HomeMy WebLinkAboutP_SCT_SpecialProvisions_250114
SOOS CREEK TRAIL PHASE 5A EXTENSION
Project No. R150278.53
SPECIAL PROVISIONS
SPECIAL PROVISIONS
SOOS CREEK TRAIL PHASE 5A EXTENSION
Project No.
R150278.53
GENERAL REQUIREMENTS
INTRODUCTION
(September 7, 2021 KC GSP)
The following Special Provisions in conjunction with the 2025 Standard Specifications for Road,
Bridge and Municipal Construction (Standard Specifications) and the foregoing Amendments to the
Standard Specifications, issued by the Washington State Department of Transportation and the
American Public Works Association, Washington State Chapter, and the 2016 King County Road
Design and Construction Standards (KCRDCS), which were adopted by the King County Council,
govern this Contract. These Special Provisions supersede any conflicting provisions of the
Standard Specifications. Where any provision of Standard Specifications is modified or deleted by
these Special Provisions, the unaltered, remaining portions remain in full force and effect.
The Contractor shall obtain copies of this publication at the Contractor’s own expense.
Wherever reference is made in the Standard Specifications to the Secretary of Transportation or
Engineer, such reference shall be construed to mean the King County Engineer or the County
Engineer’s duly authorized assistants.
IMPORTANT NOTE:
THIS IS A CALENDAR DAY CONTRACT. As such, every day shall be counted as a calendar
day, including Saturday, Sunday, and Holidays. There is however, no requirement under this
contract to work on Saturdays, Sundays, and Holidays. See Section 1-08.5 of these Special
Provisions for specific requirements affecting this Contract.
DESCRIPTION OF WORK
(February 22, 2011 KC GSP)
This Contract provides for an approximate 2450 linear foot extension of the Soos Creek Trail
north from its existing terminus at SE 192nd Street to SE 186th Street. Work items under this
Contract are as described below:
1. Approximately 2370 feet of surface trail with various retaining walls;
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 2
2. Approximately 240 feet of sidewalk to connect trail to Meeker Middle School;
3. Trail crossing facility at SE 192nd Street just east of 124th Avenue SE;
4. Mitigation planting and restoration.
and other work, all in accordance with the attached Plans, these Special Provisions, the
Standard Specifications, the KCRDCS, and the APWA/WSDOT Standard Plans for Road,
Bridge, and Municipal Construction.
The Contract Plans consist of the Soos Creek Trail Phase 5A Extension Plans as permitted by
City of Renton, Permit No. XXXXXXXX.
CONSULTANTS OF RECORD
PRIME/CIVIL:
Huitt-Zollars, Inc.
1700 7th Avenue, Suite 2075
Seattle, WA 98101
STRUCTURAL:
MLA Engineering
1109 1st Avenue, Suite 300
Seattle, WA 98101
ENVIRONMENTAL:
Facet
750 6th Street South
Kirkland, WA 98033
GEOTECHNICAL:
Haley & Aldrich
3131 Elliot Avenue, Suite 600
Seattle, WA 98121
TRANSPORTATION:
PH Consulting
5510 15th Street E
Fife, WA 98424
SURVEY:
Informed Land Survey
3215 South 12th Street
Tacoma, WA 98405
1-09.7 MOBILIZATION
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 3
This section is deleted in its entirety and replaced with the following:
1-09.7 MOBILIZATION AND DEMOBILIZATION
The Work includes, but is not limited to, the following preconstruction, construction, and post
construction related activities:
• Obtaining temporary construction power, water, and sanitary facilities;
• Prepare and submit Traffic Control Plans for review and approval;
• Preconstruction conference and progress meetings;
• Material and shop drawings submittals;
• Provide temporary construction site access control;
• Mobilizing and demobilizing construction equipment, tools, vehicles,
materials to and from the project site;
• Provide construction staging areas for equipment, logistic, materials, etc. as
described on the Plans and in this section;
• Prepare and submit the Construction Stormwater Pollution Prevention
(CSWPP) plan for review and approval;
• Prepare and implement Spill Prevention, Control and Countermeasures
(SPCC) Plan per section 1-07.15(1);
• Prepare and update progress schedules;
• Coordination with utility agencies for locating, protecting, and repairing of
damaged utilities;
• Coordination for archaeological resources finding protocols per section 1-
07.16(4);
• All surveying work by the Contractor’s surveyor meeting requirements per
section 1-05.4.
• Punch list completion prior to final acceptance;
• All waste disposal during construction;
• All roadside cleanup during construction;
• All restoration of damaged facilities due to construction activities;
• Preparation of all as-builts documents following the completion of
construction
All work required by this section shall be performed in accordance with the material,
technical and construction requirements of the applicable Standard Specifications for the
type of work.
Construction Staging Area
A temporary construction easement located on Meeker Middle School property has been
acquired by the Owner (Appendix __). The contractor’s construction staging area shall be
limited to the paved parking area within the easement limits.
Payment
The lump sum bid price for the “Mobilization and Demobilization” Bid item shall be full
compensation for costs of all labor, tools, equipment, and materials necessary to provide the
following preconstruction, construction and post construction related activities:
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 4
• All costs related to project submittals and documentation required to fulfill
local, state, and federal legal obligations and/or otherwise required by this
contract.
• All demolition activities, removal, haul and disposal of any structures and
obstructions, removal, haul, and other site preparation or mobilization activities
not covered by other bid items identified in the Proposal.
• All construction surveying, layout and staking necessary to complete the
projects work in accordance with the Contract Documents.
• All items of the bulleted list following paragraph 1 of this section (1-09.7) of the
Special Provisions.
All the preconstruction, construction and post construction activities and
expenses, including the costs of all other work and operations performed by the
Contractor which are not paid for under the specific bid items identified in the
Proposal and which are required, reasonably inferred, or necessary in order to
deliver a completed, functional project. Items include but are not limited to:
• All costs associated with Section 1-07.15, including submittal of a Spill
Prevention, Control and Countermeasures Plan (SPCC) in accordance with
Section 1-07.15(1). The Contractor shall submit an electronic pdf copy
of its project specific SPCC Plan to the Engineer on or before the Pre-
Construction Conference.
• All costs necessary to plan, install, modify when necessary, and to maintain
erosion and sediment control measures and devices shall be included in this
bid item. No additional compensation will be made. The Contractor shall
submit an electronic pdf copy of your company’s TESC Plan to the
Engineer on or before the Pre-Construction Conference.
• All costs associated with sweeping of all impervious surfaces, and the
disposal of all project waste materials during construction activities. The
Contractor shall keep all waste materials in waste bins at the project site and
shall be keep the site free from all waste materials and the street free of all
dirt.
• All costs associated with preparing a Fugitive Dust Control Plan (FDCP) in
accordance with Section 1-07.5(4)A, and all costs necessary to implement
the FDCP in order to comply with all laws governing air quality standards.
The Contractor shall submit an electronic pdf copy of its project
specific FDCP to the Engineer on or before the Pre-Construction
Conference.
All permit fines and costs for restoration activities, mitigation or preventative
measures required by a failure to comply with BMP’s, maintain BMP’s or the
Contractor’s legal obligations, which are assessed against, or incurred by
King County, will be withheld from funds due the Contractor until such time
as the fines or issues arising out of the matter are resolved.
In the event of Archaeological Discovery and Salvage which results in work stop extended
more than 10 working days, the Contractor may request the Owner’s approval for
demobilization and re-mobilization of equipment and labor. The lump sum bid price for
‘Mobilization and Demobilization’ does not include the cost for temporary demobilization
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 5
and re-mobilization as this work shall be compensated by the force account “Archaeological
Discovery, Salvage, and Mitigation” bid item (Bid Item No. XX).
END OF DIVISION 1
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 6
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 DESCRIPTION
Supplement this section with the following:
The Contractor shall not disturb or damage existing plant material designated for preservation
and shall contact the Engineer if there is any conflict between the Plans and field conditions. All
costs of protecting from damage those plants designated to be saved shall be incidental to the
bid item “Clearing and Grubbing.”
The Contractor shall remove all plants within the area to be cleared that are not designated for
preservation. Prior to clearing operations, the Contractor shall flag all trees over 15 feet high, or
six-inch caliper or greater (measured six inches above ground line) that are to be removed. The
Contractor shall notify the Engineer after flagging is completed and arrange a meeting prior to
the removal of any existing trees on the project. At this meeting the Contractor and Engineer
shall review those trees designated for removal and make any necessary changes.
If the Contractor removes or damages any existing plant or plants not designated for removal
because of any act, omission, neglect, or misconduct in the execution of the Work, such plant(s)
shall be restored or replaced by the Contractor to a condition similar or equal to that existing
before such damage or removal.
All replacements shall be inspected and approved prior to planting. Planting procedures will be
subject to approval. All replacements shall be guaranteed to survive in a healthy condition.
The Contractor shall be responsible for the protection of tops, trunks, and roots of existing trees
that are to remain on the project site. Existing trees subject to construction damage shall be
boxed, fenced, or otherwise protected before any work is started. Heavy equipment or
stockpiles shall not be allowed within the branch canopy. The Contractor shall remove
interfering branches without injury to the tree trunks.
All costs of trees designated to be removed outside of the clearing and grubbing limits shown on
the Plans shall be incidental to the bid item “Clearing and Grubbing.”
Grading Around Trees: Where excavating, or filling within the branch spread of trees that are to
remain, the work shall be performed as follows:
1. Trenching: When trenching occurs around trees to remain, the tree roots shall not be
cut, but the trench shall be tunneled under or around the roots by careful hand-digging
and without injury to the roots.
2. Raising Grades: When the existing grade at tree is below the new finished grade, and
fill not exceeding 16 inches is required, clean washed gravel graded from one- to two-
inch size shall be placed directly around the tree trunk. The gravel shall extend out from
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 7
trunk on all sides a minimum of 18 inches and finish approximately two inches above the
finished grade at tree. Install gravel and cover with filter fabric before any earth fill is
placed. New earth fill shall not be left in contact with the trunks of any trees requiring fill.
Trees marked for preservation that are buried in fills over 16 inches deep shall have an
open dry well of durable masonry (without mortar) situated at least 12 inches from the
tree trunk. All wells are to be properly drained. Before fills of over 16 inches are made
upon the tree root areas, it is advisable to spread at least a six-inch minimum layer of
broken stone or coarse gravel covered by inverted sod shall be spread to facilitate
proper drainage and aeration.
3. Lowered Grades: Existing trees in areas where the new finished grade is to be lowered,
shall have regrading work done by hand to elevation as indicated. Roots as required
shall be cut cleanly three inches below finished grade. Trees marked for preservation
that are located more than six inches above proposed grades shall stand on broad
rounded mounds and be graded smoothly into the lower level. Exposed or broken roots
shall be cut clean and covered with topsoil.
2-01.2 DISPOSAL OF USABLE MATERIAL AND DEBRIS
2-01.2(1) DISPOSAL METHOD NO. 1 – OPEN BURNING
Replace this section with the following:
Open burning of any type will not be permitted.
2-01.2(3) DISPOSAL METHOD NO. 3 - CHIPPING
Supplement this section with the following:
Chips shall not contain any species listed on the 2025 King County Classified Noxious
Weed List or the King County list of weeds of concern. These lists can be found at the
following link:
http://www.kingcounty.gov/environment/animals-and-plants/noxious-weeds/laws/list.aspx
2-01.3(1) CLEARING
Supplement this section with the following:
8. Stake limits of clearing and grading according to the Erosion and Sediment Control series of
drawings prior to performing earthwork or clearing operations. Stakes or flags shall be
located at angle points, 50-foot intervals, or as approved by the Engineer and shall be
maintained throughout the duration of construction. At least 48 hours prior to clearing and
grading the Contractor shall notify the Engineer for inspection of staked / flagged limits.
9. Restore the disturbed area used for staging and stockpile to its original condition in
accordance with Section 8-02.3.
10. Save and protect all trees to remain not affected by trail surfacing or grading. Trees
designated for removal shall be tagged for approval. At least 24 hours prior to the removal of
trees, the Engineer shall be notified for review of removals.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 8
11. Remove stumps, roots and organic debris from the site. Fallen tree’s trunks and large limbs
may be left on site. Tree limbs, branches, and organic material of native species may be
chipped and disposed of by spreading evenly adjacent to the surface trial. Grub stumps to
minimum 12” depth except where slopes exceed 2H:1V or is unstable.
12. Remove and salvage or properly dispose of existing improvements as indicated in the
Plans.
13. Trees outside clearing limits with branches overhanging the trail shall be trimmed as
required by the details and notes on the Erosion and Sediment Control drawings.
14. A digital AutoCAD file containing clearing limits will be provided to the selected Contractor.
The Contractor shall be responsible for marking and maintaining horizontal and vertical controls.
2-01.3(2) GRUBBING
Supplement this section with the following:
3. Scrubby Areas: Remove scrubby shrubs, groundcover and organic material at areas of trail
and maintenance access construction. Grub shrubs to minimum 6” depth. Scrub material of
native species may be chipped and disposed of by spreading evenly adjacent to the trail.
4. Grassy Areas: Clear, grub and remove organic and surface material in areas indicated for
trail surfacing.
5. In additional to clearing and grubbing for trail construction per plans, the Contractor shall
clear and grub the Mitigation Planting Area as shown on the LE-series drawings of the
Contract Plans.
2-01.3(4) ROADSIDE CLEANUP
Replace this section with the following:
Roadside cleanup shall consist of the following:
1. General: After all work in this section is complete, clean up all resulting debris and remove
all excess material.
2. Street Cleaning: Immediately clean all spilled material from parking areas and off-site
streets and roadways using motorized equipment or hand labor; prevent waste from
entering street drainage system.
3. Dust control: Shall be continuous during the Work.
2-01.5 PAYMENT
Delete this section in its entirety and replace with the following:
“Clearing and Grubbing”, per acre (AC).
The per acre (AC) bid price for “Clearing and Grubbing” shall be full compensation for costs
of all labor, tools, equipment, and materials to clear and grub as indicated on the Plans.
High visibility fencing (tree protection fence) for marking clearing limits shall be
compensated for separately by the “High Visibility Fence” bid item.
Re-establishing of disturbed horizontal and vertical controls or establishing new horizontal and
vertical controls by a license surveyor to support the trail construction shall be incidental to the
“Mobilization” bid item.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 9
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, CURBS, AND GUTTERS
Supplement this section with the following:
(September 8, 1997)
The approximate thickness of the “Asphalt Concrete Pavement” is XXXX inches.
The approximate thickness of the “Cement Concrete Sidewalk” is XXXX inches.
2-02.4 MEASUREMENT
Supplement this section with the following:
(September 8, 1997)
“Removing Asphalt Concrete Pavement” will be measured by the square yard (SY).
(October 25, 1999)
“Removing Cement Concrete Sidewalk” will be measured by the square yard (SY).
(September 8, 1997)
“Removing Cement Concrete Curb” will be measured by the linear foot (LF).
“Removing Chain Link Fence” will be measured by the linear foot (LF).
2-02.5 PAYMENT
Supplement this section with the following:
“Removing Asphalt Concrete Pavement”, per square yard (SY).
“Removing Cement Concrete Sidewalk”, per square yard (SY).
“Removing Cement Concrete Curb”, per linear foot (LF).
“Removing Chain Link Fence”, per linear foot (LF).
Concrete removal work on the trail boardwalk south of SE 192nd Street is not included in the
“Removing Cement Concrete Sidewalk” bid item. All items associated with this Work are
included in the Bid item “Removing existing concrete overlay” under Special Provisions
Structural Section 6-02.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.1 DESCRIPTION
Supplement this section with the following:
The Work excludes excavation for the installation of various retaining walls as shown on the
Plans, and for preparation of mitigation planting over the onsite fill berm areas.
2-03.3 CONSTRUCTION REQUIREMENTS
Supplement this section with the following:
2-03.3(3)A EXCAVATION
(NEW SECTION)
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 10
1. Excavate to the lines and elevations as necessary for the proper construction of the
work.
2. Excavations shall be kept free from water while construction is in progress. Soil
disturbed or weakened by the Contractor’s operations shall be excavated, replaced with
suitable fill material and compacted thoroughly. All excavated material unsatisfactory for
fill and backfill shall be removed from site at the Contractor’s expense.
3. Excavations carried below the depths indicated, without specific directions by the
Engineer shall, except as otherwise specified, be refilled to the proper grade with
suitable material and compacted thoroughly at the Contractor’s expense.
4. Excavations for trail surfacing: If stripping operations have not entirely removed all
organic soils or other unsuitable materials, perform additional excavation as required to
provide firm bearing soil. On slopes, the area under the embankment shall be scarified
to allow the first layer of fill to key into existing soil.
5. Material Storage: Stockpile satisfactory excavated material, until required for backfill or
fill. Place, grade and shape stockpiles for proper drainage. Cover stockpiles with
appropriate secured material, such as plastic sheeting, to prevent erosion and
sedimentation.
a. Locate and retain soil materials away from edge of excavations, streams,
and wetlands.
b. Dispose of excess soil material and waste materials as specified herein.
2-03.3(3)B GRADING
(NEW SECTION)
1. General: Except as otherwise directed by the Engineer, perform all rough and finish
grading required to attain the elevations, lines and forms indicated in the drawing sets.
2. Fine Grading: Grade to uniform levels or slopes between points where grades are
given, with round surfaces at abrupt changes in levels.
3. Grading Tolerances:
a. Centerline profile elevations and spot elevations shown on the plans (unless
otherwise noted) are finished grade elevations. Proper subgrade elevations
should be arrived at by the Contractor.
b. All subgrades shall be established to within tolerances indicated below.
Where Drawings indicate positive drainage flow subgrades shall provide that
drainage free of ruts, hummocks, or other uneven surfaces that might hold or
impede the flow of water.
c. Tolerances:
i. General Construction: +0.1’ per 10’ maximum.
ii. Trail surfacing, and asphalt pavement: +/- 0.05’ per 10’ maximum
4. Grading Procedure:
a. Cut and Fill Quantities: The Contractor shall perform its own earthwork take-
offs to determine amount of earthwork required.
Erosion: Use all means necessary to prevent the erosion of freshly-graded areas during
construction.
2-03.3(9) ROADWAY DITCHES
Supplement this section with the following:
Construct open channel drainage swale/ditch along the trail as shown by details of the Plans.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 11
At the storm drain catch basin inlet, widen drainage swale/ditch bottom to accommodate the
catch basin grate. Install rock lining on both side slopes above the catch basin. Rocks or gravel
for side slopes and swale/ditch flow line upstream of catch basin shall be larger in size than the
grate opening.
2-03.3(14)C COMPACTING EARTH EMBANKMENTS
Supplement this section with the following:
Structural Fill: In paved and crushed rock surfaced areas, footings, or in areas to be
surfaced as driveway, compaction shall equal at least 95% of the maximum laboratory dry
density as described in ASTM D1557-70 (Modified Proctor) shall be achieved.
2-03.4 MEASUREMENT
Supplement this section with the following::
Earthwork quantities will be computed, either manually by use of the average end area method
or by means of surveyed digital terrain modeling.
Upon award of the contract, copies of the original ground cross sections will be furnished to the
successful Bidder on request of the Project Engineer.
“Gravel Borrow Incl. Haul”, per ton (TN); the thickness of gravel borrow varies depending on the
site conditions. Tonnage of material is measured by the “truck ticket” that is received when
material is obtained from the supplier. For the purpose of common proposal to the bidders, the
estimated tonnage for this material is provided in the Proposal.
2-03.5 PAYMENT
Supplement this section with the following:“Roadway Excavation Incl. Haul”, per cubic yard
(CY).
The per cubic yard (CY) bid price for “Roadway Excavation Incl. Haul” shall be full
compensation for costs of all labor, tools, equipment, and materials to provide excavation for
a suitable subgrade prior to placing imported materials. Cost associated with subgrade
preparation include but not limited to geotechnical coordination and field review,
overexcavation per Geotech direction, subgrade compaction test, proof roll, geofabric, etc.
shall be incidental to this bid item.
“Gravel Borrow Incl. Haul”, per ton (TN).
The per ton (TN) bid price for “Gravel Borrow Incl. Haul” shall be full compensation for costs of
all labor, tools, equipment, and materials necessary for furnishing, portioning, loading, hauling,
placing, and compacting the materials.
2-06 SUBGRADE PREPARATION
2-06.3(1) SUBGRADE FOR SURFACING
Item No. 1 of the first paragraph shall be replaced with the following:
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 12
1. Remove from the roadbed, immediately before placing surfacing materials, all brush, weeds,
vegetation, grass, organic soil, and other debris.
Item No. 6 of the first paragraph shall be replaced with the following:
6. Compact the Subgrade beneath on-grade trail and sidewalk sections to a depth of 6 inches.
Compaction shall achieve 95 percent of the maximum density determined under the
Modified Proctor, ASTM D1557. The subgrade shall then be proof rolled with a loaded
dump truck to verify a firm and unyielding subgrade. Any localized zones of yielding
subgrade disclosed during proof rolling should be over-excavated to a depth to be
determined in the field, and replaced with compacted structural fill (granular subbase course)
for pavement or suitable large-aggregate material such as quarry spalls, riprap, or ballast
rock for others. A suitable geofabric may be required to stabilize the soft subgrade below the
overexcavation and minimize silt migration into the structural fill and pavement section,
based on a field evaluation of subgrade conditions. Overexcavation below footing or
pavement subgrade areas should extend a distance outside the edge of the footing or
pavement equal to the depth of the overexcavation.
Supplement this section with the following:
9. The Contractor shall coordinate with the Engineer to verify the stripping depth during
construction. At a minimum, geotechnical field review shall be required, at no cost to the
Owner, to verify stripping depth from approximate trail station 16+00 northward.
Subgrade beneath retaining walls, and embankment areas shall be compacted to a firm and
unyielding surface and shall be observed by the Engineer.
Any identified soft areas shall be over excavated to a firm subgrade and backfilled with
properly compacted structural fill under the observation of the Engineer. Below structural
foundation elements (or landscape rockeries), such over excavation shall extend outside the
edge of the footing in all directions a distance equal to the depth of the over excavation.
10. Abandoned underground utilities when encountered shall be capped or plugged to keep soil
and water out. Coordination by the Contractor with utility owners is required when
encountering existing utilities.
2-06.5 MEASUREMENT AND PAYMENT
Delete this section in its entirety and replace with the following:
Subgrade preparation shall be compensated for by other applicable bid items included in the
Proposal. Applicable bid items include, but not be limited to, Roadway Excavation Including
Haul, Gravel Borrow Incl. Haul, Crushed Surfacing Base Course, and Crushed Surfacing Top
Course.
2-07 WATERING
2-07.2 SOURCE OF WATER SUPPLY
(NEW SECTION)
The Contractor shall obtain water for this project with an agreement with a local water purveyor. A
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 13
Washington State Department of Health approved backflow prevention device shall be used in
accordance with State Cross Connection Regulations if connection to a water system is feasible.
The Contractor shall use only those sources approved by the water purveyor, or hydrants
designated, in strict accordance with the requirements of the conditions of the agreement.
The Contractor shall provide all trucking, piping, fittings, and connections for the distribution and
measurement of the water used on this project. The Contractor shall assume sole responsibility
for maintaining the temporary piping for the water used on this project.
All works in association with provide construction water shall be included in the lump sum
“Mobilization” bid item.
2-08 SURFACE DRAINAGE
(NEW SECTION)
A. Definition: Sheet flow or channel flow in the directions as represented by flow arrows on
the Grading & Drainage sheets of the Plans.
B. Requirement: No variance to surface flow directions as proposed per Plans shall be
made. Desired grade shall be established as requirements stated in Section 2.03.3.
C. Measurement and Payment: No measurement and payment shall be made to achieve the
proposed surface drainage as indicated on the Contract Plans. This Work shall be
considered incidental to the applicable bid items in the Proposal.
2-09 STRUCTURE EXCAVATION
2-09.3(3)D SHORING AND COFFERDAMS
Supplement this section with the following:
All underground utility trenches and excavations exceeding four (4) feet in depth shall be
provided with adequate safety systems meeting the requirements of the RCW 49.17. The
Contractor alone shall be responsible for worker safety. King County and their agents assumes
no responsibility.
2-09.5 PAYMENT
Supplement this section with the following:
“Trench Safety System”, per lump sum (LS).
The lump sum (LS) bid price for “Trench Safety System” shall be full compensation for costs of
all labor, tools, equipment, and materials necessary to provide, maintain, and remove trench
safety systems meeting the requirements of Sections 2-09.3.(3)D and 7-08.3(1)B of the
specifications.
2-11 TRIMMING AND CLEANUP
2-11.3 CONSTRUCTION REQUIREMENTS
Supplement this section with the following:
7. The Contractor shall clean up the entire construction area on a daily or more frequent basis,
as required by the Engineer.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 14
8. Street Cleaning: Immediately clean all spilled material from parking areas and off-site
streets and roadways using motorized equipment or hand labor; prevent waste from
entering street drainage system.
2-11.5 PAYMENT
Delete this section and replace with the following:
This Work shall be considered incidental to the lump sum “Mobilization” bid item.
END OF DIVISION 2
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 15
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED SURFACING
4-04.1 DESCRIPTION
Supplement this section with the following:
This Work shall also consist of placing “Crushed Surfacing Top Course” for trail shoulders at
locations shown in the Plans.
4-04.4 MEASUREMENT
Supplement this section with the following:
“Crushed Surfacing Base Course”, per ton (TN).
“Crushed Surfacing Top Course”, per ton (TN).
The weight of crushed surfacing base course or top course shall be as indicated on the
Contractor’s submitted truck tickets.
4-04.5 PAYMENT
Supplement this section with the following:
“Crushed Surfacing Base Course”, per ton (TN).
The per ton (TN) bid price for “Crushed Surfacing Base Course” shall be full compensation for
costs of all labor, tools, equipment, and materials necessary for furnishing, portioning, loading,
hauling, placing, and compacting the materials.
“Crushed Surfacing Top Course”, per ton (TN).
The per ton (TN) bid price for “Crushed Surfacing Top Course” shall be full compensation for
costs of all labor, tools, equipment, and materials necessary for furnishing, portioning, loading,
hauling, placing, and compacting the materials.
END OF DIVISION 4
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 16
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT
5-04.2 MATERIALS
Supplement this section with the following:
In reference to this section, for trail improvements, the class of paving asphalt shall be 3/8 inch
and the grade of paving asphalt shall be PG 58H-22. For roadway restoration or improvements
in SE 192nd Street, the class of paving asphalt shall be 1/2 inch and the grade of paving asphalt
shall be PG 58H-22. The Contractor shall utilize recycled asphalt pavement (RAP) at 20% and
reclaimed asphalt shingles (RAS) at 3% in the production of HMA.
5-04.3(3)B HAULING EQUIPMENT
The second sentence of the first paragraph of this section is deleted and replaced with the following:
Haul trucks shall be tarped at all times no matter the weather or travel distance to the project,
the canvas cover shall be securely attached to protect the HMA. The trucks and trailers shall
remain covered until the HMA is transferred to the paving machine.
5-04.3(7) SPREADING AND FINISHING
Delete the third (last) row of Table 6 in this section and replace with the following:
3/8 inch 2 inches 2 inches
5-04.3(10)A HMA COMPACTION – GENERAL COMPACTION REQUIREMENTS
The following is added at the end of the second paragraph:
Any tears, cracks, segregated patches, or gaps in the new asphalt or next to valves or survey
monuments shall be repaired the same day of paving at no cost to the County.
5-04.3(13) SURFACE SMOOTHNESS
The second sentence in the first paragraph of this section is deleted and replaced with the following:
The completed surface of the wearing course shall not vary more than 1/4 inch from the lower
edge of a 10-foot straightedge placed on the surface parallel to centerline.
Supplement this section with the following:
When requested by the Owner, surface smoothness review shall be performed by the
Contractor in the presence of the Owner’s representative.
5-04.5 PAYMENT
Supplement this section with the following:
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 17
“HMA Class 3/8 Inch PG 58H-22”, per ton (TN).
The per ton (TN) bid price for “HMA Class 3/8 Inch PG 58H-22” shall be full compensation for
costs of all labor, tools, equipment, and materials necessary to furnish, spread, shape, and
compact HMA for the paved trail as shown on the Plans.
“HMA Class 1/2 Inch PG 58H-22”, per ton (TN).
The per ton (TN) bid price for “HMA Class 1/2 Inch PG 58H-22” shall be full compensation for
costs of all labor, tools, equipment, and materials necessary to furnish, spread, shape, and
compact HMA for roadway as shown on the Plans.
HMA collars around all sanitary sewer manhole lids and asphalt trail warning bands as shown in
the Plans shall be incidental to the applicable HMA bid items.
Compaction, saw cutting, tack coat, soil residual herbicide shall be incidental to the applicable
HMA bid items.
END OF DIVISION 5
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 18
DIVISION 6
STRUCTURES
6-01 GENERAL REQUIREMENTS FOR STRUCTURES
6-01.2 Foundation Data
Section 6-01.2 is supplemented with the following:
The Contractor shall review the geotechnical recommendations report prepared
for this project. Copies of the geotechnical recommendations report are available
for review by prospective bidders at the location specified in Section 1-02.4 as
supplemented in these Special Provisions.
6-01.5 Work Access and Temporary Structures
Section 6-01.5 is re-titled and revised to read:
(April 1, 2019)
Work Access
The Contractor shall construct work access to accommodate all work within the wetted
perimeter, or vertically above the sensitive area, of *** $$1$$ ***, as shown in the plans or
staked by the Engineer. The Contractor shall construct and remove the work access in
accordance with all environmental regulations and permits, including those specified in
Sections 1-07.5 and 1-07.6.
Submittals
The Contractor shall submit Type 2 Working Drawings of the work access, except that if
the Contractor chooses an access alternative using a work trestle structure, the Working
Drawings shall be Type 2E. The Contractor shall design the work access structure to
withstand all applicable loads in accordance with accepted design codes. The
Contractor shall specify the design code(s) in the design calculations and working
drawings.
The Contractor shall include information with the work access submittal on the
construction equipment that will use the work access. The Contractor shall specify the
type and model of construction equipment to be used and shall include equipment
catalogue cuts with capacities and geometry. The Contractor shall include anticipated
wheel or track loads, axle spacings, outrigger geometry and reactions, crane pick angles
and reach, and other equipment details.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 19
6-02 CONCRETE STRUCTURES
6-02.2 Materials
Section 6-02.2 is supplemented with the following:
(******)
Steel Pile 6-05
Bridge Railings 6-06
Metal Railings 6-06
(September 8, 2020)
Epoxy Bonding Agent For Surfaces And For Steel Reinforcing Bar Dowels
Epoxy bonding agent for surfaces shall be Type II, as specified in Section 9-26.1.
Epoxy bonding agent for steel reinforcing bar dowels shall be either Type I or Type
IV, as specified in Section 9-26.1. The grade and class of epoxy bonding agent
shall be as recommended by the resin manufacturer.
6-02.3 Construction Requirements
Section 6-02.3 is supplemented with the following:
(*****)
Retrofit Demolition Plan
The Contractor shall submit Type 2 Working Drawings showing the method of
removing the specified portions of the existing boardwalk required by the retrofit
work. The Working Drawings shall show the sequence of demolition and removal,
the type of equipment to be used in all demolition and removal operations, and
details of the methods and equipment used for containment, collection, and
disposal of all debris. The Working Drawings shall show all stages of demolition.
Removing Portions of Existing Concrete
The Contractor shall remove portions of existing concrete required by the retrofit
work in accordance with Section 2-02.3(2)A2 and as shown in the Plans.
The Contractor shall dispose of all materials removed by the demolition operations
in accordance with Section 2-02.3.
The Contractor shall roughen, clean, and saturate the existing concrete surfaces
bonding to the fresh concrete in accordance with Section 6-02.3(12).
6-02.3(4) Ready-Mix Concrete
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 20
6-02.3(4)D Temperature and Time for Placement
Section 6-02.3(4)D is revised to read:
(March 20, 2025)
The maximum allowed time to discharge for all concrete is the time from when the
cement is added to the concrete mixture until it is discharged from the transit vehicle
or placed in the forms at a precasting facility.
Concrete used in precast items, regardless of concrete class, shall remain between
50°F and 90°F and be discharged within 1.5 hours of mixing. All other concrete shall
be placed within the following temperature limits and the specified discharge times.
Concrete Class Concrete Temperature
(Fahrenheit)
Maximum Discharge Time
(Hours)
4000D 55° min. to 75° 1.75
76° to 80° max. 1.5
All Other Classes
of Structural Concrete and
Self-Consolidating
Concrete
55° min. to 75° 1.75
76° to 90° max. 1.5
Commercial Concrete,
Lean Concrete, and Class
EA
55° min. to 90° max. 1.75
When conditions are such that the concrete may experience an accelerated initial
set, the Engineer may require a shorter time to discharge. The time to discharge in
the above table may be extended 15 minutes upon request from the Contractor and
concurrence of the Engineer. Time extensions greater than 15 minutes require a
Type 3 Working Drawing submittal. The submittal shall include:
1. An explanation of why an extended placement time is necessary for the
Work.
2. The proposed concrete mix design, including the specified dosage of
chemical admixtures for the anticipated range of concrete temperatures
and details regarding when the admixtures are to be introduced into the
mix. Type B (retarding) or Type D (water-reducing and retarding) chemical
admixtures are required for structural or self-consolidating concrete.
3. Technical data sheets and supporting information from the admixture
supplier indicating the appropriate chemical admixture dosage for the
anticipated concrete temperatures, haul times, and working times.
4. The haul distance and estimated range of haul times.
5. The estimated number of drum rotations during haul. Rotations shall not
exceed 400.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 21
6. The proposed maximum time to discharge for the mix(es) not to exceed 3
hours.
6-02.3(10) Bridge Decks and Bridge Approach Slabs
6-02.3(10)D Concrete Placement, Finishing, and Texturing
Section 6-02.3(10)D is supplemented with the following:
(******)
Repairing Boardwalk Left Exposed After Removing Existing Chicanes
The concrete exposed by the removal of the existing chicanes shall be removed to
a depth of 1-inch below finished grade or to the top of the existing roadway deck
steel reinforcing bars, whichever is less. The Contractor shall not remove concrete
below the top of the existing steel reinforcing bars. The Contractor shall not damage
the bond between the existing steel reinforcing bars and the concrete.
After roughening, cleaning and wetting the surface in accordance with Section 6-
02.3(12), the Contractor shall place concrete over the surface to the finish grade of
the adjacent concrete roadway deck using a modified Class 4000 concrete mix.
The maximum aggregate size in the modified Class 4000 concrete mix shall be 3/8
inch. The finished portion of the deck shall have the same texture, slope and grade
as that of the existing deck.
6-02.3(17) Falsework and Formwork
6-02.3(17)C Falsework and Formwork at Special Locations
Section 6-02.3(17)C is supplemented with the following:
(*******)
Falsework opening over environmentally sensitive areas shall be submitted for
approval by the (?) in accordance with Section (?) and the Special Provisions. The
Contractor shall include the dimensions of the clearances and the duration of the
restricted clearance in the submittal.
6-02.3(24) Reinforcement
6-02.3(24)C Placing and Fastening
Section 6-02.3(24)C is supplemented with the following:
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 22
(September 8, 2020)
Drilling Holes for, and Setting, Steel Reinforcing Bar Dowels
Where called for in the Plans, holes shall be drilled into existing concrete to the size
and dimension shown in the Plans. The Contractor may use any method for drilling
the holes provided the method selected does not damage the concrete and the steel
reinforcing bar that is to remain. Core drilling will be required when specifically
noted in the Plans.
The Contractor shall exercise care in locating and drilling the holes to avoid damage
to existing steel reinforcing bars and concrete. Location of the holes may be shifted
slightly with the acceptance of the Engineer in order to avoid damaging the existing
steel reinforcing bars. All damage caused by the Contractor's operations shall be
repaired by the Contractor in accordance with Section 1-07.13.
Steel reinforcing bars shall be set into the holes noted in the Plans with epoxy resin.
The holes shall be cleaned before placing the resin.
The Contractor shall demonstrate, to the satisfaction of the Engineer, that the
method used for setting the steel reinforcing bars completely fills the void between
the steel reinforcing bar and the concrete with epoxy resin. Dams shall be placed
at the front of the holes to confine the epoxy and shall not be removed until the
epoxy has cured in the hole.
6-05 Piling
6-05.3(5) Manufacture of Steel Piles
Section 6-05.3(5) is supplemented with the following:
(September 8, 2020)
Furnishing St. Piling
Welding for steel pipe piling shall conform to AWS D1.1/D1.1M, latest edition, Structural
Welding Code, and Section 6-03.3(25), except that all weld filler metal shall be low
hydrogen material selected from Table 4.1 in AASHTO/AWS D1.5M/D1.5:2020 Bridge
Welding Code.
Welding and joint geometry for the seam, whether it be longitudinal or helical, shall be
qualified in accordance with Clause 4, Qualification, of the AWS D1.1/D1.1M, latest
edition, Structural Welding Code. In addition, charpy V-notch (CVN) testing in
accordance with Clause 4, Part D, of the AWS D1.1/D1.1M, latest edition, Structural
Welding Code, shall be performed. CVN testing shall include five tests at 0°F. The
acceptance threshold for the five samples shall meet an average value of 20-foot-
pounds CVN for the set of test coupons and a minimum value of 15-foot-pounds CVN
for any individual test coupon. The Contractor may submit documentation of prior
qualification to the Engineer to satisfy this requirement.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 23
Dimensional tolerances shall conform to the material specification that the steel pipe
piling is manufactured under, and, at a minimum, the following requirements:
1. Out-of-roundness shall be within 1-percent of the nominal outside diameter.
2. Deviation from a straight line, parallel to the centerline of the pile, shall not
exceed 0.001 times the length of the pile.
3. The maximum radial offset of the strip/plate edges shall be 1/8-inch. The offset
shall be transitioned with a taper weld and the slope shall not be less than a 1
in 2.5 taper.
4. The bead height of weld reinforcement shall not exceed 3/16-inch.
5. Misalignment of weld beads for double-sided welded pipe shall not exceed 1/8-
inch.
6. The wall thickness shall not be less than 95-percent or greater than 110-
percent of the specified nominal thickness.
All seams and skelp splices shall be complete penetration welds. Skelp splices in spiral
welded (helical seam) pipe shall not be located within 12 inches of a girth shop or field
weld.
All skelp splices shall be 100 percent radiographically or ultrasonically inspected in
accordance with either API 5L Annex E Section E.4 or E.5, or Table 6.2 and Clause 6
Part E, F or G in AWS D1.1/D1.1M, latest edition, Structural Welding Code. Additionally,
10-percent of the total length of seam welds for both longitudinal and helical welded
pipe, and one pipe diameter length of seam centered on any skelp splice intersection,
shall be randomly inspected as specified above. If repairs are required in more than 10-
percent of the welds examined, additional inspection shall be performed. The additional
inspection shall be made on both sides of the repair for a length equal to 10-percent of
the length of the pipe outside circumference. If repairs are required in more than 10-
percent of welds examined in the second sample, 100-percent of the entire seam on the
pile shall be inspected.
All seams and splices shall be 100 percent visually inspected in accordance with the
acceptance criteria for statically loaded non-tubular connections in Table 6.1 of the AWS
D1.1/D1.1M, latest edition, Structural Welding Code. Repairs shall conform to Section
5.26 of the AWS D1.1/D1.1M, latest edition, Structural Welding Code, using approved
repair and weld procedures.
Each length of steel pipe pile shall be marked with paint stencil, no closer than six inches
to the end of the pipe, with the name of the manufacturer, material specification and
grade of pipe, steel heat number, nominal pipe diameter, and wall thickness.
6-05.3(6) Splicing Steel Casings and Steel Piles
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 24
Section 6-05.3(6) is supplemented with the following:
(September 8, 2020)
Furnishing St. Piling
Welding for steel pipe piling shall conform to AWS D1.1/D1.1M, latest edition, Structural
Welding Code, and Section 6-03.3(25), except that all weld filler metal shall be low
hydrogen material selected from Table 4.1 in AASHTO/AWS D1.5M/D1.5:2020 Bridge
Welding Code.
Welding and joint geometry for splices shall be qualified in accordance with Clause 4,
Qualification, of the AWS D1.1/D1.1M, latest edition, Structural Welding Code. In
addition, charpy V-notch (CVN) testing in accordance with Clause 4, Part D, of the AWS
D1.1/D1.1M, latest edition, Structural Welding Code, shall be performed. CVN testing
shall include five tests at 0°F. The acceptance threshold for the five samples shall meet
an average value of 20-foot-pounds CVN for the set of test coupons and a minimum
value of 15-foot-pounds CVN for any individual test coupon. The Contractor may submit
documentation of prior qualification to the Engineer to satisfy this requirement.
Ends of steel pipe piling shall be prepared for splicing in accordance with AWS
D1.1/D1.1M, latest edition, Structural Welding Code.
All splices shall be complete penetration groove welds using continuous backing rings
of 1/4 inch minimum thickness. Tack welds shall be located in the root of the complete
penetration groove weld.
Shop splices shall be 100 percent visually and ultrasonically inspected in accordance
with the acceptance criteria for statically loaded non-tubular connections in Table 6.1
and the acceptance criteria in Table 6.2 in AWS D1.1/D1.1M, latest edition, Structural
Welding Code. Repairs for shop and field splices shall conform to Section 5.26 of AWS
D1.1/D1.1M, latest edition, Structural Welding Code, using approved repair and weld
procedures.
Field splice welds and welders shall be further qualified, tested and inspected as follows:
1. Welder qualification shall be performed on sample full girth sections of steel
pipe pile to be used, in the same position and using the same weld joint as for
production pile splicing. At the Contractor’s option, these tests may be
performed on the test piles during test pile installation.
2. Weld qualification tests shall be conducted in the presence of the Contractor’s
CWI and a representative of the Contracting Agency.
3. Field welded test joints for welder qualification shall be inspected as specified
above for shop splices.
4. Production pile field splices shall be inspected as specified above for shop
splices, within the limits designated for UT inspection as shown in the Plans.
All welds shall be 100 percent visually inspected. The Engineer and the
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 25
Contractor’s CWI reserve the right to request UT inspection of splices in any
pile location.
Quality control for field welding shall be conducted by an AWS Certified Welding
Inspector (CWI). The Contractor shall not begin pile splicing operations until receiving
the CWI’s approval of the joint fit-up. The CWI shall inspect 100 percent of all field welds
in accordance with the criteria and requirements specified above. All field splices shall
have received the CWI’s approval prior to Engineer acceptance.
The CWI shall prepare a Type 1 Working Drawing documenting the results of the
nondestructive quality control inspection of all field welds, and shall submit the report to
the Engineer within five working days of the completion of the final pile splice in the
project or as otherwise requested by the Engineer.
6-05.3(10) Test Piles
Section 6-05.3(10) is supplemented with the following:
(March 6, 2000)
The Contractor shall furnish and drive *** $$1$$ *** test piles at the following locations
or at locations designated by the Engineer:
*** $$2$$ ***
The *** $$3$$ *** test piles shall be driven in the location of permanent piles and the
number of permanent *** $$4$$ *** piles required for this project has been reduced by
the appropriate number.
6-05.3(11) Driving Piles
6-05.3(11)D Achieving Minimum Tip Elevation and Bearing
Section 6-05.3(11)D is supplemented with the following:
(August 3, 2015)
The areas where piles are to be driven are adjacent to highly developed areas. It
is essential that vibration and noise resulting from pile driving be held to a minimum.
Unless otherwise allowed by the Engineer, pile driving shall be done during regular
daytime working hours. The Contractor shall select pile driving equipment which
will minimize noise and vibration. When, in the opinion of the Engineer, noise or
vibration are excessive, the Contractor will be required to use a hammer that does
not exceed the minimum specifications by more than 10 percent for the type and
capacity of piling being driven. If pre-boring, jetting, or other special methods are
not specified elsewhere in the contract and are ordered by the Engineer to reduce
noise or vibration, such change in method shall be considered a change, subject to
the terms of Section 1-04.4.
April 6, 2015)
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 26
The Contractor is advised that overdriving is anticipated for piles driven at the
following location(s):
Approx. Magnitude
of Overdriving
Anticipated to Reach
Location(s) Minimum Tip Elev.
*** $$1$$ *** *** $$2$$ ***
The Contractor shall size the hammer and pile to accommodate overdriving of this
magnitude without premature refusal or pile damage.
6-06 Bridge Railings
6-06.2 Materials
Section 6-06.2 is supplemented with the following:
(November 20, 2023)
Chain link fence fabric shall conform to the Section 9-16.1(1)B requirements for Type 1
fence.
Fittings, fabric bands, stretcher bars, tie wire, and other fence hardware, shall conform to
Section 9-16.1.
Pipe for posts and longitudinal members shall conform to ASTM A 53, Grade B, Type E
or S, galvanized, and shall be Schedule 40 unless otherwise shown in the Plans.
Steel bars, plates, and shapes shall conform to ASTM A36, and shall be galvanized in
accordance with AASHTO M 111, except that structural shapes may conform to ASTM
A992.
Bolts, nuts, and washers shall conform to Section 9-06.5(3) and shall be galvanized after
fabrication in accordance with AASHTO M 232.
Resin bonded anchors shall conform to Section 6-02.3(18)A and Section 9-06.4.
(April 6, 2015)
Tamper Proof Nuts for steel Bridge Railing Type BP
Tamper proof nuts for steel Bridge Railing Type BP shall be one of the following products
from one of the following manufacturers:
Vandlgard-Nut VCN151-6 (zinc)
Manufactured by Local Supplier
Simi Fastening Systems Northwest Fasteners Inc.
4615 Industrial St. Bldg. No. 1-P 15127 Washington Avenue SW
Simi Valley, CA 93063 Lakewood, WA 98498
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 27
(800) 959-8256 (253) 582-1671
FAX (805) 581-9162 FAX (253) 581-3131
www.simifast.com
Trigroove Nut ZTRN37C (Zamak 5 zinc alloy AC41A)
Breakaway Nut ZNB37C (Zamak 5 zinc alloy AC41A)
Manufactured by Local Supplier
Screw & Supply Inc. Tacoma Screw Products Inc.
1712 Church Street 2001 Center Street
Holbrook, NY 11741 Tacoma, WA 98409
(800) 223-1316 (800) 562-8192
FAX (631) 567-3057 FAX (253) 272-2719
www.screwsupply.com
Spanner Nut 1N.386 (zinc alloy)
Manufactured by
TamperProof Screw Company Inc.
30 Laurel Street
Hicksville, NY 11801
(516) 931-1616
FAX (516) 931-1654
www.tamperproof.com
Trident Tamper Resistant Nut 37CNTNZ (Zamak 5 zinc alloy AC41A)
Breakaway Nut 37CNBAWZ (Zamak 5 zinc alloy AC41A)
Breakaway Nut 37CNBAWS (stainless steel alloy 304)
Manufactured by
Tanner Bolt & Nut Company
4302 Glenwood Road
Brooklyn, NY 11210
(800) 456-2658
FAX (888) 434-3215
www.tannerbolt.com
6-06.3 Construction Requirements
6-06.3(2) Metal Railings
Section 6-06.3(2) is supplemented with the following:
November 20, 2023)
Bridge Railing Type Chain Link Fence
The Contractor shall install anchor bolts for each post anchorage as shown in the Plans.
Alternatively, the Contractor may install resin bonded anchors at each post anchorage,
in accordance with Section 6-02.3(18)A and Section 9-06.4.
Longitudinal members shall be connected to the steel posts as shown in the Plans.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 28
The Contractor shall install the chain link fence fabric in accordance with Section 8-
12.3(1)D, except as otherwise noted. The chain link fence fabric shall be fastened to the
posts and longitudinal members at a maximum spacing of 14 inches.
6-13 Structural Earth Walls
6-13.2 Materials
Section 6-13.2 is supplemented with the following:
(January 2, 2018)
Concrete Block Faced Structural Earth Wall Materials
General Materials
Concrete Block
Acceptability of the blocks will be determined based on the following:
1. Visual inspection.
2. Compressive strength tests, conforming to Section 6-13.3(4).
3. Water absorption tests, conforming to Section 6-13.3(4).
4. Manufacturer’s Certificate of Compliance in accordance with Section 1-
06.3.
5. Freeze-thaw tests conducted on the lot of blocks produced for use in this
project, as specified in Section 6-13.3(4).
6. Copies of results from tests conducted on the lot of blocks produced for
this project by the concrete block fabricator in accordance with the quality
control program required by the structural earth wall manufacturer.
The blocks shall be considered acceptable regardless of curing age when
compressive test results indicate that the compressive strength conforms to the 28-
day requirements, and when all other acceptability requirements specified above
are met.
Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140,
and shall include block fabrication plant approval by WSDOT prior to the start of
block production for this project.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 29
Mortar
Mortar shall conform to ASTM C 270, Type S, with an integral water repellent
admixture as accepted by the Engineer. The amount of admixture shall be as
recommended by the admixture manufacturer. To ensure uniform color, texture,
and quality, all mortar mix components shall be obtained from one manufacturer for
each component, and from one source and producer for each aggregate.
Geosynthetic Soil Reinforcement
Geogrid reinforcement shall conform to Section 9-33.1, and shall be a product listed
in Appendix D of the current WSDOT Qualified Products List (QPL). The values of
Tal and Tult as listed in the QPL for the products used shall meet or exceed the values
required for the wall manufacturer’s reinforcement design as specified in the
structural earth wall design calculation and working drawing submittal.
The minimum ultimate tensile strength of the geogrid shall be a minimum average
roll value (the average test results for any sampled roll in a lot shall meet or exceed
the values shown in Appendix D of the current WSDOT QPL). The strength shall
be determined in accordance with ASTM D 6637, for multi-rib specimens.
The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a
minimum of 70 percent strength retained after 500 hours in the weatherometer.
The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the
wall or slope face) ribs that make up the geogrid shall be perpendicular to one
another. The maximum deviation of the cross-rib from being perpendicular to the
longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid width. The
maximum deviation of the cross-rib at any point from a line perpendicular to the
longitudinal ribs located at the cross-rib (bow) shall be 0.5 inches.
The gap between the connector and the bearing surface of the connector tab cross-
rib shall not exceed 0.5 inches. A maximum of 10 percent of connector tabs may
have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining connector
tabs shall not exceed 0.3 inches.
The Engineer will take random samples of the geogrid materials at the job site.
Acceptance of the geogrid materials will be based on testing of samples from each
lot. A “lot” shall be defined as all geogrid rolls sent to the project site produced by
the same manufacturer during a continuous period of production at the same
manufacturing plant having the same product name. The Contracting Agency will
require 14 calendar days maximum for testing the samples after their arrival at the
WSDOT Materials Laboratory in Tumwater, WA.
The geogrid samples will be tested for conformance to the specified material
properties. If the test results indicate that the geogrid lot does not meet the specified
properties, the roll or rolls which were sampled will be rejected. Two additional rolls
for each roll tested which failed from the lot previously tested will then be selected
at random by the Engineer for sampling and retesting. If the retesting shows that
any of the additional rolls tested do not meet the specified properties, the entire lot
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 30
will be rejected. If the test results from all the rolls retested meet the specified
properties, the entire lot minus the roll(s) which failed will be accepted.
All geogrid materials which have defects, deterioration, or damage, as determined
by the Engineer, will be rejected. All rejected geogrid materials shall be replaced at
no expense to the Contracting Agency.
Except as otherwise noted, geogrid identification, storage and handling shall
conform to the requirements specified in Section 2-12.2. The geogrid materials
shall not be exposed to temperatures less than –20F and greater than 122F.
Drainage Geosynthetic Fabric
Drainage geosynthetic fabric shall be a non-woven geosynthetic conforming to the
requirements in Section 9-33.1, for Construction Geotextile for Underground
Drainage, Moderate Survivability, Class B.
Proprietary Materials
Allan Block Wall
Wall backfill material placed in the open cells of the precast concrete blocks and
placed in the one to three foot zone immediately behind the precast concrete blocks
shall be crushed granular material conforming to Section 9-03.9(3).
GEOWALL Structural Earth Retaining Wall System
Connection pins shall be fiberglass conforming to the requirements of Basalite
Concrete Products, LLC.
KeyGrid Wall
KeyStone connection pins shall be fiberglass conforming to the requirements of
Keystone Retaining Wall Systems, Inc.
Landmark Retaining Wall
Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to the
following requirements:
Property Value Specification
Specific Gravity 1.4 minimum ASTM D 792
Tensile Strength at yield 2,700 psi minimum ASTM D 638
Lock bars shall remain sealed in their shipping containers until placement into the
wall. Lock bars exposed to direct sunlight for a period exceeding two months shall
not be used for construction of the wall.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 31
Mesa Wall
Block connectors for block courses with geogrid reinforcement shall be glass fiber
reinforced high-density polypropylene conforming to the following minimum material
specifications:
Property Specification Value
Polypropylene ASTM D 4101
Group 1 Class 1 Grade 2 73 ± 2 percent
Fiberglass Content ASTM D 2584 25 ± 3 percent
Carbon Black ASTM D 4218 2 percent minimum
Specific Gravity ASTM D 792 1.08 ± 0.04
Tensile Strength ASTM D 638
at yield 8,700 ± 1,450 psi
Melt Flow Rate ASTM D 1238 0.37 ± 0.16 ounces/10 min.
Block connectors for block courses without geogrid reinforcement shall be glass
fiber reinforced high-density polyethylene (HDPE) conforming to the following
minimum material specifications:
Property Specification Value
HDPE ASTM D 1248
Type III Class A Grade 5 68 ± 3 percent
Fiberglass Content ASTM D 2584 30 ± 3 percent
Carbon Black ASTM D 4218 2 percent minimum
Specific Gravity ASTM D 792 1.16 ± 0.06
Tensile Strength ASTM D 638
at yield 8,700 ± 725 psi
Melt Flow Rate ASTM D 1238 0.11 ± 0.07 ounces/10 min.
6-13.3 Construction Requirements
Section 6-13.3 is supplemented with the following:
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 32
(January 2, 2018)
Concrete Block Faced Structural Earth Wall
Concrete block faced structural earth walls shall be constructed of only one of the following
wall systems. The Contractor shall make arrangements to purchase the concrete blocks,
soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the
source identified with each wall system:
Allan Block Wall
Allan Block Wall is a registered trademark of the Allan Block Corporation
Allan Block Corporation
7424 W 78th Street
Bloomington, MN 55439
(800) 899-5309
FAX (952) 835-0013
www.allanblock.com
GEOWALL Structural Earth Retaining Wall System
GEOWALL is a registered trademark of Basalite Concrete Products, LLC
Basalite Concrete Products LLC
3299 International Place
Du Pont, WA 98327-7707
(800) 964-9424
FAX: (253) 964-5005
www.basalite.com
Redi-Rock Positive Connection System
Redi-Rock Positive Connection System is a registered trademark of Redi-Rock
International, LLC
Redi-Rock International, LLC
05481 US 31 South
Charlevoix, MI 49720
(866) 222-8400
FAX (231) 237-9521
www.redi-rock.com
Mesa Wall
Mesa Wall is a registered trademark of Tensar Corporation
Tensar Corporation
2500 Northwinds Parkway Suite 500
Atlanta, GA 30009
(770) 334-2090
FAX (678) 281-8546
www.tensarcorp.com
Landmark Retaining Wall System
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 33
Landmark Retaining Wall System is a registered trademark of Anchor Wall Systems,
Inc.
Anchor Wall Systems, Inc.
5959 Baker Road, Suite 390
Minnetonka, MN 55345-5996
(877) 295-5415
FAX (952) 979-8454
www.anchorwall.com
KeyGrid Wall
KeyGrid is a registered trademark of Keystone Retaining Wall Systems, Inc.
Keystone Retaining Wall Systems, Inc.
4444 West 78th Street
Minneapolis, MN 55435
(800) 747-8971
FAX (952) 897-3858
www.keystonewalls.com
6-13.3(2) Submittals for Block Wall
Section 6-13.3(2) is supplemented with the following:
The submittals required shall include Type 2 working drawings, construction
procedures, supporting design calculations, verification of experience, and a
transmittal letter. The transmittal letter shall only list the documents included in the
submittal. No technical information shall be included in the transmittal letter.
Working drawings and calculations shall be sealed by an engineer, who is
registered as a Professional Engineer in the State of Washington. The Block Wall
designer/supplier shall document on the working drawings all assumptions made in
the design. The following statement shall be included near the P.E. seal on the first
sheet of the working drawings: “All design assumptions are validated through notes
or details on these drawings”.
The contractor shall submit complete drawings and specifications for each
installation of the system in accordance with the requirements herein.
Working drawings shall include the following at a minimum:
(1) Layout of the wall including plan and elevation views.
(2) All design parameters and assumptions including design life;
(3) Existing ground elevations and utilities impacted by the wall that have
been field verified by the contractor for each location;
(4) Complete details of all elements and component parts required for the proper
construction of the system at each location and any required accommodations for
drainage systems, foundation subgrades or other facilities shown on the contract
documents;
(5)The working drawing submittal shall clearly detail any special design
requirements. These special design requirements may include, but are not limited
to; structural frames to place reinforcements around obstructions such as deep
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 34
foundations and storm drain crossings, drainage systems, placement sequence of
drainage and unit core fill with respect to reinforced (structure) fill behind a wall
face, guardrail post installation, scour protection, foundation subgrade modification,
all corner details (acute, obtuse and 90 degrees), slip joints, connection details of
MSE walls with other cast-in-place structures, wedges, shims and other devices
such as clamps and bracing to establish and maintain vertical and horizontal wall
facing alignments;
(6) A complete listing of components and materials specifications; and
(7) Other site-specific or project specific information required by the contract.
A. The working drawings shall be supplemented with all design calculations for the
particular installation as required herein. Installations that deviate from the pre-
approved design shall be accompanied by supporting stability (internal, external,
and global/overall and/or compound) calculations of the proposed structure as
well as supporting calculations for all special details not contained in the pre-
approved design. The block wall designer/supplier shall note all deviations of
the proposed wall design from the pre-approved design.
B. The proposed design shall satisfy the design parameters shown on the project
plans and listed in these specifications, and comply with the design
requirements of the following documents:
1. FHWA (2009), “Design and Construction of Mechanically Stabilized Earth
Walls and Reinforced Soil Slopes; Publication No. FHWA-NHI-10-024 and
FHWA NHI 10 025; Authors: Berg, R. R., Christopher, B. R., and Samtani, N. C.
2. AASHTO (2024), “AASHTO LRFD Bridge Design Specifications”, 10th
Edition, including latest Interims.
3. WSDOT (2022), “WSDOT Geotechnical Design Manual”, Publication No. M
46-03.16, including latest interims.
C. All references made to AASHTO (2024) herein shall mean “AASHTO LRFD
Bridge Design Specifications”, 10th Edition, including latest Interims.
D. Sample analyses and hand-calculations shall be submitted to verify the
output from software used by the MSE wall designer. Sample analyses and
hand calculations shall be required for complex walls having geometries and
loading conditions that are not readily amenable to computer analysis. Failure
modes, including circular, non-circular, and multi-part wedge, shall be analyzed
for deep-seated global stability and compound stability to verify the most critical
failure case.
E. Unless otherwise specified in the contract, all structures shall be designed to
conform to the requirements and shown on the Project Documents.
(********)
The following geotechnical design parameters shall be used for the design of the
structural block wall(s):
Wall Name or No.: *** $$1$$ ***
Soil Wall Retained Foundation
Properties Backfill Soil Soil
Unit Weight
(pcf) ***$$2$$*** ***$$3$$*** ***$$4$$***
Friction Angle
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 35
(deg) ***$$5$$*** ***$$6$$*** ***$$7$$***
Cohesion (psf) ***$$8$$*** ***$$9$$*** ***$$10$$***
For the Service Limit State, the wall shall be designed to accommodate a differential
settlement of *** $$11$$ *** per 100 feet of wall length.
For the Extreme Event I Limit State, the wall shall be designed for a horizontal
seismic acceleration coefficient kh of *** $$12$$ *** g and a vertical seismic
acceleration coefficient kv of *** $$13$$ *** g.
The design shall accommodate a surface traffic surcharge pressure of 250 psf as
noted on the plans. All other surcharges shall be determined from the geotechnical
report.
6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection
Section 6-13.3(5) is supplemented with the following:
(April 2, 2012)
Specific Erection Requirements for Precast Concrete Block Faced Structural
Earth Walls
Landmark Retaining Wall
When placing each course of concrete blocks, the Contractor shall pull the blocks
towards the front face of the wall until the male key of the bottom face of the upper
block contacts and fits into the female key of the top face of the supporting block
below.
A maximum gap of 1/8-inch is allowed between adjacent concrete blocks, except
for the base course set of concrete blocks placed on the leveling pad. A maximum
gap of 1-inch is allowed between adjacent base course concrete blocks, provided
geosynthetic reinforcement for drains is in place over the gap at the back face of
the concrete blocks.
Lock bars shall be installed in the female key of the top face of all concrete block
courses receiving geogrid reinforcement. Gaps between adjacent lock bars in the
key shall not exceed 3-inches. The lock bar shall be installed flat side up, with the
angled side to the back of the concrete block, as shown in the shop drawings.
Geogrid reinforcement shall be placed and connected to concrete block courses
specified to receive soil reinforcement. The leading edge of the geogrid
reinforcement shall be maintained within 1-inch of the front face of the supporting
concrete blocks below. Geogrid panels shall be abutted for 100 percent backfill
coverage with less than a 4-inch gap between adjacent panels.
Backfill shall be placed and compacted level with the top of each course of concrete
blocks, and geogrid reinforcement placed and connected to concrete block courses
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 36
specified to receive soil reinforcement, before the Contractor may continue placing
the next course of concrete blocks.
Mesa Wall
For all concrete block courses receiving geogrid reinforcement, the fingers of the block
connectors shall engage the geogrid reinforcement apertures, both in the connector slot in
the block, and across the block core. For all concrete block courses with intermittent geogrid
coverage, a #3 steel reinforcing bar shall be placed, butt end to butt end, in the top block
groove, with the butt ends being placed at a center of a concrete block.
END OF DIVISION 6
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 37
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND
CONDUITS
7-01 DRAINS
7-01.1 DESCRIPTION
Supplement this section with the following:
The Work shall also consist of constructing the complete “Dispersion Trench” with various
components as shown on the Plans.
7-01.5 PAYMENT
Supplement this section with the following:
“Dispersion Trench”, per linear foot (LF).
The linear foot (LF) bid price for “Dispersion Trench” shall be full compensation for costs of all
labor, tools, equipment, materials to construct storm drain dispersion trenches as indicated on
the Plans. The per LF bid price shall also include testing per authority having jurisdiction and
required corrective work following testing.
Trench excavation and cleanouts shall also be included in the per LF bid price for “Dispersion
Trench” bid item.
7-04 STORM SEWERS
7-04.2 MATERIALS
Supplement this section with the following:
The storm drainage conveyance and perforated pipe shall be ADS N-12 ST IB with smooth
interior wall and annular exterior corrugations or an approved equivalent.
The geotextile fabric for rock protection at storm drain pipe outlet shall be nonwoven, class A
permanent erosion control and ditch lining type per Tables 4 and 5, Section 9-33.2(1) of the
Standard Specifications.
Geotextile for underground drainage shall be nonwoven Class A per Tables 1 and 2 of Section
9-33.2(1) of the Standard Specifications.
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7-05.3 CONSTRUCTION REQUIREMENTS
Supplement this section with the following:
CONCRETE CURB INLET
The Contractor shall ensure that the existing water main pipe adjacent to the proposed location
of the “Concrete Curb Inlet” is protected during construction as directed by the Engineer. Any
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 38
water pipe damage due to the Contractor’s operations shall be repaired or replaced by the
Contractor, to the satisfaction of the Engineer, at the Contractor’s expense.
OIL-WATER SEPARATOR
This Work shall also consist of the installation of spill control oil-water separator of various
construction (tee or elbow) inside storm drain structures as indicated on the Plans. Oil-water
separator using tee fitting shall be installed with vertical riser pipe if needed to meet
requirements shown on the Plans. Connections between tee or elbow fittings with piping shall
be water-tight.
7-05.5 PAYMENT
Supplement this section with the following:
“Concrete Curb Inlet”, per each (EA).
The per each (EA) bid price for “Concrete Curb Inlet” shall be full compensation for costs of
all labor, tools, equipment, and materials to provide installation as indicated on the Plans.
Coordination with Soos Creek Water & Sewer District to protect nearby watermain pipe is
incidental to the “Concrete Curb Inlet” bid item. Oil-water separator (tee) as indicated on the
Plans shall also be included in the bid.
Oil-water separator (elbow) at two locations as indicated on the Plans shall be incidental to
the “Catch Basin Type 1” per EA bid price.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.1 DESCRIPTION
Supplement this section with the following:
This Work includes storm sewer trench excavations.
7-08.5 PAYMENT
Supplement this section with the following:
“Corrugated Polyethylene Storm Sewer Pipe 12 In. Diam.”, per linear foot (LF).
The per linear foot (LF) bid price for “Corrugated Polyethylene Storm Sewer Pipe 12 In.
Diam.” shall be full compensation for costs of all labor, tools, equipment, and materials to
provide excavation as indicated on the Plans. Bid price shall also include trenching and
proper disposal and haul of excavated materials.
“Corrugated Polyethylene Storm Sewer Pipe 18 In. Diam.”, per linear foot (LF).
The per linear foot (LF) bid price for “Corrugated Polyethylene Storm Sewer Pipe 18 In.
Diam.” shall be full compensation for costs of all labor, tools, equipment, and materials to
provide excavation as indicated on the Plans. Bid price shall also include trenching and
proper disposal and haul of excavated materials.
Beveled ends of pipe and rock pads at ends of pipe as shown on the Plans are incidental to
the associated “Corrugated Polyethylene Storm Sewer Pipe 12 In. Diam.” or “Corrugated
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 39
Polyethylene Storm Sewer Pipe 18 In. Diam.” bid items.
7-09 WATER MAINS
7-09.1 DESCRIPTION
This Work shall also consist of a live tap connection to an existing water main as shown on the
Plans.
7-09.5 PAYMENT
Supplement this section with the following:
“Live Tap Connection, 8-inch by 6-inch”, per each (EA).
The per each (EA) bid price for “Live Tap Connection, 8-inch by 6-inch” shall be full
compensation for costs of all labor, tools, equipment, and materials to provide live tap (wet tap)
to Soos Creek Water and Sewer District (District) water main as indicated on the Plans. Cost
associated with testing and corrective work if required per District shall be incidental to this bid
item. Concrete thrust blocking shall also be included in this bid item.
The following work are included in other applicable bid items in the Proposal and shall be
excluded from the “Live Tap Connection, 8-inch by 6-inch” bid item: temporary traffic control,
utilities locates, asphalt demolition, trenching excavation including haul, valve, pipe, bedding,
backfill and compaction, asphalt pavement restoration.
7-14 HYDRANTS
7-14.1 DESCRIPTION
Supplement this section with the following:
This Work also consists of the removal of Soos Creek Water and Sewer District (District)
hydrant assembly as shown on the Plans.
7-14.3 CONSTRUCTION REQUIREMENTS
Supplement this section with the following:
REMOVE HYDRANT ASSEMBLY
The Contractor shall seek approval from the District if the hydrant removal to occur prior to
installation of new fire hydrant as shown on the Plans. Any requirements by the District shall be
the Contractor’s responsibility at no extra cost to the Owner.
The Contractor shall not perform the work without the presence of District staff. Following
capping the existing valve, the Contractor shall allow District visual leakage inspection prior to
backfill.
7-14.5 PAYMENT
Supplement this section with the following:
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 40
“Remove Hydrant Assembly”, per each (EA).
The per each (EA) bid price for “Remove Hydrant Assembly” shall be full compensation for costs
of all labor, tools, equipment, and materials to remove the District hydrant assembly as indicated
on the Plans. Bid price shall include trench excavation including haul to remove hydrant and its
lateral pipe, closing of existing valve, furnishing and installation of valve cap, removal of existing
valve box and proper disposal and haul of removed materials.
Utility locates, compacted imported or suitable native backfill are incidental to this bid item.
The following associated work are included in other applicable bid items in the Proposal and
shall be excluded from the “Remove Hydrant Assembly” bid item: temporary traffic control,
utilities locates, asphalt demolition, backfill and compaction, asphalt pavement restoration.
END OF DIVISION 7
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 41
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.1 DESCRIPTION
Supplement this section with the following:
The Contractor shall be responsible for the submittal of proposed Construction Stormwater
Pollution Prevention (CSWPP) plan to the City of Renton for review and approval. The CSWPP
plan shall meet the requirement 2.1.2 of the City of Renton 2022 Surface Water Design Manual.
8-01.3(7) STABILIZED CONSTRUCTION ENTRANCE
Supplement this section with the following:
Excavation to establish construction entrances shall meet the requirements as set forth in
Special Provision section 2-03.
The proposed stabilized construction entrances shown on the Plans are minimum requirements.
Additional stabilized construction entrances for construction access may be implemented at the
Contractor’s discretion and cost, at no additional cost to the Owner. Stabilized construction
entrances shall be constructed in accordance with detail(s) on the Plans.
Temporary construction easements over portion of Canyon Terrace and City of Renton Tracts
have been acquired by the Owner (Appendix __). The Contractor shall restrict stabilized
construction entrance facility to the easement limits. The Contractor shall protect existing asphalt
pavement apron and frontage improvements as indicated on the Plans.
8-01.3(9)A2 SILT FENCE
Delete the fourth paragraph of this section and replace with the following:
Temporary silt fence shall be maintained in accordance to requirements of section D.2.1.3.1 of
the current King County Surface Water Design Manual.
8-01.5 PAYMENT
Delete this section in its entirety and replace with the following:
Payment will be made for the following Bid items that are included in the Proposal:
1. “Temporary Erosion and Sediment Control”, per lump sum (LS).
The lump sum (LS) bid price for “Temporary Erosion and Sediment Control” shall be full
compensation for costs of all labor, tools, equipment, and materials necessary to furnish
and install temporary erosion control and sediment control measures whether these are
identified on the Plans or not, including:
a. Biodegradable erosion control blankets;
b. Mulching, straw, application of erosion control seed mix, plastic covering or other
temporary cover measures;
c. Straw wattles;
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 42
d. Compost socks;
e. Interceptor swale with check dams;
f. Sediment traps;
g. Baker tanks;
h. Slope stabilization methods (includes application of erosion control seed mix,
plastic covering, mulching, and biodegradable erosion control blankets);
i. Dust control;
j. Daily sweeping;
k. Maintenance of erosion control measures;
l. Other associated works as required on the Erosion and Sediment Control
Drawings in the Plans.
2. “Stabilized Construction Entrance”, per square yard (SY).
The per square yard (SY) bid price for “Stabilized Construction Entrance” shall be full
compensation for costs of all labor, tools, equipment, and materials necessary to furnish,
construct, and remove the construction entrances to the trail site, including:
a. Construct temporary construction entrances per Plans including grading
earthwork;
b. Install temporary ground protection measures at the construction staging area
site;
c. Maintenance of the construction entrances during construction;
d. Removal of the stabilized construction entrances.
8-02 ROADSIDE RESTORATION
8-02.3(5) ROADSIDE SEEDING, LAWN, AND PLANTING AREA PREPARATION
Section 8-02.3(5) is supplemented with the following:
(******)
Prior to the placement and incorporation of compost, the application and incorporation methods
shall be approved by the Engineer.
The Contractor shall notify the Engineer a minimum of five working days prior to the start of
compost work.
8-02.3(9) SEEDING, FERTILIZING, AND MULCHING FOR NATIVE SEED MIX
8-02.3(9)B.OPT3.FR8
(September 3, 2019)
Wildflower Seed
Seed of the following mix, rate, and analysis shall be applied at a rate of 80
pounds per acre on all areas requiring roadside seeding within the project:
Kind and Variety of Pure Live Seed
Seed in Mixture Pounds (PLS) per Acre
Crimson Clover 20.0
(Trifolium incarnatum)
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 43
Pacific Lupine 16.0
(Lupinus lepidus)
Perennial Ryegrass 20.0
(Lolium perenne)
Creeping Red Fescue 17.0
(Festuca rubra ssp. commutata)
California Poppy 6.0
(Eschscholtzia californica)
Douglas Aster 1.0
(Aster subspicatus)
TOTAL 80.0
Seed shall meet or exceed Washington State Department of Agriculture Certified Seed Standards
and be from within the Northwest Ecoregion as defined by the US Environmental Protection Agency
(EPA).
The seed certification class shall be Certified (blue tag) in accordance with WAC 16-302 and meet
the following requirements:
• Prohibited Weed 0% max.
• Noxious Weed 0% max.
• Other Weed 0.20% max.
• Other Crop 0.40% max.
8-12 CHAIN LINK FENCE AND WIRE FENCE
8-12.1 DESCRIPTION
Supplement this section with the following:
This Work consists of furnishing and installing coated chain link fence Type 3 and 4 as shown
on the Plans.
8-12.2 MATERIALS
Supplement this section with the following:
(September 8, 2020)
Coated Chain Link Fence
Chain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 ounce per square foot
of surface area.
Fencing materials shall be coated with an ultra-violet insensitive plastic or other inert material at
least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the
manufacturer’s written instructions. The Contractor shall provide the Engineer with the
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 44
manufacturer’s written specifications detailing the product and method of fabrication. The color
shall match SAE AMS standard 595 color number *** 595 B 27038 black ***, or be as approved
by the Engineer.
Samples of the coated fencing materials shall have received the Engineers acceptance prior to
installation on the project.
The Contractor shall supply the Engineer with ten (10) aerosol spray cans containing a minimum
of 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible
with the coating system used.
All hardware for mounting chain link fence posts on top of retaining walls shall be hot-dip
galvanized.
Height of the coated chain link fence shall be 72 inches for Type 3 and 48 inches for Type 4.
Pipe for posts and longitudinal members shall conform to ASTM A 53, Grade B, Type E or S,
galvanized with powder coating, and shall be Schedule 40 unless otherwise shown in the Plans.
Steel bars, plates, and shapes shall conform to ASTM A 36, and shall be galvanized with
powder coating in accordance with AASHTO M 111, except that structural shapes may conform
to ASTM A 992.
Bolts, nuts, and washers shall conform to Section 9-06.5(3) and shall be galvanized after
fabrication in accordance with AASHTO M 232.
Resin bonded anchors shall conform to Section 6-02.2 as supplemented in these Special
Provisions.
8-12.3 CONSTRUCTION REQUIREMENTS
Delete the last paragraph and replace with the following:
The chain link fence shall be installed in accordance to the layout shown on the Plans.
Deviations in alignment shown on the Plans to miss obstacles will be permitted only with
acceptance from the Engineer.
Supplement this section with the following:
Section 6-06.3(2) of these Special Provisions shall apply to the chain link construction
requirements where anchored to a structure.
The finish coating work for all chain link fencing shall meet the following requirements:
1. Galvanized fencing material shall be clean of scale, rust, grease and foreign matter prior to
coating application.
2. Fencing shall be dry prior to coating.
3 All exposed surfaces, except threaded areas shall be coated.
4. Color shall be uniform over entire surface to be coated.
5. There shall be no apparent light or heavy areas of coverage. The film shall be continuous
and intact, no holidays or porosity.
6. Gloss shall be uniform over all coated surfaces.
7. No runs or sags on coated surfaces.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 45
8-12.4 MEASUREMENT
Replace this section with the following:
Coated Chain Link Fence Type 3 and Type 4 will be measured by the linear foot of completed
fence along the ground line, exclusive of openings. No separate measurement will be made for
end posts, corner posts, pull posts, chain link fabric, hardware, or concrete for post foundations.
8-12.5 PAYMENT
Supplement this section with the following:
“Coated Chain Link Fence Type 3”, per linear foot (LF).
The per linear foot (LF) bid price for “Coated Chain Link Fence Type 3” shall be full
compensation for costs of all labor, tools, equipment, and materials necessary to furnish and
construct the chain link fence as shown on the Plans. The single fence gate at the City of
Renton detention pond tract as indicated on the Plans shall be incidental to this bid item.
“Coated Chain Link Fence Type 4”, per linear foot (LF).
The per linear foot (LF) bid price for “Coated Chain Link Fence Type 4” shall be full
compensation for costs of all labor, tools, equipment, and materials necessary to furnish and
construct the chain link fence as shown on the Plans.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3 CONSTRUCTION REQUIREMENTS
Supplement this section with the following:
(October 3, 2022)
The Contractor shall request a pre-construction meeting with the Engineer to be held two to five
working days before any work can start on cement concrete sidewalks, curb ramps or other
pedestrian access routes to discuss construction requirements. Those attending shall include:
1. The Contractor and Subcontractor in charge of constructing forms, and placing, and
finishing the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk,
curb ramp or pedestrian access route Work.
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans
2. Inspection
3. Traffic control
4. Pedestrian control, access routes and delineation
5. Accommodating utilities
6. Form work
7. Installation of detectable warning surfaces
8. Contractor ADA survey and ADA Feature as-built requirements
9. Cold Weather Protection
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 46
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION
SYSTEMS, AND ELECTRICAL
8-20.1 DESCRIPTION
(*****)
This Section is replaced with the following:
This work consists of furnishing, installing, and field testing all materials and equipment
necessary to complete, in place, fully functional pedestrian crossing signal system along SE
192nd St. All work shall be in accordance with approved methods, the Plans, the Specifications,
and these Special Provisions. Work includes but is not limited to furnishing and installing all
required conduit and fittings, bedding material for conduit installation; conduit pull tape; junction
boxes; wiring; foundations for enclosures/signal poles; signal pole; signal mast arm pole;
luminaires; vehicle/pedestrian signal heads; push button assemblies; and related appurtenances
as shown on the Plans or as required to complete the system, including surface restoration.
This work includes removal of the existing traffic signal system, including removing and
disposing of the existing pedestrian signal pole, existing traffic signal mast arm pole and
equipment, and related appurtenances as shown on the Plans.
(*****)Add the following new subsections:
8-20.1(4) RESTRICTIONS ON THE SCHEDULE OF WORK
(NEW SECTION)
Relocation of Existing Traffic Signal Controller and Cabinet
The existing traffic signal controller and cabinet shall be relocated from the existing mast arm
pole on SE 192nd St to the new mast arm pole constructed on SE 192nd St. The new traffic
signal must be constructed to the extent possible prior to relocation of the traffic signal controller
and cabinet. The traffic signal controller must be fully functional and operating the signal heads
and pedestrian signal heads, located either at the existing location or the new location, during all
school days. Signal cutover shall be fully accomplished on a non-school day.
8-20.2 MATERIALS
8-20.2(1) EQUIPMENT LIST AND DRAWINGS
(March 13, 1995 WSDOT GSP, Option 1)
Section 8-20.2(1) is supplemented with the following:
Pole base to light source distance (H1) for lighting standards with pre-approved plans shall be
as noted in the Plans.
Pole base to light source distance (H1) for lighting standards without pre-approved plans will be
furnished by the Engineer as part of the final approved shop drawings, prior to fabrication.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 47
8-20.3 CONSTRUCTION REQUIREMENTS
8-20.3(1) GENERAL
8-20.3(1)A MAINTENANCE DURING CONSTRUCTION
(*****)
The Contractor shall coordinate with the Resident Engineer for any modification to existing traffic
signals. The Engineer shall be notified a minimum of 3 weeks in advance of any scheduled traffic
signal work.
8-20.3(3) REMOVING AND REPLACING IMPROVEMENTS
(*****)
Supplement this section with the following:
Traffic signal and electrical equipment to be salvaged shall be salvaged to the King County,
unless otherwise specified on the Plans.
Equipment that is to be salvaged includes:
• Existing pole mounted signal controller cabinet (to be relocated to new traffic signal mast
arm pole)
• Existing traffic signal and pedestrian signal heads
• Legacy electrical service cabinet located on existing mast arm pole, and
• Emergency vehicle preemption unit.
Equipment that is to be removed shall not be stockpiled within the job site without the Engineer’s
approval.
8-20.3(8) WIRING
Section 8-20.3(8) is supplemented with the following:
(March 13, 1995 WSDOT GSP)
Field Wiring Chart
501 AC+ Input 516-520 Railroad Pre-empt
502 AC- Input 5A1-5D5 Emergency Pre-empt
503-510 Control-Display 541-580 Coordination
511-515 Sign Lights 581-599 Spare
Movement Number 1 2 3 4 5 6 7 8 9
Vehicle Head
Red 611 621 631 641 651 661 671 681 691
Yellow 612 622 632 642 652 662 672 682 692
Green 613 623 633 643 653 663 673 683 693
Spare 614 624 634 644 654 664 674 684 694
Spare 615 625 635 645 655 665 675 685 695
AC- 616 626 636 646 656 666 676 686 696
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 48
Red Auxiliary 617 627 637 647 657 667 677 687 697
Yellow Auxiliary 618 628 638 648 658 668 678 688 698
Green Auxiliary 619 629 639 649 659 669 679 689 699
Pedestrian Heads & Dets.
Hand 711 721 731 741 751 761 771 781 791
Man 712 722 732 742 752 762 772 782 792
AC- 713 723 733 743 753 763 773 783 793
Detection 714 724 734 744 754 764 774 784 794
Common-Detection 715 725 735 745 755 765 775 785 795
Spare 716 726 736 746 756 766 776 786 796
Spare 717 727 737 747 757 767 777 787 797
Spare 718 728 738 748 758 768 778 788 798
Spare 719 729 739 749 759 769 779 789 799
Detection
AC+ 811 821 831 841 851 861 871 881 891
AC- 812 822 832 842 852 862 872 882 892
Common-Detection 813 823 833 843 853 863 873 883 893
Detection A 814 824 834 844 854 864 874 884 894
Detection B 815 825 835 845 855 865 875 885 895
Loop 1 Out 816 826 836 846 856 866 876 886 896
Loop 1 In 817 827 837 847 857 867 877 887 897
Loop 2 Out 818 828 838 848 858 868 878 888 898
Loop 2 In 819 829 839 849 859 869 879 889 899
Supplemental Detection
Loop 3 Out 911 921 931 941 951 961 971 981 991
Loop 3 In 912 922 932 942 952 962 972 982 992
Loop 4 Out 913 923 933 943 953 963 973 983 993
Loop 4 In 914 924 934 944 954 964 974 984 994
Loop 5 Out 915 925 935 945 955 965 975 985 995
Loop 5 In 916 926 936 946 956 966 976 986 996
Loop 6 Out 917 927 937 947 957 967 977 987 997
Loop 6 In 918 928 938 948 958 968 978 988 998
Spare 919 929 939 949 959 969 979 989 999
8-20.3(10) SERVICE, TRANSFORMER AND ITS CABINETS
(******)
Section 8-20.3(10) is supplemented with the following:
Connection to Puget Sound Energy power source shall be where shown on the Plans. All
connections and interfacing with Puget Sound Energy shall conform to Puget Sound Energy
requirements.
8-20.3(14) SIGNAL SYSTEMS
8-20.3(14)A SIGNAL CONTROLLERS
(******)
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 49
Section 8-20.3(14)A is supplemented with the following:
The Contractor shall arrange for complete testing of the traffic signal controller and cabinet.
8-20.5 PAYMENT
(******)
Supplement this section with the following:
“Traffic Signal System Complete”, per lump sum (LS).
The lump sum contract price for “Traffic Signal System Complete”, shall be full compensation for
all labor, materials, equipment, and incidentals required to furnish and install a complete and
operational traffic signal system in accordance with the Plans and these Specifications. This
work includes, but is not limited to; excavation, disposal, bedding, hauling, backfilling, crushed
surfacing material, salvaging, signal pole removals, signal pole foundations and anchor systems
(signal bases), signals, signal poles, illumination equipment, lamp, lenses, housings, splice kits,
mounting hardware, vehicle signal heads and backplates, junction boxes, conduit and wiring,
photocells, countdown pedestrian signals and mounting assemblies, accessible pedestrian push
button assemblies and extension brackets, traffic signal cabinet, salvage existing pole mounted
controller cabinet and relocate to new traffic signal mast arm pole, all other associated
equipment in the cabinet, removal of existing traffic signal poles and equipment, restoring
facilities destroyed or damaged during construction, and for obtaining permits, restoring
electrical connections to existing equipment that is to remain, and making required tests. All
additional materials not shown in the Plans or called for herein and which are required to
complete the electrical system shall be included in the lump sum Contract price.
8-21 PERMANENT SIGNING
8-21.1 DESCRIPTION
Supplement this section with the following:
This Work shall include signs furnished by the Contracting Agency at locations as directed
by the Project Representative, and salvaging existing signs that will be removed as shown
on the Plans.
(******)
This work shall include furnishing and installing permanent signs as shown on the Plans.
8-21.2 MATERIALS
Supplement this section with the following:
Trail steel sign posts shall meet requirements of the Standard Specifications 9-06.1.
Anti-graffiti on trail facility signs shall be in accordance with Section 9-28.15 of the Special
Provisions.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 50
(******)
Sign supports shall be square steel type ST-2, when installed outside of hardscape, or ST-4 with
concrete base, when installed in hardscape such as concrete or asphalt.
8-21.3 CONSTRUCTION REQUIREMENTS
Supplement this section with the following:
Removing and Salvaging Signs
Existing signs that will be removed as shown in the Plans or as directed by the Project
Representative, shall be salvaged and stored on site for the Contracting Agency to pick up.
8-21.3(1) LOCATION OF SIGNS
Delete this section and replace with the following:
Trail facility signage stations and offsets provided on the Plans are to the center of sign. The
Contractor shall verify and adjust the sign post location to avoid conflict with buried utilities
and surface drainage way.
The trail facility sign steel post lengths shall be in accordance to the standard King County
Parks details shown on the Plans.
8-21.3(2) PLACEMENT OF SIGNS
Supplement this section with the following:
The post hole shall be a minimum 12-inch diameter or larger to allow placement and
thorough compaction of backfill material completely around the post. Native backfill material
when allowed shall be free from organic matter.
Trail facility signs attached to swing gates or using a sign post base plate shall be installed
per the manufacturer’s requirements.
8-21.3(4) SIGN REMOVAL
(******)
Supplement this Section with the following:
Unless noted for disposal on the Plans, signs and posts shall be removed, salvaged, and
delivered to King County.
8-21.3(5) SIGN RELOCATION
(August 2025 PH Consulting SP)
Supplement this section with the following:
All existing signs not designated for permanent removal that are damaged or removed shall be
replaced by the Contractor at no additional expense to the Contracting Agency.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 51
When required by the Engineer or an approved traffic control plan, existing signs shall be
temporarily relocated by the Contractor to portable sign stands, subject to the approval of the
Engineer. When temporarily installed on posts, the signs shall be located as near as practical to
their permanent locations and shall have a minimum vertical clearance above the pavement in
accordance with the Manual on Uniform Traffic Control Devices (MUTCD).
All portable sign stands shall be designed to rigidly support the sign in position without creating a
hazard to the motorist. Portable sign stands shall be furnished by the Contractor and upon
completion of the work shall remain the property of the Contractor and shall be removed from
the Project.
Removed signs shall be reinstalled at the previous location or at the new location shown on the
Plans or as directed by the Engineer. The Contractor shall confirm the location of all signs with
King County prior to installation.
New signs shown on the Plans include MUTCD Codes and shall comply with all requirements of
the MUTCD.
8-21.4 MEASUREMENT
(August 2025 PH Consulting SP)
Supplement this section with the following:
No measurement shall apply to the lump sum bid item “Permanent Signing.”
8-21.5 PAYMENT
Supplement this section with the following:
“Permanent Signing”, per lump sum (LS).
The lump sum (LS) bid price for “Permanent Signing” includes signs shown in the Plans and
includes full compensation for costs of all labor, tools, equipment, and materials necessary for
furnishing and installing new signs, posts, and hardware as shown on the Plans. Costs for signs
and post removal and salvage shall be included in this item.
“Trail Signage”, per lump sum (LS).
No separate payment shall be made for the trail facility signage. This Work shall be
compensated for under the lump sum (LS) “Trail Signage” bid item.
The lump sum (LS) bid price for “Trail Signage” includes signs listed in the Sign Schedule on
sheet C-301 in the Plans which includes full compensation for costs of all labor, tools,
equipment, and materials necessary for furnishing and installing new trail signs, posts, and
hardware as shown on the Plans. Costs for trail signs and post removal and salvage shall be
included in this item.
(******)
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 52
The lump sum contract price for “Permanent Signing” shall include all costs for all labor,
tools, equipment, and material required to complete the work as shown in the Plans,
including but not limited to installing all new permanent signs, posts, and bases; removing,
protecting, reinstalling, and relocating existing signs and posts; coordinating with King
County to confirm final sign locations; temporarily relocating existing signs that are removed
to accommodate construction activities, if directed by King County; and installing flashing
beacon school zone signs. Installation of signs mounted on signal poles and removal of
existing signal pole-mounted signs shall be considered included in the lump sum bid price
for “Permanent Signing.”
Clearing and grubbing necessary to perform this work shall be paid separately.
8-22 PAVEMENT MARKING
8-22.1 DESCRIPTION
(******)
Supplement this section with the following:
Pavement markings shall conform to Section 8-22 of the Standard Specifications, King County
Road Standards, and the latest edition and amendments thereto of the Manual on Uniform
Traffic Control Devices (MUTCD) as adopted by the State of Washington and shall be
constructed as shown in the Plans except as modified herein.
The Contractor shall be responsible for all traffic control required to place and protect pavement
marking material, as outlined in Sections 1-07.23 and 1-10 of the Standard Specifications.
8-22.2 MATERIALS
(*****)
Supplement this section with the following:
Plastic pavement marking materials shall be Type A – liquid hot applied thermoplastic
unless indicated otherwise in the Contract Documents.
Patents
The Contractor shall assume all costs arising from the use of patented materials, equipment,
devices, or processes used on or incorporated in the work, and agrees to indemnify and
save harmless the Contracting Agency and its duly authorized representatives from all suits
of law or action of every nature for, or on account of, the use of any patented materials,
equipment, device, or processes.
Acceptance
The Contractor shall be responsible for supplying material that meets aforestated material
and testing requirements. The Contractor shall supply certification that the pavement
marking material meets the above specifications.
8-22.3 CONSTRUCTION REQUIREMENTS
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 53
(*****)
Supplement this section with the following:
In addition to the requirements of Sections 8-22.3, the application and surface preparation
shall conform to the manufacturer’s recommendations.
The Contractor shall provide the Engineer with two copies of the manufacturer’s
recommendations for installation.
In all cases, the product manufacturer’s recommended application procedures shall be
adhered to. When no such procedures have been published, workmanship shall be
governed by these Special Provisions and the Standard Specifications.
After cleaning of areas to receive pavement markings, the areas shall pass inspection of the
Engineer prior to application of the material or the primer coat.
Reflectorized beading as stated in Section 8-22.3(3)G of the Standard Specifications shall
be provided with all pavement markings.
8-22.3(6) REMOVAL OF PAVEMENT MARKINGS
Supplement this section with the following:
Existing traffic paint lines shall be removed along the roadway where indicated on the Plans or
where impacted by construction. Paint Line shall be removed by one of the following methods:
Turbo Blast Removal: The removal of existing striping accomplished using dry abrasive
blasting of steel shot, and automated recovery system with a self contained collection
system by vacuum. Damaged pavement shall be repaired by the Contractor to the
satisfaction of the Engineer at no cost to the County.
Hydro Removal: The removal of existing lines shall be accomplished using high-pressure
water/sand jets to prevent damage to the pavement. The use of chemicals or grinding will
not be allowed. Damaged pavement shall be repaired by the Contractor to the satisfaction
of the Engineer at no cost to the County.
Existing plastic stop bars, crosswalk lines and traffic arrows shall be removed, if conflicting, prior to
paving. The Contractor shall use a method approved by the Engineer.
Care shall be taken in removing existing paint line, plastic stop bars, crosswalk lines and traffic
arrows not to damage the existing pavement. Any pavement damaged due to the Contractor’s
operations shall be repaired or replaced by the Contractor, to the satisfaction of the Engineer, at
Contractor expense.
(*****)
All pavement markings and raised pavement markers shall be removed prior to any HMA
overlay.
Painting is not an acceptable method for permanent obliteration or removal of pavement
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 54
markings.
8-22.4 MEASUREMENT
(*****)
Supplement this section with the following:
“Removal of Pavement Markings” will be per lump sum.
8-22.5 PAYMENT
(*****)
Supplement this section with the following:
“Removing Pavement Markings”, per lump sum (LS).
The unit contract prices for “Removing Pavement Markings” including all incidental work,
shall be full pay for all labor, material, tools, and equipment required to remove existing
painted and plastic pavement markings including but not limited to crosswalk, stop bar,
centerline, edge line, as shown on the Plans or as directed by the Engineer. Work also
includes removal of existing raised pavement markers (RPMs), including removal of
adhesive residue, surface cleaning, and proper disposal as shown on the Plans or as
directed by the Engineer.
END OF DIVISION 8
DIVISION 9
MATERIALS
9-01 CEMENT
9-01.2(1) PORTLAND CEMENT
Supplement this section with the following:
Portland cement shall conform to ASTM C150 Type 1 (normal/general purpose). All cement
shall come from the same manufacturing plant and be certified as to quality.
9-28 SIGNING MATERIALS AND FABRICATION
9-28.1 GENERAL
Supplement this section with the following:
Permanent trail facility signs will be metal, standard in shape, legend, and color, per MUTCD.
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 55
All signs shall be reflectorized.
9-28.11 HARDWARE
Supplement this section with the following:
All bolt ends and exposed nuts shall be tamper-proofed with tamper-proof method proposed by
the Contractor and approved by the Engineer.
9-28.15 ANTI-GRAFFITI COATING
(NEW SECTION)
Acceptable anti-graffiti product for signs include:
• Avery OL-100 Anti-Graffiti PM - 01000PMA1
• 3M Protective Overlay Film 1150 Transparent
Or an approved equivalent.
9-29 ILLUMINATION, SIGNAL, ELECTRICAL
9-29.1 CONDUIT, INNERDUCT, AND OUTERDUCT
9-29.1(11) FOAM CONDUIT SEALANT
(January 7, 2019 WSDOT GSP, Option 1)
This Section is supplemented with the following:
The following products are accepted for use as foam conduit sealant:
• CRC Minimal Expansion Foam (No. 14077)
• Polywater FST Foam Duct Sealant
• Superior Industries Foam Seal
• Todol Duo Fill 400
9-29.2 JUNCTION BOXES, CABLE VAULTS, AND PULL BOXES
(September 3, 2019 WSDOT GSP, Option 1)
Section 9-29.2 is supplemented with the following:
Slip-Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes
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
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 56
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
9-29.6 LIGHT AND SIGNAL STANDARDS
(January 6, 2025 WSDOT GSP, Option 5)
Section 9-29.6 is supplemented with the following:
Traffic Signal Standards
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:
Type PPB
Pedestrian push button posts and their foundations shall conform to Standard
Plan J-20.15.
Type PS, Type I, Type RM, and Type FB
Type PS pedestrian signal standards, Type I vehicle signal standards, Type RM
ramp meter signal standards, and Type FB flashing beacon standards shall
conform to Standard Plan J-20.16, J-21.15, J-21.16, and J-22.15 respectively, 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) and
WA15TR10-2 Rev. C (1 sheet)
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 57
Millerbernd
Manufacturing,
Co.
74514-WA-PED-FB Rev. J (2 sheets)
Millerbernd
Manufacturing
Co.
74514-WA-PED-SB Rev. K (2 sheets)
Foundations shall be as noted in Standard Plan J-21.10.
Type II
Type II signal standards are single mast arm signal standards with no luminaire
arm or extension. Type II standards shall conform to one of the following pre-
approved plans. Maximum arm length (in feet) and wind load (XYZ value, in cubic
feet) is noted for each manufacturer.
Fabricator Pre-Approved
Drawing No.
Max. Arm
Length (ft)
Max. Wind
Load
(XYZ) (ft3)
Valmont Ind.,
Inc.
DB01162 Rev. B (5
sheets) 65 3206
Ameron Pole
Products
Division
WA15TR3724-1
Rev. C
(sheet 1 of 2), and
WA15TR3724-2
Rev. D
(sheet 2 of 2)
65 2935
Millerbernd
Manufacturing,
Co.
74516-WA-TS-II
Rev. L (4 sheets) 65 3697
Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type II
signal standards with two mast arms installed 90 degrees apart may use these
pre-approved drawings. Standards with two arms at any other angle are Type SD
and require special design.
Type III
Type III signal standards are single mast arm signal standards with one Type 1
(radial davit type) luminaire arm. The luminaire arm has a maximum length of 16
feet and a mounting height of 30, 35, 40, or 50 feet, as noted in the Plans. Type III
standards shall conform to one of the following pre-approved plans. Maximum
arm length (in feet) and wind load (XYZ value, in cubic feet) is noted for each
manufacturer. Wind load limit includes a luminaire arm up to 16 feet in length.
Fabricator Pre-Approved Drawing
No.
Max.
Arm
Length
(ft)
Max. Wind
Load
(XYZ) (ft3)
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 58
Valmont Ind.,
Inc.
DB00162 Rev. B (5 sheets),
with Type “J” luminaire arm 65 3259
Ameron Pole
Products
Division
WA15TR3724-1 Rev. C
(sheet 1 of 2), and
WA15TR3724-2 Rev. D
(sheet 2 of 2),
with Series “J” luminaire
arm
65 2988
Millerbernd
Manufacturing,
Co.
74516-WA-TS-III-J Rev. L
(5 sheets) 65 3750
Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type III
signal standards with two mast arms installed 90 degrees apart may use these
pre-approved drawings. Standards with two arms at any other angle are Type SD
and require special design.
Type IV
Type IV strain pole standards shall be consistent with the Plans and Standard
Plan J-27.15 or one of the following pre-approved plans:
Fabricator Pre-Approved Drawing No.
Valmont Ind.,
Inc. DB01167 Rev. B (2 sheets)
Ameron Pole
Products
Division
WA15TR15 Rev. A (2 sheets)
Millerbernd
Manufacturing,
Co.
74554-WA-SP-IV Rev. H (2 sheets)
Foundations shall be as noted in the Plans and Standard Plan J-27.10.
Type V
Type V strain poles are combination strain pole and light standards, with Type 1
(radial davit type) luminaire arms. Luminaire rams may be up to 16 feet in length,
and a mounting height of 40 or 50 feet, as noted in the Plans. Type V strain poles
shall be consistent with the Plans and Standard Plan J-27.15 or one of the
following pre-approved plans:
Fabricator Pre-Approved Drawing No.
Valmont Ind.,
Inc. DB01167 Rev. B (2 sheets),
Ameron Pole
Products
Division
WA15TR15 Rev. A (2 sheets)
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 59
Millerbernd
Manufacturing,
Co.
74554-WA-SP-V Rev. J (3 sheets)
Foundations shall be as noted in the Plans and Standard Plan J-27.10.
Type CCTV
Type CCTV camera pole standards shall conform to Standard Plan J-29.15 or to
one of the following pre-approved plans:
Fabricator Pre-Approved Drawing No.
Valmont Ind.,
Inc. DB01166 Rev. C (4 sheets)
Ameron Pole
Products
Division
WA15CCTV01 Rev. B (2 sheets)
Millerbernd
Manufacturing,
Co.
74577-WA-LC1 Rev. H (2 sheets)
Millerbernd
Manufacturing,
Co.
74577-WA-LC2 Rev. H (2 sheets)
Millerbernd
Manufacturing,
Co.
74577-WA-LC3 Rev. H (3 sheets)
Foundations shall be as noted in the Plans and Standard Plan J-29.10.
Type SD
Type SD signal standards are outside the basic requirements of any pre-defined
signal standard and require special design. All special design shall be based on
the latest AASHTO Standard Specifications for Structural Supports for Highway
Signs, Luminaires and Traffic Signals and pre-approved plans and as follows:
1. A 115 mph wind loading shall be used.
2. The Mean Recurrence Interval shall be 1700 years.
3. Fatigue category shall be III.
Complete calculations for structural design, including anchor bolt details, shall be
prepared by a Professional Engineer, licensed under Title 18 RCW, State of
Washington, in the branch of Civil or Structural Engineering or by an individual
holding valid registration in another state as a civil or structural Engineer.
All shop drawings and the cover page of all calculation submittals shall carry the
Professional Engineer's original signature, date of signature, original seal,
registration number, and date of expiration. The cover page shall include the
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 60
contract number, contract title, and sequential index to calculation page numbers.
Two copies of the associated design calculations shall be submitted for approval
along with shop drawings.
Details for handholes and luminaire arm connections are available from the
Bridges and Structures Office.
Foundations for Type SD standards shall be as noted in the Plans.
(*****)
Section 9-29.6 is supplemented with the following:
Type PS pole shall have a fixed base.
9-29.10 LUMINAIRES
(*****)
Supplement this section with the following:
Luminaire
The luminaire installed on the mast arm pole shall be a Leotek GC2-90F-MV-NW(40K)-3-
GY-700.
Luminaire on Existing Utility Pole (to be updated for 100% submittal)
The Contractor shall coordinate with utility pole owner for the installation of luminaire on
existing utility pole as shown on the Plans.
9-29.19 PEDESTRIAN PUSH BUTTONS
Section 9-29.19 is supplemented with the following:
(*****)
APS equipment shall be the following system:
1. Model: Polara iNS iNavigator 2-Wire Push Button Station
Components:
APS Pushbutton: iNS23TN1-G
Pedestrian Display Interface Unit: iPHCU3S
PC Interface Module: iN-DGL (one per intersection; place in cabinet drawer).
Manufacturer:
Polara Enterprises
1497 CR 2178
SPECIAL PROVISIONS
Soos Creek Trail Phase 5A Extension
Page 61
Greenville, TX 75402
(903) 366-0300
www.polara.com
Only one brand of equipment shall be used for the entire Contract.
Section 9-29.19 is supplemented with the following:
(*****)
Extension Bracket
Universal extension bracket 13”-24” shall be used for both pedestrian push buttons.
A 90-degree extension adapter shall be used for the pedestrian push buttons as
shown on the Plans or as directed by the Engineer.
9-29.21 FLASHING BEACON CONTROL
Section 9-29.21 is supplemented with the following:
Flashing beacon specifications shall be added for 100% submittal.
9-29.24 SERVICE CABINETS
Section 9-29.24 is supplemented with the following:
Service cabinet specifications shall be added for 100% submittal.
END OF DIVISION 9