ 8" OC 3 #5 @ 6" OC #5 BARS 2 " 2 " 24" 8" THICK SLAB W/ REINFORCED PLACED 2" CLEAR OF BOTTOM FACE 1 NO REVISION DESIGNED/DRAWN: CHECKED: DESIGN APPROVAL: DESIGN ENGINEER: STANDARD DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SCALE:REV NO: ABCDE ABCDE BY APVD DATE RE F E R E N C E 1" 0 2 3 4 5 6 1 2 3 4 5 6 \\ d n r p c i f s \ c a d _ d e s i g n \ K S C \ s t a n d a r d d e t a i l s \ d i v 3 3 u t i l i t i e s \ 3 3 0 5 - 4 2 6 . d w g | L a y o u t : 3 3 0 5 - 4 2 6 PL O T T E D : S e p 0 2 , 2 0 2 1 - 0 3 : 5 3 : 4 8 a m B y M A R T I N F R DIVISION SUBSECTION MAINTENANCE HOLE STEPS AND HAND HOLDS 3305-426 MAY 2020N. KHAMPHOUKEO K. MARTINEZ J. PAULSON D. APGAR 1:2 0 13" 6" (SEE NOTE 2) 93 8" (SEE NOTE 2) 1514" 14" NOTES: 1. SPACE STEPS AND HAND HOLDS AT 12" O.C. UNLESS OTHERWISE NOTED. 2. HAND HOLDS LOCATED IN THE 24" DIAMETER RISER SHALL PROJECT 3" FROM THE WALL WITH AN OVERALL LENGTH OF APPROXIMATELY 7". #4 1/2" DEFORMED REINFORCEMENT BAR POLYPROPYLENE ENCAPSULATED BRIGHT RED REFLECTOR, EA SIDE - A SCALE:NTS SECTION - A TOP VIEW SIDE VIEW FRONT VIEW 1 NO REVISION DESCRIPTION DESIGNED/DRAWN: DESIGN ENGINEER:DETAIL NO: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DATE: SCALE:REV NO: 2 3 4 1 2 3 4 ABCDEFG ABCDEFG BY APVD DATE REFERENCE 1"0D:\KSC\Standard Details\Div 33 Utilities\3305-427.dwg | Layout: 3305-427 PLOTTED: Jan 03, 2024-12:32:17pm By nkham DIVISION 33 - UTILITIES 33 05 61 CONCRETE MAINTENANCE HOLES MAINTENANCE HOLE PAD AND REINFORCEMENT 3305-427 DECEMBER 2023 J. PAULSON AS NOTED 0 120.5 12" 72"Ø MH TYPE EXISTING GRADE SEE DETAIL 3 ON THIS SHEET SCALE: 1 - MAINTENANCE HOLE PAD NTS SCALE: 2 - GRAVEL TRAIL MAINTENANCE HOLE PAD NTS CONCRETE PAD WITH REINFORCING FILL, MATERIAL TYPE C OR PER LANDSCAPING PLANS PREPARED SUBGRADE 6" CSBC, MATERIAL TYPE Q FRAME AND COVER HEAVY BROOM FINISH PAD 9" PREPARED SUBGRADE 6" CSBC, MATERIAL TYPE Q 120.5 72"Ø FRAME AND COVER SEE DETAIL 3 ON THIS SHEET 3" TRAIL SURFACE COURSE CONCRETE PAD WITH REINFORCING FILL, MATERIAL TYPE C OR PER LANDSCAPING PLANS EXISTING GRADE MH TYPE SCALE: 3 - MAINTENANCE HOLE REINFORCEMENT NTS CONTRACTION JOINTS REINF (TYP.) NO. 4 REINF T&B WITH TIE REBAR @9" 2" MIN. COVER City of Renton Contract Provisions for SW 43rd Street, W C/L to SR 167 Ramps Project ______________________________________________________________________________ APPENDIX F – Geotechnical Report   PAVEMENT DESIGN REPORT City of Renton SW 43rd Street Preservation Project Renton, Washington For KPG, P.S. February 22, 2023 GeoDesign Project: KPG-127-01 19201 120th Avenue NE, Suite 201 l Bothell, WA 98011 l 206.838.9900 www.geodesigninc.com February 22, 2023 KPG, P.S. 3131 Elliot Avenue, Suite 400 Seattle, WA 98121 Attention: Karina Franada, P.E., LEED AP Olivia Paraschiv, P.E. Pavement Design Report City of Renton SW 43rd Street Preservation Project Renton, Washington GeoDesign Project: KPG-127-01 GeoDesign, Inc. is pleased to submit this pavement design report for the SW 43rd Street preservation project in Renton, Washington. We appreciate the opportunity to be of service to KPG, P.S. and the City of Renton. Please contact us if you have questions regarding this report. Sincerely, GeoDesign, Inc. Kevin J. Lamb, P.E. Principal Engineer TAP:KJL:kt Attachments One copy submitted Document ID: KPG-127-01-022223-geor.docx © 2023 GeoDesign, Inc. All rights reserved.   KPG-127-01:022223 TABLE OF CONTENTS PAGE NO. ACRONYMS AND ABBREVIATIONS 1.0 INTRODUCTION 1 2.0 PURPOSE AND SCOPE 1 3.0 SITE CONDITIONS 2 3.1 Existing Surface Conditions 2 3.2 Subsurface Conditions 3 3.3 DCP Testing 4 4.0 PAVEMENT DESIGN 5 4.1 ESAL Calculations 5 4.2 Subgrade Resilient Modulus 6 4.3 Structural Layer Coefficient for Existing Pavement 6 4.4 Other Design Parameters 6 5.0 CONSTRUCTION RECOMMENDATIONS 7 5.1 Project Overview 7 5.2 Pavement Rehabilitation 7 5.3 Pavement Reconstruction 9 5.4 Fiber Reinforcement 9 5.5 Pavement Materials 9 6.0 OBSERVATION OF CONSTRUCTION 10 7.0 LIMITATIONS 10 REFERENCES 12 FIGURES Vicinity Map Figure 1 Site Plan – Pavement Cores Figure 2 Site Plan – Pavement Distress Areas Figure 3 APPENDICES Appendix A Field Exploration Data A-1 Laboratory Testing A-1 Exploration Key Table A-1 Soil Classification System Table A-2 Boring Logs Figures A-1 – A-5 Core Location and Core Photographs Figures A-6 – A-15 Atterberg Limits Figure A-16 Summary of Laboratory Data Figure A-17 Appendix B DCP Test Results B-1 Test Results KPG-127-01:022223 TABLE OF CONTENTS PAGE NO. APPENDICES (continued) Appendix C ESAL Calculations C-1 ESAL Calculation: 43rd Street SW between Railroad Track and SR 167 Overpass Table C-1 KPG-127-01:022223 ACRONYMS AND ABBREVIATIONS AASHTO American Association of State Highway and Transportation Officials AC asphalt concrete ADT average daily traffic ASTM American Society for Testing and Materials BGS below ground surface DCP dynamic cone penetrometer ESAL equivalent single-axle load FHWA Federal Highway Administration FWD falling weight deflectometer HMA hot mix asphalt I.D. identification NA not applicable NP not present NR not reported PCC portland cement concrete PG performance grade psi pounds per square inch SPT standard penetration test WSDOT Washington Department of Transportation WSS Washington Standard Specifications for Road, Bridge, and Municipal Construction (2020) 1 KPG-127-01:022223 1.0 INTRODUCTION GeoDesign, Inc. is pleased to present this pavement design report for the SW 43rd Street preservation project in Renton, Washington. The project includes pavement rehabilitation on SW 43rd Street and extends from approximately 200 feet east of the Renton/Tukwila city boundary and BNSF crossing eastward across State Route (SR) 167 to the SR 167 on/off ramp intersection. Our pavement design is based on the results of field explorations, laboratory data, and traffic information provided by the design team. The approximate location of the site is shown on Figure 1. The approximate locations of pavement core borings are shown on Figure 2. Acronyms and abbreviations used herein are defined above, immediately following the Table of Contents. 2.0 PURPOSE AND SCOPE The purpose of our services was to conduct pavement testing and explorations and provide pavement rehabilitation and/or reconstruction recommendations. Our specific scope of services was as follows:  Conducted a pavement condition survey to identify areas requiring specific pavement repair.  Prepared traffic control plans and obtained right-of-way permits from the City of Renton (City).  Drilled nine pavement core borings to depths of up to 3.5 feet BGS in the pavement throughout the project limits.  Conducted DCP tests at five of the core locations.  Patched the core holes with a polymer-modified cold patch material.  Maintained a detailed log of each exploration, visually classified the soil encountered, collected soil samples as appropriate for the soil conditions encountered, and observed groundwater conditions in each exploration.  Reviewed photographic images of two pavement cores completed by the City.  Conducted the following laboratory tests on soil samples collected from the explorations:  Four moisture content determinations in general conformance with ASTM D2216  Three particle-size analyses in accordance with ASTM D1140  One Atterberg limits test in general conformance with ASTM D4318  Analyzed traffic count information provided by the City.  Analyzed subsurface and laboratory data to characterize the existing subgrade and develop rehabilitation recommendations.  Provided recommendations for rehabilitation and reconstruction.  Provided recommendations for materials and construction.  Will assist the project team with developing project specifications.  Provided this report summarizing our investigation, findings, conclusions, and recommendations. 2 KPG-127-01:022223 3.0 SITE CONDITIONS SW 43rd Street, within the project limits of our investigation, is an arterial road generally with two lanes in each direction and a center turn lane. The road is bordered on the north and south by concrete curbs, landscaped planters, and concrete walkways. The concrete curb reveal is approximately 6 inches in height. West of the intersection with East Valley Highway the pavement is surfaced with AC. Within the intersection and east of the intersection with East Valley Highway the pavement is surfaced with PCC, with exception of an approximately 180-foot section of the westbound lane on the eastern-most portion of the alignment that is surfaced with AC. Beyond the SR 167 overpass the street is surfaced with AC to the east end of the project alignment at the signalized intersection with the northbound SR 167 on and off ramps. 3.1 EXISTING SURFACE CONDITIONS GeoDesign performed a visual survey for pavement distress. The visual survey did not evaluate ride roughness or friction. In general, the pavement is in fair to good condition with some areas in poor condition, except for isolated areas of medium to severe fatigue. The AC between 88th Avenue South and East Valley Highway is in fair to poor condition. A summary of the moderate to severe fatigue and edge cracking is provided in Table 1. Approximate locations of pavement distress are provided in Table 1 and identified on Figure 3. These locations include an area of moderate fatigue cracking east of SR 167 within the westbound lanes over a distance of approximately 150 feet from the east end of the project. Pavement distress areas may increase and new distress locations may develop in the time between our field observations and construction. In addition, we understand that some areas have been repaired since our draft report was completed. Pavement distress locations should be field-verified during construction. Table 1. Summary of Moderate to Severe Fatigue and Edge Cracking I.D. Direction Lane Lane Location Length (feet) Width (feet) 1 Westbound Both Full lane 26 16 2 Westbound Right Outside wheel track 29 4 3 Westbound Right Outside wheel track 34 4 4 Westbound Right Outside wheel track 132 4 5 Westbound Right Outside wheel track 23 16 6 Westbound Left Outside wheel track 79 3 7 Westbound Right Outside wheel track 118 4 8 Westbound Left Outside wheel track 104 4 9 Westbound Right Both wheel tracks 104 4 10 Westbound Left Inside wheel track 61 3 11 Westbound Both Outside wheel track 177 5 12 Westbound Right Outside wheel track 6 6 13 Westbound Right Outside wheel track 129 4 14 Westbound Right Full lane 13 10 15 Westbound Both Lane line between lanes 4 4 3 KPG-127-01:022223 Table 1. Summary of Moderate to Severe Fatigue and Edge Cracking (continued) I.D. Direction Lane Lane Location Length (feet) Width (feet) 16 Eastbound Right Outside wheel track 8 3 17 Eastbound Right Outside wheel track 21 3 18 Eastbound Both Full lane 23 24 19 Westbound Both Both lanes 150 16 3.2 SUBSURFACE CONDITIONS Nine borings (C-1 through C-9) were completed by GeoDesign. Borings C-2, C-3, C-5, C-8, and C-9 extended through the pavement structure into the subgrade to depths up to 3.5 feet BGS. The remaining borings were terminated at the base of the pavement structure due to potential utility conflicts. The City completed two pavement cores (CR-1 and CR-2) near the SR 167 overpass. Core CR-1 was completed in the outside eastbound lane east of the overpass, and core CR-2 was completed in the outside westbound lane west of the overpass. The cores were limited in depth and were only completed to the base of the existing pavement to depths of 7 inches and 9 inches, respectively. The approximate locations of the explorations are shown on Figure 2 and the exploration logs are presented in Appendix A. Pavement core location and core photographs are also presented in Appendix A. The AC thickness varies between 6 and 9 inches with an average thickness of 6.8 inches. PCC was encountered in C-9 and extended 9 inches BGS. Where observed, the aggregate base was between 4 and 16.5 inches thick. Table 2 presents the specific layer thicknesses. Crack depth, stripping, and core location specific distress information is presented in Table 3. Table 2. Pavement Subsurface Summary – Thickness Core Number Direction Thickness of AC (inches) Thickness of PCC (inches) Thickness of Aggregate Base (inches) C-1 Westbound 6.0 NP NA1 C-2 Eastbound 6.5 NP 16.5 C-3 Eastbound 6.5 NP 10.5 C-4 Westbound 6.5 NP NA1 C-5 Eastbound 6.5 NP 11.5 C-6 Eastbound 7.5 NP NA1 C-7 Westbound 7.5 NP NA1 C-8 Eastbound 7.5 NP 7.5 C-9 Westbound NP 9.0 4.0 4 KPG-127-01:022223 Table 2. Pavement Subsurface Summary – Thickness (continued) Core Number Direction Thickness of AC (inches) Thickness of PCC (inches) Thickness of Aggregate Base (inches) CR-1 Eastbound 7.0 NR NR CR-2 Westbound 9.0 NR NR 1. Aggregate base thickness was not measured due to potential utility conflict. Table 3. Pavement Subsurface Summary – Distress Core Number Cracking Zone (inches) Stripping Zone (inches) Delamination Location (inches) Surface Distress C-1 None None None None C-2 0 to 1.0 and 2.3 to 6.5 2 to 3.3 None Moderate fatigue C-3 0 to 6.5 None 2.8 Low fatigue C-4 None None 3 Low fatigue C-5 0 to 2.0 None None Low fatigue C-6 None None None None C-7 0 to 7.5 None 3.8 Severe fatigue C-8 0 to 3.0 None 3 Severe fatigue C-9 None None None None CR-1 NR NR 4 NR CR-2 NR NR 6 NR Where the subgrade was encountered at the core locations, it varies from medium stiff to very stiff clay and silt to medium dense to very dense sand and gravel with varying amounts of silt. Specific consistencies and layer thicknesses are identified on the exploration logs presented in Appendix A. 3.3 DCP TESTING We conducted DCP testing in general accordance with ASTM D6951 to estimate the resilient modulus of the aggregate base and subgrade at pavement cores C-2, C-3, C-5, C-8, and C-9. We used least squares regression to determine the slopes of the DCP curves and determined appropriate correction factors using methods described in Use of Falling Weight Deflectometer and Dynamic Cone Penetrometer in Pavement Evaluation (Chen et al., 1999). The DCP data was then used to estimate the resilient moduli for the base rock and subgrade. Our estimates of base layer resilient modulus and subgrade resilient modulus at each test location are presented in Table 4. Details of our DCP test program and plots of the summarized data are presented in Appendix B. 5 KPG-127-01:022223 Table 4. DCP Test Results Boring Number Estimated Aggregate Base Resilient Modulus (psi) Estimated Subgrade Resilient Modulus (psi) C-2 21,400 5,800 C-3 22,200 NA1 C-5 22,500 NA1 C-8 25,700 8,600 C-9 19,600 7,700 1. DCP refusal in aggregate base. 4.0 PAVEMENT DESIGN The standards used for pavement design are listed below:  WSDOT Pavement Policy, WSDOT (September 2018), herein referred to as the WSDOT guide  Guide for Design of Pavement Structures, AASHTO (1993), herein referred to as the AASHTO guide Traffic loading is based on traffic information provided by the City and discussions with the project team. Descriptions of our input parameters and the recommended pavement designs are summarized below. 4.1 ESAL CALCULATIONS Pavement ESALs were calculated using turning movements and heavy vehicle percentages provided by the City. Traffic growth rate was assumed to be 1 percent based on discussions with the project team. Traffic ADT was estimated based on the peak hour turning movement counts provided for SW 43rd Street, which were multiplied by a factor of 10 to estimate the ADT. Based on our estimated ADT and discussions with the project team, we used 29,000 vehicles for our ESAL calculations. Heavy vehicle percentage of 5 percent is based on an average of values from the turning movement counts. Heavy vehicle distribution was broken down into single units (FHWA Class 4 through 7), single trailers (FHWA Class 8 through 10), and multi-trailer (FHWA Class 11 through 13). As the heavy vehicle distribution was not available, we assumed the values shown in Table 5 based on our experience with similar projects. 6 KPG-127-01:022223 Table 5. Assumed Heavy Vehicle Distribution FHWA Class Assumed Percentage of Total Heavy Vehicles 4, 5, 6, 7 70 8, 9, 10 20 11, 12, 13 5 Based on the variables above, we calculated a 20-year ESAL value of 3,527,000. A summary of the inputs and results for the ESAL calculations are presented in Appendix C. 4.2 SUBGRADE RESILIENT MODULUS We recommend a resilient modulus value of 7,400 psi for the subgrade beneath the existing pavement, which is based on the average of the DCP results. 4.3 STRUCTURAL LAYER COEFFICIENTS FOR EXISTING PAVEMENT As FWD testing was not performed as part of the field investigation, we used our observations during the site visits to estimate the layer coefficient for the existing AC in conjunction with Table 5.2 in Part III, Section 5.4.5 in the AASHTO guide. We used the base layer moduli listed in Table 4 to estimate the layer coefficients for the base layers using Figure 2.6 in Part II, Section 2.3.5 in the AASHTO guide compared to the DCP values. Table 6 lists the layer coefficients for existing AC and existing base. Note that the estimated structural number for the AC is based on a visual assessment and does not take material stiffening, aging, and structural integrity into account. Table 6. Existing Layer Coefficients Location Existing AC Layer Coefficient Existing Aggregate Base Layer Coefficient Between Railroad Tracks and 88th Avenue South 0.38 0.12 Between Railroad Tracks and 80th Avenue South 0.34 0.12 4.4 OTHER DESIGN PARAMETERS Other pavement design parameters used in our analysis are summarized below. These input parameters are recommended in the WSDOT guide.  Reliability: A reliability of 85 percent was selected based on the WSDOT guide and discussions with the design team.  Serviceability: We used initial and terminal serviceability values of 4.0 and 2.5, respectively.  Overall Standard Deviation: We used an overall standard deviation value of 0.5.  New Pavement Structural Layer Coefficients: We used structural layer coefficients of 0.50 and 0.13 for new AC and new aggregate base, respectively. 7 KPG-127-01:022223 5.0 CONSTRUCTION RECOMMENDATIONS 5.1 PROJECT OVERVIEW Based on the results of our explorations, testing, and analyses, our conclusions of the pavement condition within the project area are as follows:  The AC is in generally fair to good condition, except for isolated areas of moderate to severe fatigue cracking.  The pavement is below structural capacity to adequately support the design traffic.  Grind and inlay rehabilitation is possible, provided isolated areas where moderate to severe fatigue were observed are reconstructed. Our specific recommendations for pavement design and construction are presented in the following sections. These should be incorporated into the design and implemented during construction. The AC, aggregate base, stabilization aggregate, and subgrade geotextile recommended below should conform to the specifications presented in the “Pavement Materials” section. 5.2 PAVEMENT REHABILITATION As stated above, we recommend the alignment can be rehabilitated using a grind and inlay method. We recommend the following considerations:  Rehabilitation is not recommended in areas with moderate to severe fatigue distress identified on Figure 3, based on conditions observed in July 2018. Patching of some of these areas appears to have been completed since our draft report was prepared. The methods used to repair the area are unknown and it is unknown if a full-depth repair was completed.  Areas with moderate to severe distress should be repaired prior to rehabilitation with a pavement section equal to or greater than the reconstruction section recommended below.  Curb reveal is limited and grade increases should be minimized.  Our structural analysis is based on estimated values from visual observations (AC coefficients) and DCP testing (aggregate base). Actual pavement capacity may vary widely from the values calculated above, resulting in areas of pavement deterioration before the estimated design life. FWD testing can be completed to better establish the estimated structural coefficients in Table 6.  Traffic should not be allowed on milled pavement surfaces.  Adequate bonding of pavement layers is important for maximizing design pavement life. We recommend tack coats between all pavement layers at rates of 0.25 (milled pavement) and 0.13 (between new HMA layers) gallon per square yard when diluted 1 to 1 with water.  Pavement rehabilitation recommendations and grinding depths are based on crack depths, delamination locations, stripping, remaining structural capacity for existing pavement, and the required structural number for the anticipated traffic.  Rehabilitation recommendations may result in some areas of reflective cracking within five to ten years due to past utility cuts, patching, existing fatigue cracks, and variable pavement thickness. We recommend completing annual to bi-annual review of pavement conditions and performing maintenance as required. 8 KPG-127-01:022223 5.2.1 Rehabilitation Between Railroad Tracks and 88th Avenue South The majority of the pavement core distress is within the upper 3.5 inches (C-1 through C-6) and the pavement structure is below the 20-year design value. Accordingly, we recommend a grind depth of 3.5 inches to remove most of the cracking and increase the pavement structure. 20-Year Rehabilitation – Railroad Tracks to 88th Avenue South – No Grade Change  3.5-inch-deep cold plane pavement removal  3.5-inch-thick, ½-inch, PG 58-22H, dense HMA wearing course (one lift) 5.2.2 Rehabilitation Between 88th Avenue South and East Valley Highway The majority of the pavement core distress is within the upper 4.5 inches (C-7 through C-9) and the pavement structure is below the required 20-year design value. Accordingly, we recommend the grind depth of 4.5 inches and replacement of 5.0 inches of new AC for a grade increase of 0.5 inch to remove the majority of surface distress and improve the pavement structure. If project geometry constraints do not allow any grade increase, the section can be rehabilitated for a 15-year design life. 20-Year Rehabilitation – 88th Avenue South to East Valley Highway – 0.5-Inch Grade Increase  4.5-inch-deep cold plane pavement removal  5.0-inch-thick, ½-inch, PG 58-22H, dense HMA wearing course (two lifts) 15-Year Rehabilitation – 88th Avenue South to East Valley Highway – No Grade Change  4.5-inch-deep cold plane pavement removal  4.5-inch-thick, ½-inch, PG 58-22H, dense HMA wearing course (two lifts) 5.2.3 Rehabilitation East Valley Highway and SR 167 Overpass Westbound AC Lanes The pavement structure is currently 9 inches of AC as encountered in core CR-2 and is sufficient for the required 20-year design value. Accordingly, we recommend a grind depth of 3 inches and replacement of 3 inches for an approximate 20-year design life. 20-Year Rehabilitation – East Valley Highway and SR 167 Overpass Westbound AC Lanes  3-inch-deep cold plane pavement removal  3-inch thick, ½-inch, PG 58-22H, dense HMA wearing course (two lifts) 5.2.4 Rehabilitation East of SR 167 to On Ramps Intersection The core completed in this area was not completed over a distressed area. We anticipate that the majority of the fatigue cracking is similar to western portions of the project area and that cracking is confined to the upper 4.5 inches. Accordingly, we recommend the grind depth of 4.5 inches and replacement of 5.0 inches of new AC for a grade increase of 0.5 inch to remove the majority of surface distress, remove below the delamination, and improve the pavement structure. If project geometry constraints do not allow any grade increase, the section can be rehabilitated for a 15-year design life. During milling operations, the surface should be observed to confirm fatigue cracking and delamination have been addressed and are consistent with an assumed crack penetration depth limited to less than 4.5 inches. 9 KPG-127-01:022223 20-Year Rehabilitation – East of SR 167 to On Ramps Intersection – 0.5-Inch Grade Increase  4.5-inch-deep cold plane pavement removal  5.0-inch-thick, ½-inch, PG 58-22H, dense HMA wearing course (two lifts) 15-Year Rehabilitation – East of SR 167 to On Ramps Intersection – No Grade Change  4.5-inch-deep cold plane pavement removal  4.5-inch-thick, ½-inch, PG 58-22H, dense HMA wearing course (two lifts) 5.3 PAVEMENT RECONSTRUCTION Our recommendations for reconstruction apply to areas with severe fatigue cracking where grinding activities remove the entire pavement section. We recommend the following minimum pavement section using conventional pavement comprised of AC and aggregate base where reconstruction is required to repair areas with severe fatigue cracking:  2.5-inch, dense HMA Class ½-inch wearing course (one lift) with PG 70-22 binder  5.0-inch, dense HMA Class ½-inch base course (two lifts) with PG 70-22 binder  6.0-inch-thick aggregate base course  Subgrade geotextile (to cover silt or clay if exposed during excavation) 5.4 FIBER REINFORCEMENT The inclusion of Kevlar fibers in the asphalt mix has been shown to increase asphalt durability and decrease susceptibility to reflective crack propagation. Analysis methods to evaluate the impact of the fibers are not available, so the impact of the fibers cannot be quantitatively estimated. Typical fiber application rates vary from 0.3 to 1 percent of the mix design. The fibers should be added during mixing to achieve a uniform distribution within the asphalt. 5.5 PAVEMENT MATERIALS A submittal should be made for each pavement material prior to the start of paving operations. Each submittal should include the test information necessary to evaluate the degree to which the material’s properties comply with the properties that were recommended or specified. The geotechnical engineer and other appropriate members of the design team should review each submittal. 5.5.1 Aggregate Base Imported granular material used as aggregate base should be clean, crushed rock or crushed gravel and sand that are dense graded. The aggregate base should be crushed surfacing base course as defined in WSS 9-03.9(3) – Crushed Surfacing. The crushed surfacing base course should be compacted to not less than 95 percent of the maximum dry density, as determined by the appropriate method according to WSS 2-03.3(14)D – Compaction and Moisture Control Tests. 5.5.2 AC The AC pavement should conform to WSS 5-04 – Hot Mix Asphalt. AC should consist of ½-inch HMA and be designed for 3 to 10 million ESAL. The asphalt cement binder should be PG 58-22H Performance Grade Asphalt Cement conforming to WSS 9-02.1(4) – Performance Graded Asphalt Binder. The layer thickness should be 2.0 to 3.5 inches. The job mix formula should meet the requirements for non-statistical ½-inch HMA (WSS 5-04 – Hot Mix Asphalt and WSS 9-03.8 – 10 KPG-127-01:022223 Aggregates for Hot Mix Asphalt). We recommend compaction to 92 percent or higher of the maximum specific gravity or as required by the local jurisdiction in public right-of-way areas. 5.5.3 Stabilization Material Stabilization aggregate should consist of pit- or quarry-run rock, crushed rock, or crushed gravel and sand and should meet the specifications provided in WSS 9-03.9(1) – Ballast, WSS 9-03.14(1) – Gravel Borrow, or WSS 9-03.14(2) – Select Borrow. Stabilization aggregate should have a maximum particle size of 6 inches, should have less than 5 percent by dry weight passing the U.S. Standard No. 4 Sieve, and should have at least two mechanically fractured faces. The material should be free of organic material and other deleterious material. Stabilization aggregate should be placed over a geotextile fabric in one lift and compacted to a firm condition. 5.5.4 Subgrade Geotextile We recommend a geotextile be placed as a barrier between the native subgrade and imported crushed rock aggregate in areas where full-depth repair measures are necessary, such as failed asphalt areas where severe cracking is present. The geotextile should be a woven geotextile that meets the specifications provided in WSS 9-33.2(1) – Geotextile Properties (Table 3) for soil stabilization. The geotextile should be installed in conformance with the specifications provided in WSS 2-12 – Construction Geosynthetic. 6.0 OBSERVATION OF CONSTRUCTION Satisfactory earthwork and pavement performance depends to a large degree on the quality of construction. Sufficient observation of the contractor's activities is a key part of determining that the work is completed in accordance with the construction drawings and specifications. Subsurface conditions observed during construction should be compared with those encountered during the subsurface explorations. Recognition of changed conditions often requires experience; therefore, qualified personnel should visit the site with sufficient frequency to determine if subsurface conditions change significantly from those anticipated. 7.0 LIMITATIONS We have prepared this report for use by the City of Renton; KPG, P.S.; and the construction team for the proposed project. The report can be used for bidding or estimating purposes, but our report, conclusions, and interpretations should not be construed as warranty of the subsurface conditions and are not applicable to other sites. Exploration observations indicate soil conditions and pavement conditions only at specific locations and only to the depths penetrated. They do not necessarily reflect soil strata, pavement, or water level variations that may exist between exploration locations. If subsurface conditions differing from those described are noted during the course of excavation and construction, re-evaluation will be necessary. 11 KPG-127-01:022223 The scope of our services does not include services related to construction safety precautions, and our recommendations are not intended to direct the contractor's methods, techniques, sequences, or procedures, except as specifically described in this report for consideration in design. Within the limitations of scope, schedule, and budget, our services have been executed in accordance with generally accepted practices in this area at the time this report was prepared. No warranty, express or implied, should be understood.    We appreciate the opportunity to be of continued service to you. Please call if you have questions concerning this report or if we can provide additional services. Sincerely, GeoDesign, Inc. Tyler A. Pierce, P.E. Project Engineer Kevin J. Lamb, P.E. Principal Engineer Signed 02/22/2023 12 KPG-127-01:022223 REFERENCES AASHTO, 1993. Guide for Design of Pavement Structures. ASTM, 2016, American Society for Testing and Materials, 2016, Annual Book of ASTM Standards, Vol. 4.08, Soil and Rock (1): D420-D4914, Philadelphia: ASTM. Chen, Jianzhou Chen, Mustaque Hossain, and Todd M. LaTorella, 1999, Use of Falling Weight Deflectometer and Dynamic Cone Penetrometer in Pavement Evaluation, Paper No. 99-1007, Transportation Research Record 1655, pp 145-151, Transportation Research Board, Washington, D.C. WSDOT, 2015. WSDOT Pavement Policy, Washington Department of Transportation, June 2015 WSDOT, 2020 Washington State Department of Transportation, 2020, Standard Specifications for Road, Bridge and Municipal Construction, M 41-10. FIGURES VICINITY MAP BASED ON AERIAL PHOTOGRAPH OBTAINED FROM GOOGLE EARTH PRO® SITE Pr i n t e d B y : a d a y | P r i n t D a t e : 1 / 3 1 / 2 0 2 3 1 2 : 3 8 : 0 2 P M Fi l e N a m e : J : \ E - L \ K P G \ K P G - 1 2 7 \ K P G - 1 2 7 - 0 1 \ F i g u r e s \ C A D \ K P G - 1 2 7 - 0 1 - V M 0 1 . d w g | L a y o u t : F I G U R E 1 AN COMPANY GEODESIGNIN C VICINITY MAP SW 43RD STREET PRESERVATION PROJECT RENTON, WA KPG-127-01 FEBRUARY 2023 FIGURE 1 0 (SCALE IN APPROXIMATE FEET) N 2000 4000 C-6 C-9 C-8C-7SW 43RD STREET 88 T H A V E N U E S O U T H EA S T V A L L E Y H I G H W A Y HI G H W A Y 1 6 7 CR-2-9" CR-1-7" C-1 C-2 C-3 C-5 C-4SW 43RD STREET 80 T H A V E N U E S O U T H Pr i n t e d B y : a d a y | P r i n t D a t e : 1 / 3 1 / 2 0 2 3 1 2 : 3 8 : 1 0 P M Fi l e N a m e : J : \ E - L \ K P G \ K P G - 1 2 7 \ K P G - 1 2 7 - 0 1 \ F i g u r e s \ C A D \ K P G - 1 2 7 - 0 1 - S P 0 2 . d w g | L a y o u t : F I G U R E 2 AN CO M P A N Y SI T E P L A N - P A V E M E N T C O R E S SW 4 3 R D S T R E E T P R E S E R V A T I O N P R O J E C T RE N T O N , W A KP G - 1 2 7 - 0 1 FE B R U A R Y 2 0 2 3 FI G U R E 2 0 (SCALE IN FEET) N 250 500 AERIAL PHOTOGRAPH DATED AUGUST 14, 2020, OBTAINED FROM GOOGLE EARTH PRO. MA T C H L I N E - S E E B E L O W L E F T MA T C H L I N E - S E E A B O V E R I G H T LEGEND: PAVEMENT CORE BORING CITY OF RENTON COMPLETEDCORE LOCATION C-1 CR-1-7" SW 43RD STREET 88 T H A V E N U E S O U T H EA S T V A L L E Y H I G H W A Y HI G H W A Y 1 6 7 12 9 7 5 4 3 2 1 10 8 6 18 11 19 SW 43RD STREET 80 T H A V E N U E S O U T H 16 17 14 13 15 LEGEND: PAVEMENT DISTRESS AREA PAVEMENT DISTRESS AREA I.D. Pr i n t e d B y : a d a y | P r i n t D a t e : 1 / 3 1 / 2 0 2 3 1 2 : 3 8 : 1 2 P M Fi l e N a m e : J : \ E - L \ K P G \ K P G - 1 2 7 \ K P G - 1 2 7 - 0 1 \ F i g u r e s \ C A D \ K P G - 1 2 7 - 0 1 - S P 0 2 . d w g | L a y o u t : F I G U R E 3 AN CO M P A N Y SI T E P L A N - P A V E M E N T D I S T R E S S A R E A S SW 4 3 R D S T R E E T P R E S E R V A T I O N P R O J E C T RE N T O N , W A KP G - 1 2 7 - 0 1 FE B R U A R Y 2 0 2 3 FI G U R E 3 0 (SCALE IN FEET) N 250 500 MA T C H L I N E - S E E B E L O W L E F T MA T C H L I N E - S E E A B O V E R I G H T 1 AERIAL PHOTOGRAPH DATED AUGUST 14, 2020, OBTAINED FROM GOOGLE EARTH PRO. APPENDIX A A-1 KPG-127-01:022223 APPENDIX A FIELD EXPLORATION DATA GENERAL We explored the existing pavement conditions along the roadway alignment by drilling nine pavement borings (C-1 through C-9) on July 17, 2020. The approximate locations of the explorations are shown on Figure 2. The asphalt cores were recovered using a portable core drill with a 5-inch-diameter, diamond core barrel, and the borings were drilled with a 4-inch-diameter, solid-stem auger. The borings were filled with polymer-modified cold-patch asphalt. The exploration logs are presented in this appendix. SOIL SAMPLING A member of our geology staff observed the explorations. We collected representative samples of the various soils encountered in the borings for geotechnical laboratory testing. Samples were collected from the borings using 1½-inch-inside diameter, split-spoon sampler (SPT). The split- spoon sampling was conducted in general accordance with ASTM D1586. The split-spoon samplers were driven into the soil with a 140-pound hammer free-falling 30 inches. The samplers were driven a total distance of 18 inches. The number of blows required to drive the sampler the final 12 inches is recorded in the exploration logs, unless otherwise noted. Representative bulk samples of the soil were collected from the auger cuttings. Sampling methods and intervals are shown on the exploration logs. The SPTs completed by Dan J. Fischer Excavating, Inc. were conducted using two wraps around the cathead. SOIL CLASSIFICATION The soil samples were classified in accordance with the “Exploration Key” (Table A-1) and “Soil Classification System” (Table A-2), which are presented in this appendix. The exploration logs indicate the depths at which the soils or their characteristics change, although the change actually could be gradual. Classifications are shown on the exploration logs. LABORATORY TESTING MOISTURE CONTENT We tested the natural moisture content of select soil samples in general accordance with ASTM D2216. The natural moisture content is a ratio of the weight of the water to the weight of soil in a test sample and is expressed as a percentage. The test results are presented in this appendix. ATTERBERG LIMITS The plastic limit and liquid limit (Atterberg limits) of a select soil sample were determined in accordance with ASTM D4318. The Atterberg limits and the plasticity index were completed to aid in the classification of the soil. The plastic limit is defined as the moisture content (in A-2 KPG-127-01:022223 percent) where the soil becomes brittle. The liquid limit is defined as the moisture content where the soil begins to act similar to a liquid. The plasticity index is the difference between the liquid and plastic limits. The test results are presented in this appendix. PARTICLE-SIZE ANALYSIS Particle-size analysis was completed on select soil samples in general accordance with ASTM D1140. The test results are presented in this appendix. SYMBOL SAMPLING DESCRIPTION Location of sample collected in general accordance with ASTM D1586 using Standard Penetration Test with recovery Location of sample collected using thin-wall Shelby tube or Geoprobe® sampler in general accordance with ASTM D1587 with recovery Location of sample collected using Dames & Moore sampler and 300-pound hammer or pushed with recovery Location of sample collected using Dames & Moore sampler and 140-pound hammer or pushed with recovery Location of sample collected using 3-inch-O.D. California split-spoon sampler and 140-pound hammer with recovery Location of grab sample Rock coring interval Water level during drilling Water level taken on date shown GEOTECHNICAL TESTING EXPLANATIONS ATT CBR CON DD DS HYD MC MD NP OC Atterberg Limits California Bearing Ratio Consolidation Dry Density Direct Shear Hydrometer Gradation Moisture Content Moisture-Density Relationship Non-Plastic Organic Content P PP P200 RES SIEV TOR UC VS kPa Pushed Sample Pocket Penetrometer Percent Passing U.S. Standard No. 200 Sieve Resilient Modulus Sieve Gradation Torvane Unconfined Compressive Strength Vane Shear Kilopascal ENVIRONMENTAL TESTING EXPLANATIONS CA P PID ppm Sample Submitted for Chemical Analysis Pushed Sample Photoionization Detector Headspace Analysis Parts per Million ND NS SS MS HS Not Detected No Visible Sheen Slight Sheen Moderate Sheen Heavy Sheen EXPLORATION KEY TABLE A-1 Graphic Log of Soil and Rock Types Inferred contact between soil or rock units (at approximate depths indicated) Observed contact between soil or rock units (at depth indicated) RELATIVE DENSITY - COARSE-GRAINED SOIL Relative Density Standard Penetration Resistance Dames & Moore Sampler (140-pound hammer) Dames & Moore Sampler (300-pound hammer) Very Loose 0 – 4 0 – 11 0 – 4 Loose 4 – 10 11 – 26 4 – 10 Medium Dense 10 – 30 26 – 74 10 – 30 Dense 30 – 50 74 – 120 30 – 47 Very Dense More than 50 More than 120 More than 47 CONSISTENCY - FINE-GRAINED SOIL Consistency Standard Penetration Resistance Dames & Moore Sampler (140-pound hammer) Dames & Moore Sampler (300-pound hammer) Unconfined Compressive Strength (tsf) Very Soft Less than 2 Less than 3 Less than 2 Less than 0.25 Soft 2 – 4 3 – 6 2 – 5 0.25 – 0.50 Medium Stiff 4 – 8 6 – 12 5 – 9 0.50 – 1.0 Stiff 8 – 15 12 – 25 9 – 19 1.0 – 2.0 Very Stiff 15 – 30 25 – 65 19 – 31 2.0 – 4.0 Hard More than 30 More than 65 More than 31 More than 4.0 PRIMARY SOIL DIVISIONS GROUP SYMBOL GROUP NAME COARSE- GRAINED SOIL (more than 50% retained on No. 200 sieve) GRAVEL (more than 50% of coarse fraction retained on No. 4 sieve) CLEAN GRAVEL (< 5% fines) GW or GP GRAVEL GRAVEL WITH FINES (≥ 5% and ≤ 12% fines) GW-GM or GP-GM GRAVEL with silt GW-GC or GP-GC GRAVEL with clay GRAVEL WITH FINES (> 12% fines) GM silty GRAVEL GC clayey GRAVEL GC-GM silty, clayey GRAVEL SAND (50% or more of coarse fraction passing No. 4 sieve) CLEAN SAND (<5% fines) SW or SP SAND SAND WITH FINES (≥ 5% and ≤ 12% fines) SW-SM or SP-SM SAND with silt SW-SC or SP-SC SAND with clay SAND WITH FINES (> 12% fines) SM silty SAND SC clayey SAND SC-SM silty, clayey SAND FINE-GRAINED SOIL (50% or more passing No. 200 sieve) SILT AND CLAY Liquid limit less than 50 ML SILT CL CLAY CL-ML silty CLAY OL ORGANIC SILT or ORGANIC CLAY Liquid limit 50 or greater MH SILT CH CLAY OH ORGANIC SILT or ORGANIC CLAY HIGHLY ORGANIC SOIL PT PEAT MOISTURE CLASSIFICATION ADDITIONAL CONSTITUENTS Term Field Test Secondary granular components or other materials such as organics, man-made debris, etc. Percent Silt and Clay In: Percent Sand and Gravel In: dry very low moisture, dry to touch Fine-Grained Soil Coarse- Grained Soil Fine-Grained Soil Coarse- Grained Soil moist damp, without visible moisture < 5 trace trace < 5 trace trace 5 – 12 minor with 5 – 15 minor minor wet visible free water, usually saturated > 12 some silty/clayey 15 – 30 with with > 30 sandy/gravelly Indicate % SOIL CLASSIFICATION SYSTEM TABLE A-2 CORE DETAILS: No patch observed. No crack at core. CORE DETAILS: No patch observed. No crack at core. CORE DETAILS: No patch observed. No crack at core. CORE DETAILS: No patch observed. No crack at core. 0.5 ASPHALT CONCRETE (6.0 inches). Exploration terminated at a depth of 0.5 foot due to potential utility conflict. BORING COMMENTSCOMMENTSCOMMENTS MOISTURE CONTENT % MOISTURE CONTENT %COMMENTS BLOW COUNT BO R I N G L O G - G D I - N V 5 - 2 P E R P A G E K P G - 1 2 7 - 0 1 - C 1 _ 9 . G P J G D I _ N V 5 . G D T P R I N T D A T E : 1 / 3 1 / 2 3 : K T COMPLETED:07/17/20 FIGURE A-1 BORING BIT DIAMETER:5 inches/4 inches RENTON, WA KPG-127-01 SW 43RD STREET PRESERVATION PROJECT MATERIAL DESCRIPTION TE S T I N G DEPTH FEET LOGGED BY:J. Hook FEBRUARY 2023 BORING METHOD:core drill/solid-stem auger (see document text) DRILLED BY:Dan J. Fischer Excavating, Inc. GR A P H I C L O G SA M P L E EL E V A T I O N DE P T H LL = 48% PL = 29% CORE DETAILS: No patch observed. Cored on moderate fatigue crack. LL = 48% PL = 29% CORE DETAILS: No patch observed. Cored on moderate fatigue crack. LL = 48% PL = 29% CORE DETAILS: No patch observed. Cored on moderate fatigue crack. LL = 48% PL = 29% CORE DETAILS: No patch observed. Cored on moderate fatigue crack. 0.5 1.9 3.5 ATT ASPHALT CONCRETE (6.5 inches). AGGREGATE BASE (16.5 inches). Stiff, light brown with orange mottled SILT (ML), trace sand and clay; moist (alluvium). Exploration completed at a depth of 3.5 feet. SPT completed using two wraps with a cathead. C-1 0.0 2.5 5.0 7.5 0 50 100 0 50 100C-2 0.0 2.5 5.0 7.5 0 50 100 0 50 100 121212 CORE DETAILS: No patch observed. Cored on moderate fatigue crack. CORE DETAILS: No patch observed. Cored on moderate fatigue crack. CORE DETAILS: No patch observed. Cored on moderate fatigue crack. CORE DETAILS: No patch observed. Cored on moderate fatigue crack. 0.5 1.4 2.5 3.5 ASPHALT CONCRETE (6.5 inches). AGGREGATE BASE (10.5 inches). Medium dense to dense, gray-brown, silty GRAVEL with sand (GM); moist, gravel is rounded - FILL. Stiff to very stiff, light gray SILT with gravel (ML), minor sand, trace organics (rootlets); moist - FILL. Exploration completed at a depth of 3.5 feet. SPT completed using two wraps with a cathead. BORING COMMENTSCOMMENTSCOMMENTS MOISTURE CONTENT % MOISTURE CONTENT %COMMENTS BLOW COUNT BO R I N G L O G - G D I - N V 5 - 2 P E R P A G E K P G - 1 2 7 - 0 1 - C 1 _ 9 . G P J G D I _ N V 5 . G D T P R I N T D A T E : 1 / 3 1 / 2 3 : K T COMPLETED:07/17/20 FIGURE A-2 BORING BIT DIAMETER:5 inches/4 inches RENTON, WA KPG-127-01 SW 43RD STREET PRESERVATION PROJECT MATERIAL DESCRIPTION TE S T I N G (continued) DEPTH FEET LOGGED BY:J. Hook FEBRUARY 2023 BORING METHOD:core drill/solid-stem auger (see document text) DRILLED BY:Dan J. Fischer Excavating, Inc. GR A P H I C L O G SA M P L E EL E V A T I O N DE P T H CORE DETAILS: No patch observed. Cored on low fatigue crack. CORE DETAILS: No patch observed. Cored on low fatigue crack. CORE DETAILS: No patch observed. Cored on low fatigue crack. CORE DETAILS: No patch observed. Cored on low fatigue crack. 0.5 ASPHALT CONCRETE (6.5 inches). Exploration terminated at a depth of 0.5 foot due to potential utility conflict. C-3 0.0 2.5 5.0 7.5 0 50 100 0 50 100C-4 0.0 2.5 5.0 7.5 0 50 100 0 50 100 151515 P200 = 14% CORE DETAILS: No patch observed. Cored on moderate fatigue crack. P200 = 14% CORE DETAILS: No patch observed. Cored on moderate fatigue crack. P200 = 14% CORE DETAILS: No patch observed. Cored on moderate fatigue crack. P200 = 14% CORE DETAILS: No patch observed. Cored on moderate fatigue crack. 0.5 1.5 2.5 P200 ASPHALT CONCRETE (6.5 inches). AGGREGATE BASE (11.5 inches). Very dense, light yellow-brown SAND with silt and gravel (SP-SM); moist, sand is fine, gravel is fine (alluvium). Exploration completed at a depth of 2.5 feet. SPT completed using two wraps with a cathead. BORING COMMENTSCOMMENTSCOMMENTS MOISTURE CONTENT % MOISTURE CONTENT %COMMENTS BLOW COUNT BO R I N G L O G - G D I - N V 5 - 2 P E R P A G E K P G - 1 2 7 - 0 1 - C 1 _ 9 . G P J G D I _ N V 5 . G D T P R I N T D A T E : 1 / 3 1 / 2 3 : K T COMPLETED:07/17/20 FIGURE A-3 BORING BIT DIAMETER:5 inches/4 inches RENTON, WA KPG-127-01 SW 43RD STREET PRESERVATION PROJECT MATERIAL DESCRIPTION TE S T I N G (continued) DEPTH FEET LOGGED BY:J. Hook FEBRUARY 2023 BORING METHOD:core drill/solid-stem auger (see document text) DRILLED BY:Dan J. Fischer Excavating, Inc. GR A P H I C L O G SA M P L E EL E V A T I O N DE P T H CORE DETAILS: No patch observed. No crack at core. CORE DETAILS: No patch observed. No crack at core. CORE DETAILS: No patch observed. No crack at core. CORE DETAILS: No patch observed. No crack at core. 0.6 ASPHALT CONCRETE (7.5 inches). Exploration terminated at a depth of 0.6 foot due to potential utility conflict. 42-50/6" C-5 0.0 2.5 5.0 7.5 0 50 100 0 50 100C-6 0.0 2.5 5.0 7.5 0 50 100 0 50 100 CORE DETAILS: No patch observed. Cored on severe fatigue crack. CORE DETAILS: No patch observed. Cored on severe fatigue crack. CORE DETAILS: No patch observed. Cored on severe fatigue crack. CORE DETAILS: No patch observed. Cored on severe fatigue crack. 0.6 ASPHALT CONCRETE (7.5 inches). Exploration terminated at a depth of 0.6 foot due to potential utility conflict. BORING COMMENTSCOMMENTSCOMMENTS MOISTURE CONTENT % MOISTURE CONTENT %COMMENTS BLOW COUNT BO R I N G L O G - G D I - N V 5 - 2 P E R P A G E K P G - 1 2 7 - 0 1 - C 1 _ 9 . G P J G D I _ N V 5 . G D T P R I N T D A T E : 1 / 3 1 / 2 3 : K T COMPLETED:07/17/20 FIGURE A-4 BORING BIT DIAMETER:5 inches/4 inches RENTON, WA KPG-127-01 SW 43RD STREET PRESERVATION PROJECT MATERIAL DESCRIPTION TE S T I N G (continued) DEPTH FEET LOGGED BY:J. Hook FEBRUARY 2023 BORING METHOD:core drill/solid-stem auger (see document text) DRILLED BY:Dan J. Fischer Excavating, Inc. GR A P H I C L O G SA M P L E EL E V A T I O N DE P T H P200 = 22% CORE DETAILS: No patch observed. Cored on severe fatigue crack. P200 = 22% CORE DETAILS: No patch observed. Cored on severe fatigue crack. P200 = 22% CORE DETAILS: No patch observed. Cored on severe fatigue crack. P200 = 22% CORE DETAILS: No patch observed. Cored on severe fatigue crack. 0.6 1.3 3.0 P200 ASPHALT CONCRETE (7.5 inches). AGGREGATE BASE (7.5 inches). Medium dense, light yellow-brown, silty SAND (SM), trace gravel; moist, sand is fine (alluvium). Exploration completed at a depth of 3.0 feet. SPT completed using two wraps with a cathead. C-7 0.0 2.5 5.0 7.5 0 50 100 0 50 100C-8 0.0 2.5 5.0 7.5 0 50 100 0 50 100 252525 P200 = 29% CORE DETAILS: No patch observed. No crack at core. P200 = 29% CORE DETAILS: No patch observed. No crack at core. P200 = 29% CORE DETAILS: No patch observed. No crack at core. P200 = 29% CORE DETAILS: No patch observed. No crack at core. 0.8 1.1 2.0 3.0 P200 PORTLAND CEMENT CONCRETE (9.0 inches). AGGREGATE BASE (4.0 inches). Very stiff, gray CLAY with gravel (CH), minor sand; moist - FILL. Dense, light yellow-brown, silty SAND (SM); moist, sand is fine to medium - FILL. Exploration completed at a depth of 3.0 feet. SPT completed using two wraps with a cathead. BORING COMMENTSCOMMENTSCOMMENTS MOISTURE CONTENT % MOISTURE CONTENT %COMMENTS BLOW COUNT BO R I N G L O G - G D I - N V 5 - 2 P E R P A G E K P G - 1 2 7 - 0 1 - C 1 _ 9 . G P J G D I _ N V 5 . G D T P R I N T D A T E : 1 / 3 1 / 2 3 : K T COMPLETED:07/17/20 FIGURE A-5 BORING BIT DIAMETER:5 inches/4 inches RENTON, WA KPG-127-01 SW 43RD STREET PRESERVATION PROJECT MATERIAL DESCRIPTION TE S T I N G (continued) DEPTH FEET LOGGED BY:J. Hook FEBRUARY 2023 BORING METHOD:core drill/solid-stem auger (see document text) DRILLED BY:Dan J. Fischer Excavating, Inc. GR A P H I C L O G SA M P L E EL E V A T I O N DE P T H C-9 0.0 2.5 5.0 7.5 0 50 100 0 50 100 323232 KPG-127-01 CORE LOCATION AND CORE PHOTOGRAPHS FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-6 CORE LOCATION C-1. CORE C-1. KP G - 1 2 7 - 0 1 - F A 6 _ A 1 5 - C P H . d o c x P r i n t D a t e : 1 /31 /23 KPG-127-01 CORE LOCATION AND CORE PHOTOGRAPHS FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-7 CORE LOCATION C-2. CORE C-2. KP G - 1 2 7 - 0 1 - F A 6 _ A 1 5 - C P H . d o c x P r i n t D a t e : 1 /31 /23 KPG-127-01 CORE LOCATION AND CORE PHOTOGRAPHS FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-8 CORE LOCATION C-3. CORE C-3. KP G - 1 2 7 - 0 1 - F A 6 _ A 1 5 - C P H . d o c x P r i n t D a t e : 1 /31 /23 KPG-127-01 CORE LOCATION AND CORE PHOTOGRAPHS FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-9 CORE LOCATION C-4. CORE C-4. KP G - 1 2 7 - 0 1 - F A 6 _ A 1 5 - C P H . d o c x P r i n t D a t e : 1 /31 /23 KPG-127-01 CORE LOCATION AND CORE PHOTOGRAPHS FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-10 CORE LOCATION C-5. CORE C-5. KP G - 1 2 7 - 0 1 - F A 6 _ A 1 5 - C P H . d o c x P r i n t D a t e : 1 /31 /23 KPG-127-01 CORE LOCATION AND CORE PHOTOGRAPHS FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-11 CORE LOCATION C-6. CORE C-6. KP G - 1 2 7 - 0 1 - F A 6 _ A 1 5 - C P H . d o c x P r i n t D a t e : 1 /31 /23 KPG-127-01 CORE LOCATION AND CORE PHOTOGRAPHS FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-12 CORE LOCATION C-7. CORE C-7. KP G - 1 2 7 - 0 1 - F A 6 _ A 1 5 - C P H . d o c x P r i n t D a t e : 1 /31 /23 KPG-127-01 CORE LOCATION AND CORE PHOTOGRAPHS FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-13 CORE LOCATION C-8. CORE C-8. KP G - 1 2 7 - 0 1 - F A 6 _ A 1 5 - C P H . d o c x P r i n t D a t e : 1 /31 /23 KPG-127-01 CORE LOCATION AND CORE PHOTOGRAPHS FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-14 CORE LOCATION C-9. CORE C-9. KP G - 1 2 7 - 0 1 - F A 6 _ A 1 5 - C P H . d o c x P r i n t D a t e : 1 /31 /23 KPG-127-01 CORE LOCATION AND CORE PHOTOGRAPHS FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-15 KP G - 1 2 7 - 0 1 - F A 6 _ A 1 5 - C P H . d o c x P r i n t D a t e : 1 2 /23 /03 0 10 20 30 40 50 60 MH or OH ML or OL 0 10 20 30 40 50 60 70 80 90 100 110 CL-ML CL or OL ATTERBERG LIMITS TEST RESULTS CH or OH "A" LINE LIQUID LIMIT PL A S T I C I T Y I N D E X KPG-127-01 FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-16 MOISTURE CONTENT (PERCENT) 2.0 31 EXPLORATION NUMBER SAMPLE DEPTH (FEET) 194829C-2 KEY LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX AT T E R B E R G _ L I M I T S 7 K P G - 1 2 7 - 0 1 - C 1 _ 9 . G P J G E O D E S I G N . G D T P R I N T D A T E : 1 / 3 1 / 2 3 : K T C-2 2.0 31 48 29 19 C-5 1.5 5 14 C-8 1.5 12 22 C-9 1.5 14 29 GRAVEL (PERCENT) SAMPLE DEPTH (FEET) SUMMARY OF LABORATORY DATA ELEVATION (FEET) P200 (PERCENT) SIEVE PLASTIC LIMIT PLASTICITY INDEX ATTERBERG LIMITS MOISTURE CONTENT (PERCENT) SAMPLE INFORMATION EXPLORATION NUMBER SAND (PERCENT) DRY DENSITY (PCF)LIQUID LIMIT KPG-127-01 FEBRUARY 2023 SW 43RD STREET PRESERVATION PROJECT RENTON, WA FIGURE A-17 LA B S U M M A R Y - G D I - N V 5 K P G - 1 2 7 - 0 1 - C 1 _ 9 . G P J G D I _ N V 5 . G D T P R I N T D A T E : 1 / 3 1 / 2 3 : K T APPENDIX B B-1 KPG-127-01:022223 APPENDIX B DCP TEST RESULTS DCP DATA GeoDesign performed DCP testing of the base material and subgrade soil at pavement cores C-2, C-3, C-5, C-8, and C-9 on July 17, 2020. We conducted tests in general accordance with ASTM D6951. We recorded penetration depth of the cone for each blow of the hammer and terminated testing when at refusal of penetration or end of rod length. We summarized the data by plotting depth of penetration versus blow count. Plots of the summarized DCP test data are presented in this appendix. RESILIENT MODULUS ESTIMATION Using the summarized DCP test data, we visually assessed where slopes of the data are relatively constant and at which depths they change significantly. We used changes in slope with depth to identify transitions between soil strata with differing shear resistance characteristics. We used least squares regression to determine the slopes and the equation shown on the data sheets to estimate the resilient modulus of each stratum using a correction factor Cf = 0.62 for aggregate base and Cf = 0.35 for subgrade soil. Layer Layer Type and Location Slope (mm/blow)Cf MR (psi) 1 Aggregate base or subbase below AC 2.5 0.62 21,400 2 Subgrade below AC and aggregate base 16.1 0.35 5,810 3 --------- --- MR = Cf × 49023 × S-0.39 MR = resilient modulus (pounds per square inch) Cf = conversion coefficient S = slope (millimeters per blow) References: Jianzhou Chen, Mustaque Hossain, and Todd M. LaTorella, "Use of Falling Weight Deflectometer and Dynamic Cone Penetrometer in Pavement Evaluation," Paper No. 99-1007 , Transportation Research Record 1655, pp 145-151, Transporation Research Board, Washington, D.C., 1999. Per Ullidtz, Modelling Flexible Pavement Response and Performance , Tech Univ. of Denmark Polytekn, 1998. DYNAMIC CONE PENETROMETER RESULTS - BORING C-2 Equivalent subgrade modulus based on Odemark's Method of Equivalent Thickness 0 5 10 15 20 25 30 35 40 0 100 200 300 400 500 600 700 800 900 1,000 0 50 100 150 200 250 Cu m u l a t i v e P e n e t r a t i o n ( i n c h e s ) Cu m u l a t i v e P e n e t r a t i o n ( m i l l i m e t e r s ) Cumulative Blows KPG-127-01 Layer Layer Type and Location Slope (mm/blow)Cf MR (psi) 1 Aggregate base or subbase below AC 2.7 0.62 20,700 2 Aggregate base or subbase below AC 1.3 0.62 27,620 3 --------- 54,500 MR = Cf × 49023 × S-0.39 MR = resilient modulus (pounds per square inch) Cf = conversion coefficient S = slope (millimeters per blow) References: Jianzhou Chen, Mustaque Hossain, and Todd M. LaTorella, "Use of Falling Weight Deflectometer and Dynamic Cone Penetrometer in Pavement Evaluation," Paper No. 99-1007 , Transportation Research Record 1655, pp 145-151, Transporation Research Board, Washington, D.C., 1999. Per Ullidtz, Modelling Flexible Pavement Response and Performance , Tech Univ. of Denmark Polytekn, 1998. DYNAMIC CONE PENETROMETER RESULTS - BORING C-3 Equivalent subgrade modulus based on Odemark's Method of Equivalent Thickness 0 5 10 15 20 25 30 35 40 0 100 200 300 400 500 600 700 800 900 1,000 0 20 40 60 80 100 120 140 Cu m u l a t i v e P e n e t r a t i o n ( i n c h e s ) Cu m u l a t i v e P e n e t r a t i o n ( m i l l i m e t e r s ) Cumulative Blows KPG-127-01 Layer Layer Type and Location Slope (mm/blow)Cf MR (psi) 1 Aggregate base or subbase below AC 6.3 0.62 14,840 2 Aggregate base or subbase below AC 0.7 0.62 34,230 3 --------- 52,820 MR = Cf × 49023 × S-0.39 MR = resilient modulus (pounds per square inch) Cf = conversion coefficient S = slope (millimeters per blow) References: Jianzhou Chen, Mustaque Hossain, and Todd M. LaTorella, "Use of Falling Weight Deflectometer and Dynamic Cone Penetrometer in Pavement Evaluation," Paper No. 99-1007 , Transportation Research Record 1655, pp 145-151, Transporation Research Board, Washington, D.C., 1999. Per Ullidtz, Modelling Flexible Pavement Response and Performance , Tech Univ. of Denmark Polytekn, 1998. DYNAMIC CONE PENETROMETER RESULTS - BORING C-5 Equivalent subgrade modulus based on Odemark's Method of Equivalent Thickness 0 5 10 15 20 25 30 35 40 0 100 200 300 400 500 600 700 800 900 1,000 0 20 40 60 80 100 120 Cu m u l a t i v e P e n e t r a t i o n ( i n c h e s ) Cu m u l a t i v e P e n e t r a t i o n ( m i l l i m e t e r s ) Cumulative Blows KPG-127-01 Layer Layer Type and Location Slope (mm/blow)Cf MR (psi) 1 Aggregate base or subbase below AC 1.5 0.62 25,820 2 Aggregate base or subbase below AC 1.5 0.62 25,630 3 Subgrade below AC and aggregate base 6.0 0.35 8,550 25,740 MR = Cf × 49023 × S-0.39 MR = resilient modulus (pounds per square inch) Cf = conversion coefficient S = slope (millimeters per blow) References: Jianzhou Chen, Mustaque Hossain, and Todd M. LaTorella, "Use of Falling Weight Deflectometer and Dynamic Cone Penetrometer in Pavement Evaluation," Paper No. 99-1007 , Transportation Research Record 1655, pp 145-151, Transporation Research Board, Washington, D.C., 1999. Per Ullidtz, Modelling Flexible Pavement Response and Performance , Tech Univ. of Denmark Polytekn, 1998. DYNAMIC CONE PENETROMETER RESULTS - BORING C-8 Equivalent subgrade modulus based on Odemark's Method of Equivalent Thickness 0 5 10 15 20 25 30 35 40 0 100 200 300 400 500 600 700 800 900 1,000 0 50 100 150 200 250 300 Cu m u l a t i v e P e n e t r a t i o n ( i n c h e s ) Cu m u l a t i v e P e n e t r a t i o n ( m i l l i m e t e r s ) Cumulative Blows KPG-127-01 Layer Layer Type and Location Slope (mm/blow)Cf MR (psi) 1 Aggregate base or subbase below AC 3.1 0.62 19,610 2 Subgrade below AC and aggregate base 7.9 0.35 7,660 3 --------- --- MR = Cf × 49023 × S-0.39 MR = resilient modulus (pounds per square inch) Cf = conversion coefficient S = slope (millimeters per blow) References: Jianzhou Chen, Mustaque Hossain, and Todd M. LaTorella, "Use of Falling Weight Deflectometer and Dynamic Cone Penetrometer in Pavement Evaluation," Paper No. 99-1007 , Transportation Research Record 1655, pp 145-151, Transporation Research Board, Washington, D.C., 1999. Per Ullidtz, Modelling Flexible Pavement Response and Performance , Tech Univ. of Denmark Polytekn, 1998. DYNAMIC CONE PENETROMETER RESULTS - BORING C-9 Equivalent subgrade modulus based on Odemark's Method of Equivalent Thickness 0 5 10 15 20 25 30 35 40 0 100 200 300 400 500 600 700 800 900 1,000 0 20 40 60 80 100 120 Cu m u l a t i v e P e n e t r a t i o n ( i n c h e s ) Cu m u l a t i v e P e n e t r a t i o n ( m i l l i m e t e r s ) Cumulative Blows KPG-127-01 APPENDIX C C-1 KPG-127-01:022223 APPENDIX C ESAL CALCULATIONS 2018 Flexible 29,000 2021 Two-way 100 1.00 5.0 WSDOT Truck Classification FHWA Classification Conversion Factor*ESALs in 2018 Single 4, 5, 6, 7 0.20 79,388 Double 8, 9, 10 0.50 52,925 Train 11, 12, 13 0.88 23,155 *Directional Factor = 50 percent 155,467 Year ESALs Cumulative ESALs Year ESALs Cumulative ESALs 2021 (1) 160,178 160,178 2046 (26) 205,417 4,729,357 2022 (2) 161,780 321,958 2047 (27) 207,472 4,936,828 2023 (3) 163,398 485,355 2048 (28) 209,546 5,146,374 2024 (4) 165,032 650,387 2049 (29) 211,642 5,358,016 2025 (5) 166,682 817,069 2050 (30) 213,758 5,571,774 2026 (6) 168,349 985,417 2051 (31) 215,896 5,787,670 2027 (7) 170,032 1,155,450 2052 (32) 218,055 6,005,725 2028 (8) 171,732 1,327,182 2053 (33) 220,235 6,225,960 2029 (9) 173,450 1,500,632 2054 (34) 222,438 6,448,398 2030 (10) 175,184 1,675,816 2055 (35) 224,662 6,673,060 2031 (11) 176,936 1,852,752 2056 (36) 226,909 6,899,968 2032 (12) 178,706 2,031,458 2057 (37) 229,178 7,129,146 2033 (13) 180,493 2,211,951 2058 (38) 231,469 7,360,615 2034 (14) 182,298 2,394,248 2059 (39) 233,784 7,594,399 2035 (15) 184,120 2,578,369 2060 (40) 236,122 7,830,521 2036 (16) 185,962 2,764,330 2061 (41) 238,483 8,069,005 2037 (17) 187,821 2,952,151 2062 (42) 240,868 8,309,873 2038 (18) 189,700 3,141,851 2063 (43) 243,277 8,553,149 2039 (19) 191,597 3,333,448 2064 (44) 245,709 8,798,859 2040 (20) 193,512 3,526,960 2065 (45) 248,167 9,047,026 2041 (21) 195,448 3,722,408 2066 (46) 250,648 9,297,674 2042 (22) 197,402 3,919,810 2067 (47) 253,155 9,550,829 2043 (23) 199,376 4,119,186 2068 (48) 255,686 9,806,515 2044 (24) 201,370 4,320,556 2069 (49) 258,243 10,064,758 2045 (25) 203,384 4,523,939 2070 (50) 260,826 10,325,584 10-Year ESALs 15-Year ESALs 20-Year ESALs 30-Year ESALs 40-Year ESALs 50-Year ESALs 1,676,000 2,578,000 3,527,000 5,572,000 7,831,000 10,326,000 Total ESALs in 2018 One-way or Two-way Lane Distribution Factor Compound Growth Rate (%)Percent Heavy Trucks Average Daily Traffic by Classification in 2018 1087.5 290.0 72.5 TABLE C-1 ESAL Calculation: 43rd Street SW between Railroad Track and SR 167 Overpass Traffic volumes according to information provided by the City Year of Traffic Count Pavement Type Average Daily Traffic Year Pavement Put Into Service KPG-127-01:022223 www.geodesigninc.com