Loading...
HomeMy WebLinkAboutBid Documents-HighlandsW-Volume I Printed on Recycled Paper Award Date: ___________ CAG-26-001 Awarded to:__________________________________________ ___________________________________________ ___________________________________________ Award Amount: ______________________________________ City of Renton Highlands Reservoir Water Main Improvements Project Project NO. WTR-27-03888 Volume I of II City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Ken Srilofung (425)-430-7247 KSrilofung@rentonwa.gov Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications 02 Contents-2026-Higlands Reserv. Main\ CITY OF RENTON Highlands Reservoir Water Main Improvements Project WTR-27-03888 CONTRACT DOCUMENT TABLE OF CONTENTS Volume I 1. Summary of Fair Practices Policy 2. Summary of Americans with Disability Act Policy 3. Vicinity Map 4. Scope of Work 5. Instructions to Bidders 6. Supplemental Responsible Bidder Criteria 7. Call for Bids 8. *Proposal Bid Bond Form 9. *Dept. of Labor and Industries Certificate Registration 10. *Proposal and Combined Affidavit & Certificate Form: (Non-Collusion, Anti-Trust Claims, Min. Wage) 11. *Schedule of Prices 12. *Acknowledgement of Receipt of Addenda 13. *Certification of Compliance with Wage Payment Statues 14. *Subcontractor List (if bid exceeds $1,000,000 and includes HVAC, plumbing, electrical, structural steel, or rebar subcontractors per RCW 39.30-060) 15. **Supplemental Responsbile Bidder Criteria Form 16. Contract Bond to the City of Renton 17. Fair Practices Policy Affidavit of Compliance 18. Agreement 19. Retainage Selection and Retainage Bond 20. Wash. State Prevailing Hourly Wage Rates Reference 21. City of Renton Final Contract Voucher Certificate Form 22. SPECIAL PROVISIONS 23. Appendix A – Asbestos Handling 24. Appendix B – Standard Plans and Details 25. Appendix C – Traffic Control Plan Application 26. Appendix D – Traffic Control Plans (Full Size 22”x 34”) Volume II – Construction Plans (Full Size 22” x 34”) Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ** Submittal within no later than the close of five (5) business days after bid opening  Submit after Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton, WA. 98055 CITY OF RENTON HIGHLANDS RESERVOIR WATER MAIN IMPROVEMENTS PROJECT PROJECT LOCATION VICINITY MAP NTS 06a-Scope 2026\ CITY OF RENTON Highlands Reservoir Water Main Improvements Project WTR-27-03888 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: • Installation of approximately 5,400 linear feet of 6-inch to 16-inch restrained-joint ductile iron water mains and appurtenances, including 69 gate and butterfly valves, 8 fire hydrants, 35 water service lines, 34 connections to existing water mains, and the in-place abandonment, removals and disposals of existing water system and asbestos cement pipes. • Installation of approximately 1,600 linear feet of 8-inch to 18-inch storm pipes, along with 18 storm catch basins and manholes. • Restoration of surface conditions including asphalt trench patching, asphalt overlay, and reconstruction of concrete curbs, gutters, and sidewalks. • Implementation of traffic control, erosion and sedimentation control measures, and trench safety systems. • Other work as necessary to complete the project. The estimated project cost is $8,000,000 to $9,000,000. For Bid Item Descriptions and Payments, see Special Provisions Section – 1-09.14. Any contractor connected with this project shall comply with all federal, state, county, and city codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this Contract Document. A total of 300 working days is allowed for completion of this project. 1 CITY OF RENTON Highlands Reservoir Water Main Improvements Project Project No. WTR-27-03888 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the lobby of Renton City Hall, until the time and date specified in the Call for Bids. No mailed, Fedex, or UPS delivered bids will be accepted. The bids will be publicly opened and read via Zoom video conference 60 minutes after the bid closing, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Manager. Written addenda to clarify questions that arise may then be issued. If a bidder has a question regarding the project, the bidder may submit questions via e-mail only to ksrilofung@rentonwa.gov. The bidder shall include “Bid Question-Highlands Reservoir Water Main Improvements Project” in the subject line. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered. The City will not be responsible for other explanations or interpretations of the bid documents. The owner, at their discretion, may consider written requests for substitutions All requests for substitutions prior to bid opening must be received by the owner a minimum of 7 working days. Approval of substitutions will be only by addendum. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans, Specifications, addenda, and plan holders list for this project ar available online through Builders Exchange of Washington, Inc. at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”; “Public Works”, “City of Renton”; “Project Bidding.” Note: Bidders are encouraged to “Register as Bidder” in order to receive automatic email notification of future addenda and to be placed on the “Bidder List.” Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 2 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made by check or electronic fund transfer (EFT). 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 “Public Liability and Property Damage Insurance”. 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14. Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards that Contractor is bringing into the work place and potentially exposing City of Renton Employees and public. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 3 18. Payment of Prevailing Wages and Apprentice Utilization Requirements In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The Contractor is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. This Contract includes an Apprentice Utilization Requirement. Fifteen percent (15%) or more of project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are accepted. Apprentice Utilization will be determined using the Department of Labor and Industries (L&I) online Prevailing Wage Intent & Affidavit (PWIA) system. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials and in compliance with Section 7-9.3 of Special Provisions regarding asbestos cement pipe removal, handling and disposal. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "2025 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be deleted and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 21. The technical memorandum reviewing the engineering geologic conditions, providing recommendations for the construction of water mains and improvements, and evaluating the type of geologic hazards and degree of geologic risks and the technical memorandum for the supplemental engineering geology evaluation in the project areas are available for information purposes only. A 4 copy may be obtained on-line through Builders Exchange of Washington, Inc. at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”; “Public Works”, “City of Renton”; “Project Bidding.” The bidders shall familiarize themselves with the project sites and existing subsurface conditions as needed to submit their bids. Upon approval of the City and the acquisition of any required permits, the Bidders may make subsurface explorations and investigations as they see fit. The Bidders shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. Bidder’s are notified that it is the opinion of the Contracting Agency that PVC or metal conduit, junction box, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wire or electrical current is connected during the project. 22. Bidder’s Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. The forms included in these bid documents must be used, no substitutes will be accepted. ❑ Have you submitted, as part of your bid, all documents marked in the index as “Submit With Bid”? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5% of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Sale Tax for this project is bid at 10.5%. ❑ Have you submitted the Subcontractors List and proof of licenses? ❑ Have you submitted Certification of Compliance with Wage Payment Statutes Form? ❑ Have you reviewed the Prevailing Wage and Apprentice Utilization Requirements? ❑ Have you confirmed that you, and any subcontractors, are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from covered transactions by any Federal department or agency? ❑ Have you submitted Dept. of Labor and Industries Certificate of Registration Form? ❑ Have you submitted Proposal and Combined Affidavit & Certificate Form? ❑ Have you certified Receipt of Addenda, if any have been issued? SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA 1. GENERAL Supplemental Responsible Bidder Criteria will apply for this project. In a timely manner, Bidders may request, in writing that the city modify the supplemental responsible bidder criteria. The city reserves the right to modify or not modify the supplemental responsible bidder criteria in its discretion. The City will issue an Addendum, prior to the bid due date, should it modify the supplemental responsible bidder criteria. The city will not modify the supplemental responsible bidder criteria after the bid due date; therefore, Bidders are encouraged to discuss with the project manager immediately and before the bid due date the relevancy of the supplemental responsible bidder criteria. It is the intent of the City to award a contract to the lowest responsive and responsible Bidder. Before award, the Bidder must also meet the supplemental responsible bidder criteria list below. Further, the apparent low Bidder and second apparent low bidder must complete and submit the Supplemental Responsible Bidder Criteria Form including the information listed below to the City within no later than the close of five (5) business days after bid opening. The City reserves the right to require such documentation from other bidders also. 2. SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA 1. Criteria: a. The Bidder must have successfully completed at least one (1) project of similar scope and magnitude to the work described herein, within the five (5) years prior to bid opening. b. The Bidder’s project manager must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work described herein, within the ten (10) years prior to bid opening. c. The Bidder’s superintendent must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work described herein, within the past ten (10) years prior to bid opening. d. The Bidder’s foreman must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work described herein, within the ten (10) years prior to bid opening. 2. Definition of a Project of Similar Scope and Magnitude to the Work: A “Project” with a similar scope and magnitude to the work is defined as one that meets all of the following requirements: 1) Valued at a minimum of $2,000,000 in construction cost, either as a standalone project or as part of a larger project and; 2) Construction of a minimum of 1,400 linear feet of ductile iron (DI) water main with a diameter of 12 inches or greater and; 3) Installation of a complete public potable water distribution system— including water mains, water services, fire hydrant assemblies, and pipe appurtenances—as a replacement for the existing potable water distribution system. 3. Documentation: The Bidder must complete and submit the Supplemental Responsible Bidder Criteria Form as provided in the bid documents within no later than the close of five (5) business days after bid opening. The City may also use independent sources of information that may be available to demonstrate whether the Bidder is in compliance with the supplemental responsible bidder criteria. 4. Evaluation: In evaluating whether the supplemental responsible bidder criteria are met, the City may check references for the previous projects and may evaluate the project owner’s assessment of the Bidder’s performance including but no limited to the following areas. a. Quality control. b. Safety record. c. Timelines of performance. d. Use of skilled personnel. e. Management of subcontractors. f. Availability of and use of appropriate equipment. g. Compliance with contract documents. h. Management of submittal process, change orders, and close-out. 3. PROCEDURE a. Additional Information The City reserves the right to obtain information from third parties and independent sources of information concerning a Bidder’s compliance with the supplemental responsible bidder criteria and to use that information in their evaluation. The City may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental responsible bidder criteria. b. Appeal of Responsibility Decision. If the City determines that the Bidder does not meet the supplemental responsible bidder criteria above and is therefore not a responsible bidder, the City will notify the Bidder in writing with the reasons for its determination. If the Bidder disagrees with this determination. The Bidder may appeal to the City’s Project Manager for this project by presenting additional information to the City’s Project Manager within two (2) business days after receipt of the City’s determination. The City’s Project Manager will consider the appeal and any additional information and will issue a decision regarding the appeal. Saturday, Sunday, and City’s Holidays are not counted as business days. CAG-26-001 CITY OF RENTON CALL FOR BIDS Highlands Reservoir Water Main Improvements Project WTR-27-03888 Sealed bids will be received until 2:00 p.m. Wednesday, March 25, 2026, at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. No mailed, Fedex, or UPS delivered will be accepted. Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 3:00 p.m. Wednesday, March 25, 2026 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted.  Please include bidder’s name, address, and the name of the project on the envelope The bid opening meeting can be accessed via videoconference by clicking this link to join the ZOOM meeting:  https://us06web.zoom.us/j/82746295265?pwd=VWjA0uEKB5bU6xxJb5ibTqQvrOMZWG.1  Using the Zoom app: Meeting ID: 827 4629 5265; Passcode: 116574  Via telephone by dialing: 12532158782,,82746295265#,,,,*116574#  Zoom is free to use and is available at https://zoom.us/ The Work shall be physically completed within 300 working days from the date of the Notice to Proceed given by the Engineer. The Work under this contract shall include, but not be limited to:  Installation of approximately 5,400 linear feet of 6-inch to 16-inch restrained-joint ductile iron water main and appurtenance, including 69 gate and butterfly valves, 8 fire hydrants, 35 water service lines, 34 connections to existing water mains, and the in-place abandonment, removals and disposals of existing water system and asbestos cement pipes.  Installation of approximately 1,600 linear feet of 8-inch to 18-inch storm pipes, along with 18 storm catch basins and manholes.  Restoration of surface conditions including asphalt trench patching, asphalt overlay, and reconstruction of concrete curbs, gutters, and sidewalks.  Implementation of traffic control, erosion and sedimentation control measures, and trench safety systems.  Other work as necessary to complete the project. A non-mandatory pre-bid meeting will be held online via a Microsoft Team Meeting on Monday, March 16, 2026, at 10:00 a.m. Pacific Time. Bidders are strongly urged to inspect all areas of the work sites, prior to the non-mandatory pre-bidding meeting and/or prior to bidding to familiarize with the nature of work. The purpose of the non-mandatory pre-bid meeting is to review the scope of work, to provide for identification and discussion of potential concerns that might arise during the administration of the Contract and/or seek clarification of technical or procedural aspects of this Contract. There will be Q/A session during and at the end of the meeting. The link to the Microsoft Team Meeting is as follows. https://teams.microsoft.com/meet/24952894058931?p=vfs4hWnINTyaEwyV53 Meeting ID 249 528 940 589 31; Passcode: fT3LD9kM Via Telephone by dialing: +1 425-655-2231,,271949195# Phone conference ID: 271 949 195# The estimated project cost is $8,000,000 to $9,000,000. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”, “Public Works”, “City of Renton”, “Project’s Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” to receive automatic email notification of future addenda and to be placed on the “Bidders List.”). Bid documents will also be available at http://rentonwa.gov/bids/ under “Call for Bids.” The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available on February 26, 2026. Should you require further assistance, contact Builder Exchange of Washington at (425) 258- 1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. Women and Minority Business Enterprises (WMBE) are encouraged to bid. Questions about the project shall be addressed to, Ken Srilofung, City of Renton, Public Works Dept., (425) 430-7247 or ksrilofung@rentonwa.gov. Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered. The city will not be responsible for other explanations or interpretations of the bid documents. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Jason A. Seth, MMC, City Clerk Published: Daily Journal of Commerce February 26, 2026 Daily Journal of Commerce March 5, 2026 Daily Journal of Commerce March 12, 2026 Daily Journal of Commerce March 19, 2026 Public Works Department Highlands Reservoir Water Main Improvements Project WTR-27-03888 Documents to be Submitted with Bid  PROPOSAL BID BOND FORM  DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION  PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM  SCHEDULE OF PRICES  ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA  CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES  SUBCONTRACTOR LIST Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ____________________of [address] _______________________________________________________as Principal, and [Surety] __________________________________________________________ a corporation duly organized under the laws of the State of , and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following project, to wit: Highlands Reservoir Water Main Improvements Project WTR-27-03888 said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this day of , . ________________________________ ________________________________ [Principal] [Surety] ________________________________ ________________________________ [Signature of authorized official] [Signature of authorized official] _____________________________ By:_____________________________ [Title] [Attorney-in-Fact] ________________________________ [Address] ________________________________ ________________________________ ________________________________ [Telephone Number] Approved by the City Attorney on 6/03/13 This form must be submitted with the Bid Proposal. Department of Labor and Industries Certificate of Registration Name on Registration: __________________________________________________ Registration Number: __________________________________________________ Expiration Date: __________________________________________________ Note: A copy of the certificate will be requested as part of contract execution when project is awarded. This form must be submitted with the Bid Proposal. Proposal - Page 1 of 2 CITY OF RENTON Highlands Reservoir Water Main Improvements Project WTR-27-03888 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications, contract and schedule of prices. The undersigned further certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. This form must be submitted with the Bid Proposal. Proposal - Page 2 of 2 FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm Printed Name:______________________________ Signature:_____________________________________ Address: __________________________________________________________________________________ Contact Name (please print): _________________________________________________________________ Phone:____________________________________ Email: _______________________________________ OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Subscribed and sworn to before me on this _______ day of _________________, 20____ Notary Public in and for the State of Washington Notary (Print)_________________________________ My appointment expires:________________________ Names of Members of Partnership: CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents BID SCHEDULE A - GENERAL A01 Mobilization & Demobilization 1 _ _ _ _ _ _ _ LS Per LS A02 1 _ _ _ _ _ _ _ LS Per LS A03 1 _ _ _ _ _ _ _ LS Per LS A04 200 _ _ _ _ _ _ _ HR Per HR A05 Site Specific Potholing Up to 6-Foot in Depth 190 _ _ _ _ _ _ _ EA Per EA A06 55 _ _ _ _ _ _ _ EA Per EA A07 20 _ _ _ _ _ _ _ EA Per EA A08 1 _ _ _ _ _ _ _ LS Per LS A09 Construction Dewatering 1 _ _ _ _ _ _ _ LS Per LS A10 Trench Excavation Safety System 1 _ _ _ _ _ _ _ LS Per LS A11 Hot Mix Asphalt Overlay 2,650 _ _ _ _ _ _ _ TON Per TON A12 Project Signage 2 _ _ _ _ _ _ _ EA Per EA A13 Property Restoration 1 _ _ _ _ _ _ _ LS Per LS A14 Remove and Replace Pavement Markings 1 _ _ _ _ _ _ _ LS Per LS A15 Apprenticeship Incentive 1 $2,000.00 $2,000.00 CAL. Per CAL. A16 Apprenticeship Penalty 1 $0.00 $0.00 CAL. Per CAL. Construction Surveying, Staking, and As-Built Drawings ITEM WITH UNIT PRICED BID Temporary Traffic Control Uniformed Police Officer Site Specific Potholing for Duct Banks or Utilities Encased in Concrete Up to 8 Feet in Depth Site Specific Potholing Deeper than 6-Foot Erosion and Water Pollution Prevention Schedule of Prices Page 1 of 9 CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents ITEM WITH UNIT PRICED BID BID SCHEDULE B - STORMWATER AND ROADWAY B01 Minor Changes 1 $100,000.00 $100,000.00 EST. Per EST. B02 Sawcutting Asphalt Pavement 3,100 _ _ _ _ _ _ _ LF Per LF B03 35 _ _ _ _ _ _ _ CY Per CY B04 Crushed Surfacing Top Course (CSTC)280 _ _ _ _ _ _ _ TON Per TON B05 Gravel Borrow for Backfill 1,160 _ _ _ _ _ _ _ TON Per TON B06 920 _ _ _ _ _ _ _ TON Per TON B07 Cement Concrete Sidewalk 85 _ _ _ _ _ _ _ SY Per SY B08 Cement Concrete Curb and Gutter 145 _ _ _ _ _ _ _ LF Per LF B09 100 _ _ _ _ _ _ _ TON Per TON B10 Construction Geotextile for Separation 75 _ _ _ _ _ _ _ SY Per SY B11 Abandon Existing Storm Structure 2 _ _ _ _ _ _ _ EA Per EA B12 Remove Existing Storm Structure-Inlet 8 _ _ _ _ _ _ _ EA Per EA B13 Remove Existing Storm Structure-Manhole 7 _ _ _ _ _ _ _ EA Per EA Controlled Density Fill (CDF) -Pipe Abandonment Subtotal Schedule A 10.5% Sale Tax Total Schedule A Removal and Replacement of Unsuitable Foundation Materials Permanent Asphalt Patch Schedule of Prices Page 2 of 9 CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents ITEM WITH UNIT PRICED BID B14 Remove Existing Storm Pipe 1,010 _ _ _ _ _ _ _ LF Per LF B15 1 _ _ _ _ _ _ _ FA Per FA B16 10 _ _ _ _ _ _ _ EA Per EA B17 7 _ _ _ _ _ _ _ EA Per EA B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 _ _ _ _ _ _ _ LF Per LF B19 8-inch Diam. Ductile Iron Storm Pipe 165 _ _ _ _ _ _ _ LF Per LF B20 12-inch Diam. Ductile Iron Storm Pipe 1,015 _ _ _ _ _ _ _ LF Per LF B21 12-inch Diam. Polypropylene Storm Pipe 55 _ _ _ _ _ _ _ LF Per LF B22 265 _ _ _ _ _ _ _ LF Per LF B23 18-inch Diam. Ductile Iron Storm Pipe 42 _ _ _ _ _ _ _ LF Per LF B24 Catch Basin Type 1 9 _ _ _ _ _ _ _ EA Per EA B25 1 EA Per EA B26 7 _ _ _ _ _ _ _ EA Per EA B27 40 _ _ _ _ _ _ _ LF Per LF B28 40 _ _ _ _ _ _ _ LF Per LF B29 1,600 LF Per LF B30 1 _ _ _ _ _ _ _ LS Per LS Connect New Storm Pipe to Existing Storm Structure Removal of Unforeseen Obstructions and Debris 6-inch Diam. Sanitary Side Sewer Pipe Relocation (For Storm Conflict) CCTV Inspection Remove Existing Abandoned Traffic Detection Wire Loops 18-inch Diam. Polypropylene Storm Pipe Catch Basin Type 1L 48-inch Diam. Catch Basin Type 2 _ _ _ _ _ _ _ Connect Existing Storm Pipe to New Storm Structure 4-inch Diam. Sanitary Side Sewer Pipe Relocation (For Storm Conflict) Schedule of Prices Page 3 of 9 CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents ITEM WITH UNIT PRICED BID B31 3,300 _ _ _ _ _ _ _ LF Per LF B32 8 _ _ _ _ _ _ _ EA Per EA B33 1 _ _ _ _ _ _ _ EA Per EA B34 1 _ _ _ _ _ _ _ EA Per EA B35 1 FA Per FA BID SCHEDULE C - WATER C01 1 Est. Per Est. C02 1 _ _ _ _ _ _ _ LS Per LS C03 10,500 _ _ _ _ _ _ _ LF Per LF C04 200 _ _ _ _ _ _ _ LF Per LF C05 Controlled Density Fill (CDF)-Pipe Abandonment 30 _ _ _ _ _ _ _ CY Per CY C06 Crushed Surfacing Top Course (CSTC)1,250 _ _ _ _ _ _ _ TON Per TON C07 8,150 _ _ _ _ _ _ _ TON Per TON C08 Asphalt Treated Base 155 _ _ _ _ _ _ _ TON Per TON C09 Permanent Asphalt Patch 2,280 _ _ _ _ _ _ _ TON Per TON C10 20 _ _ _ _ _ _ _ SY Per SY C11 Cement Concrete Sidewalk 145 _ _ _ _ _ _ _ SY Per SY Permits Cement Concrete Driveway Sawcutting Asphalt Pavement Gravel Borrow for Backfill Resolution of Utility Conflicts for Proposed Storm System Connection 3-inch Diam Schedule 80 PVC Conduit to Existing Vault Minor Changes 3-inch Diam. Schedule 80 PVC Conduit Small Cable Vault Locking LID STD. Duty J-Box Type 2 $100,000.00 $100,000.00 $300,000.00 $300,000.00 Asbestos Cement (AC) Pipe Removal Total Schedule B Schedule of Prices Page 4 of 9 CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents ITEM WITH UNIT PRICED BID C12 Cement Concrete Curb and Gutter 195 _ _ _ _ _ _ _ LF Per LF C13 150 _ _ _ _ _ _ _ TON Per TON C14 Construction Geotextile for Separation 300 _ _ _ _ _ _ _ SY Per SY C15 Removal of Unforeseen Obstructions and Debris 1 _ _ _ _ _ _ _ FA Per FA C16 CLSM Encasement 10 _ _ _ _ _ _ _ CY Per CY C17 Survey Monument Replacement 7 _ _ _ _ _ _ _ EA Per EA C18 Removal of Existing Fire Hydrant 7 _ _ _ _ _ _ _ EA Per EA C19 Abandon Existing Gate Valves 46 _ _ _ _ _ _ _ EA Per EA C20 Abandon Existing Water Main 1 _ _ _ _ _ _ _ LS Per LS C21 Cut, Cap, and Block Existing Water Mains 2 _ _ _ _ _ _ _ EA Per EA C22 515 _ _ _ _ _ _ _ LF Per LF C23 120 _ _ _ _ _ _ _ LF Per LF C24 4,170 _ _ _ _ _ _ _ LF Per LF C25 480 _ _ _ _ _ _ _ LF Per LF C26 210 _ _ _ _ _ _ _ CY Per CY C27 4-inch Diam. Gate Valve Assembly 1 _ _ _ _ _ _ _ EA Per EA C28 6-inch Diam. Gate Valve Assembly 2 _ _ _ _ _ _ _ EA Per EA 8-inch Diam. Ductile Iron Class 52 Restrained Joint Water Pipe & Restrained Joint Fittings w/Polywrap Removal and Replacement of Unsuitable Foundation Materials 10-inch Diam. Ductile Iron Class 52 Restrained Joint Water Pipe & Restrained Joint Fittings with Polywrap 12-inch Diam. Ductile Iron Class 52 Restrained Joint Water Pipe & Restrained Joint Fittings with Polywrap 16-inch Diam. Ductile Iron Class 52 Restrained Joint Water Pipe & Restrained Joint Fittings with Polywrap Concrete for Concrete Blocking and Straddle Thrust Blocking and Tie Rod Schedule of Prices Page 5 of 9 CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents ITEM WITH UNIT PRICED BID C29 8-inch Diam. Gate Valve Assembly 11 _ _ _ _ _ _ _ EA Per EA C30 10-inch Diam. Gate Valve Assembly 4 _ _ _ _ _ _ _ EA Per EA C31 12-inch Diam. Gate Valve Assembly 35 _ _ _ _ _ _ _ EA Per EA C32 16-inch Diam. Butterfly Valve Assembly 8 _ _ _ _ _ _ _ EA Per EA C33 Fire Hydrant Assembly 8 _ _ _ _ _ _ _ EA Per EA C34 1 _ _ _ _ _ _ _ EA Per EA C35 2-inch Blow Off Assembly-Permanent 2 _ _ _ _ _ _ _ EA Per EA C36 1-inch Diam. Water Service Connection 26 _ _ _ _ _ _ _ EA Per EA C37 1.5-inch Diam. Water Service Connection 8 _ _ _ _ _ _ _ EA Per EA C38 2-inch Diam. Water Service Connection 1 _ _ _ _ _ _ _ EA Per EA C39 1 _ _ _ _ _ _ _ EA Per EA C40 2 _ _ _ _ _ _ _ EA Per EA C41 1 _ _ _ _ _ _ _ EA Per EA C42 1 _ _ _ _ _ _ _ EA Per EA C43 Connection A to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C44 Connection B to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C45 Connection C to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA Connection to Existing 8-inch Diam. Sprinkler Water Service Line Connection to Existing 6-inch Diam. of Fire Hydrant Main Line 1-inch Diam. Air and Vacuum Release Valve Assembly Connection to Existing 6-inch Diam. Sprinkler Water Service Line Connection to Existing 4-inch Diam. Sprinkler Water Service Line Schedule of Prices Page 6 of 9 CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents ITEM WITH UNIT PRICED BID C46 Connection D to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C47 Connection E to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C48 Connection F to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C49 Connection G to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C50 Connection H to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C51 Connection I to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C52 Connection O to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C53 Connection J to Existing 10-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C54 Connection K to Existing 10-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C55 Connection L to Existing 10-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C56 Connection M to Existing 10-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C57 Connection N to Existing 10-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C58 Connection P to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C59 Connection Q to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C60 Connection R to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C61 Connection S to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C62 Connection T to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA Schedule of Prices Page 7 of 9 CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents ITEM WITH UNIT PRICED BID C63 Connection U to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C64 Connection V to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C65 Connection W to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C66 Connection X to Existing 16-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C67 Connection Y to Existing 16-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C68 Connection Z to Existing 16-inch Diam. Water Main 1 _ _ _ _ _ _ _ EA Per EA C69 1 _ _ _ _ _ _ _ EA Per EA C70 1 _ _ _ _ _ _ _ EA Per EA C71 Connections to Existing 12"x 8" DI Cross 1 _ _ _ _ _ _ _ EA Per EA C72 60 _ _ _ _ _ _ _ LF Per LF C73 80 _ _ _ _ _ _ _ LF Per LF C74 11 _ _ _ _ _ _ _ EA Per EA C75 Adjust Existing Manhole Cover to Finished Grade 37 _ _ _ _ _ _ _ EA Per EA C76 19 _ _ _ _ _ _ _ EA Per EA C77 1 FA Per FA C78 Additional Ductile Iron Fittings 8,000 _ _ _ _ _ _ _ LB Per LB 6-inch Diam. Sanitary Side Sewer Pipe Relocation (For Water Conflict) $250,000.00 $250,000.00 4-inch Diam. Sanitary Side Sewer Pipe Relocation (For Water Conflict) Adjust Existing Water Valve Box Cover to Finished Grade Adjust Existing Gas Valve Box Cover to Finished Grade Resolution of Utility Conflicts for Proposed Water System Connection AA to Existing 16-inch Diam. Water Main Connection AB to Existing 16-inch Diam. Water Main Schedule of Prices Page 8 of 9 CITY OF RENTON SCHEDULE OF PRICES Highlands Reservoir Water Main Improvements Project WTR-27-03888 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. *Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents ITEM WITH UNIT PRICED BID Summary $ $ $ $ Note: Determination of low bidder will be based solely on the "Total Bid Amount" Total Bid Amount, Schedule A, B, and C = $ Total Schedule A brought forward = Total Schedule B brought forward = Total Schedule C brought forward = Subtotal Schedule C 10.5% Sale Tax Total Schedule C Schedule of Prices Page 9 of 9 CITY OF RENTON Highlands Reservoir Water Main Improvements Project WTR-27-03888 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA By signing below, Bidder acknowledges receipt and understanding of the following Addenda: ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ SIGNED:_________________________________________________ TITLE:_________________________________________________ NAME OF COMPANY:_________________________________________________ ADDRESS:_________________________________________________ CITY/ STATE/ ZIP:_________________________________________________ TELEPHONE:_________________________________________________ This form must be submitted with the Bid Proposal. Template updated 2-12-19 This form must be submitted with the Bid Proposal . Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder’s Business Name Signature of Authorized Official* Printed Name Title Date City State Check One: Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐ LLC ☐ State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal In accordance with RCW 39.30-060 as amended by House Bill 1633: For all public works contracts exceeding $1,000,000 the bidder shall submit with the bid the names of the licensed subcontractors and proof of license with whom the bidder, if awarded the contract, will subcontract for the following work or to name itself for the work, if it is licensed to perform the work for which it has named itself.: • All structural steel installation, rebar installation, heating, ventilation and air conditioning, and plumbing work as described in chapter 18.106 RCW, and electrical work as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors) shall be submitted as part of the bid. *Note: Bidders are notified that it is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc., are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected. If the work does not apply to this contract, check the box “Not Appl icable”. If the work will be self- performed by the bidder, check the box “Self-Performed”. If the subcontractors’ names are not submitted with the bid OR if two or more subcontractors are named to perform the same work, the bid shall be considered nonresponsive and, therefore, void. If subcontractors vary with bid alternates, please complete a separate form indicating which subcontractors will be used for which bid alternate. Complete the following: If awarded the contract, will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, electrical (including automatic controls) work, structural steel installation, and rebar installation: The following list of subcontracts is due with the bid. Errors identified by the contracting agency in the proof of license information must be corrected by the bidder within 48 hours of bid submission. Category of Work Heating, Ventilation & Air Conditioning (HVAC) Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Page 2 SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing (per RCW 18.106) Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Category of Work Electrical (per RCW 19.28) *See Note Above *See Note Above ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Category of Work Structural Steel Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Category of Work Rebar Installation Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work Category of Work Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Contractor's WA License No. Bid Item Numbers Description of Work SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA FORM PROJECT NAME: Highlands Reservoir Water Main Improvements Project, WTR-27-03888 CONTRACTOR’S COMPANY NAME: DATE: ADRESSS: TELEPHONE: The bidder must document that the bidder meets the supplemental responsible bidder criteria. The bidder should provide additional sheet to fully describe referenced projects and experiences. 1. The Supplemental Responsible Bidder Criteria states that the Bidder must have successfully completed at least one (1) project of similar scope and magnitude to the work within the five (5) years prior to bid opening. List the projects that show that the Bidder meets these requirements. Furnish references for information concerning all work listed above. Project Name Year Owner Location Construction Cost Value ($) Name Title Phone Number Email Address This form must be submitted by Apparent Low Bidder and Second Apparent Low Bidder within 5 Business Days after Bid Opening 2. The Supplemental Responsible Bidder Criteria states that Bidder’s project manager must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work within the ten (10) years prior to bid opening. List the project manager’s name and projects that show that he or she meets these requirements. Name: Furnish references for information concerning all work listed above. 3. The Supplemental Responsible Bidder Criteria states that Bidder’s superintendent must have successfully completed the supervision of at least three (3) projects of similar scope and magnitude to the work within the past ten (10) years prior to bid opening. List the superintendent’s name and projects that show that he or she meets these requirements. Name: Project Name Year Owner Location Construction Cost Value ($) Name Tittle Phone Number Email Address Project Name Year Owner Location Construction Cost Value ($) Furnish references for information concerning all work listed above. 4. The Supplemental Responsible Bidder Criteria states that Bidder’s foreman must have successfully completed the supervision at least three (3) projects of similar scope and magnitude to the work within the ten (10) years prior to bid opening. List the foreman’s name and projects that show that he or she meets these requirements. Name: Furnish references for information concerning all work listed above. 5. Name and title of the person filing out the form. NAME: TITLE: Name Tittle Phone Number Email Address Project Name Year Owner Location Construction Cost Value ($) Name Tittle Phone Number Email Address 14-CONTRACT SECTION-highlands R. Water M. Highlands Reservoir Water Main Improvements Project WTR-27-03888 Documents to be Submitted after Notice of Award The contract documents in this section must be executed and submitted by the successful Bidder within ten (10) days including Certificate of Liability Insurance following the Notice of Award. Contract Bond to the City of Renton Fair Practices Policy Affidavit of Compliance Agreement Retainage Selection and Retainage Bond Highlands Réservoir Water Main Improvements Project Page 1 of 2 Contract Bond to the CITY of Renton WTR-27-03888 03/08/2022 F clb CONTRACT BOND TO THE CITY OF RENTON Bond No. ________________ KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________ of [address]________________________________________________ as PRINCIPAL , and (SURETY)_________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a SURETY corporation, and qualified under the laws of the State of Washington to become SURETY upon bonds of contractors with municipal corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton (CITY/OWNER) in the sum of ________________________________________________ US Dollars ($_____________________) Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, successors, assigns, executors, administrators and personal representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of Washington and the ordinances of the City of Renton. Dated at _____________, Washington, this ________ day of ____________________, 2026. NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS: WHEREAS, under and pursuant to Contract No. CAG-26-001 providing for construction of the Highlands Reservoir Water Main Improvements Project WTR-27-03888; the PRINCIPAL has accepted, or is about to accept, the Contract, and undertake to perform the Work therein provided for in the manner and within the time set forth. • The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to faithfully perform the Contract. • The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other design professionals retained by OWNER in connection with the Project. • No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond. SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract Bond and notice to SURETY is not required for such increased obligation. • This Contract Bond shall be governed and construed by the laws of the State of Washington, and Highlands Réservoir Water Main Improvements Project Page 2 of 2 Contract Bond to the CITY of Renton WTR-27-03888 03/08/2022 F clb venue shall be in King County, Washington. FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that PRINCIPAL or SURETY: • Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the manner and within the time specified as may be extended under the Contract; • Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on of such work under the Contract; • Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82 RCW or any other law; • Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized representative of CITY. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the SURETY. PRINCIPAL SURETY [PRINCIPAL] [SURETY] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or SURETY Company: Telephone: H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-03888 - Highlands 435 Zone Mains-PHASE I\50.1 Re-Design\Front End Specifications\16-Affidavit-Fair Practices-Final 2011 CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE _______________________________________________________ hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran’s status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable, the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative’s Name Print Agent/Representative’s Title Agent/Representative’s Signature Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. AGREEMENT CONTRACT NO. 26-001 THIS AGREEMENT, made and entered into this _____ day of ______, 2026 by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and _________________, hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2025 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations (“Standard Specifications”); the City’s Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor’s Proposal and all documents submitted therewith in response to the City’s Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City’s Call for Bids and Contract Documents. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled HIGHLANDS RESERVOIR WATER MAIN IMPROVEMENTS PROJECT, WTR-27-03888, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $_________________, unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. Highlands Réservoir Water Main Improvements Project WTR-27-03888 [Enter Agreement Name] [Enter Date] Contract Template Updated 12/29/2017 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR: CITY OF RENTON: President/Partner/Owner Armando Pavone, Mayor ATTEST Secretary Jason Seth, City Clerk FIRM INFORMATION d/b/a [Enter Firm name] CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation STATE OF INCORPORATION: [Enter state of incorporation] CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION: Adress Line 1 City of Renton Address Line 2 1055 South Grady Way City, State and Zip Renton, WA. 98057 [Enter Phone Number] Water Utility, Ken Srilofung, 425-430-7247 [Enter Fax Number or Email Address] ksrilofung@rentonwa.gov Fax: 425-430-7241 Attention: If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR, if one signature is permitted by corporation by -laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and fi rm or trade name. Any one partner may sign the contract. If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title. CITY OF RENTON Highlands Reservoir Water Main Station Improvements Project WTR-27-03888 RETAINAGE SELECTION AND RETAINTAGE BOND Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent of the monies earned by the Contractor will be retained from progress estimates. The retainage will be used as a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims of any person arising under the Contract. Retainage shall be placed in a fund held by the City (non-interest bearing), unless the Contractor selects a one of the options listed below and completes all arrangements needed for that option to the satisfaction of the City. Other retainage fund options: __ 1. Deposited by the City in an escrow account (interest bearing) in a bank, mutual savings bank, or savings and loan association. Deposits will be in the name of the City and are not allowed to be withdrawn without the City’s written authorization, or __ 2. The City, at its’ option, may accept a bond from the Contractor in lieu of retainage. If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be used, and for making all arrangements and paying all costs associated with that option. All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and approval. Release of the Retainage will be made 60 days following the Completion Date provided the conditions in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met. SIGNED:_________________________________________________ PRINT NAME:_________________________________________________ COMPANY:_________________________________________________ DATE:_________________________________________________ 24a-State Prevailing Wages Reference\ WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in _King_ County, may be found at the following website address of the Department of Labor and Industries: https://secure.lni.wa.gov/wagelookup/ Check with the Department of Labor and Industries for any questions regarding Prevailing Wage Rates, and for a copy of all trade classifications. Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is March 2026. A copy of the applicable prevailing wages rates is also available for viewing at the office of the Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington. Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project. The Statee of Washinton “Statement of Intent to Pay Prevailing Wages” and “Affidavit of Wages Paid-Public Works Contract” may be filed online with the Department of Labor and Industries. FINAL CONTRACT VOUCHER CERTIFICATE Contractor Street Address City State Zip Date City Contract Number City Project Number Federal-Aid Number (if applicable) Contract Title Date Work Physically Complete Final Amount CONTRACTOR’S CERTIFICATION I, The undersigned, having first been duly sworn, certify that I am authorized to sign for the claimant; that in connection w ith the work performed and to the best of my knowledge no loan, gratuity or gift in any form whatsoever has been extended to any employee of the City of Renton nor have I rented or purchased any equipment or materials from any employee of the City of Renton; I furth er certify that the attached final pay estimate is a true and correct statement showing all the monies due to me from the City of Renton for work performed and material furnished under this contract; that I have carefully examined said final pay estimate and understand the same and that I release the City of Renton from any and all claims of whatsoever nature which I may have, arising out of the performance of said contract, which are not set forth in said estimate. Contractor Authorized Signature (Required) Printed Signature Name Subscribed and sworn to before me this _________________________________ day of _________________________ 20_________ ________________________________________________Notary Public in and for the State of ___ residing at ________________________________________________________ CITY OF RENTON CERTIFICATION I, certify the attached final pay estimate to be based upon actual measurements, and to be true and correct. Project Manager Signature Public Works Dept., Section Manager Approved Date Contractor’s claims, if any, must be included and the Contractor’s Certification must be labeled indicating a claim is attached. TO BE SUBMITTED WITH REQUEST FOR FINAL PAY ESTIMATE 21 City of Renton Special Provisions\ CITY OF RENTON SPECIAL PROVISIONS 02/19/2026 i Table of Contents DIVISION 1 GENERAL REQUIREMENTS .....................................................................2 1-01 DEFINITIONS AND TERMS ......................................................................................2 1-02 BID PROCEDURES AND CONDITIONS .................................................................5 1-02.1 Prequalification of Bidders ...................................................................................... 5 1-02.2 Plans and Specifications .......................................................................................... 5 1-02.4(1) General ................................................................................................................. 5 1-02.5 Proposal Forms ........................................................................................................ 6 1-02.6 Preparation of Proposal .......................................................................................... 6 1-02.7 Bid Deposit............................................................................................................... 8 1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order ............................................... 9 1-02.9 Delivery of Proposal ................................................................................................ 9 1-02.10 Withdrawing, Revising, or Supplementing Proposal ............................................. 9 1-02.12 Public Opening of Proposals ............................................................................... 10 1-02.13 Irregular Proposals .............................................................................................. 10 1-02.14 Disqualification of Bidders ................................................................................... 11 1-02.15 Pre-Award Information ........................................................................................ 13 1-03 AWARD AND EXECUTION OF CONTRACT ........................................................13 1-03.1 Consideration of bids ............................................................................................. 13 1-03.2 Award of Contract .................................................................................................. 14 1-03.3 Execution of Contract ............................................................................................ 14 1-03.4 Contract Bond ........................................................................................................ 16 1-03.7 Judicial Review ...................................................................................................... 16 1-04 SCOPE OF WORK .....................................................................................................17 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda ........................................................................................................................ 17 1-04.6 Variation in Estimated Quantities .......................................................................... 17 1-04.7 Differing Site Conditions (Changed Conditions) ..................................................... 18 1-04.8 Progress Estimates and Payments ......................................................................... 22 1-04.11 Final Cleanup ....................................................................................................... 22 1-04.12 Contractor-Discovered Discrepancies ................................................................. 22 1-05 CONTROL OF WORK ...............................................................................................23 02/19/2026 ii 1-05.4 Conformity with and Deviation from Plans and Stakes ......................................... 23 1-05.7 Removal of Defective and/or Unauthorized Work ................................................. 25 1-05.10 Guarantees ........................................................................................................... 26 1-05.11 Final Inspection ................................................................................................... 27 1-05.12 Final Acceptance ................................................................................................. 29 1-05.13 Superintendents, Labor and Equipment of Contractor ........................................ 29 1-05.14 Cooperation with Other Contractors ................................................................... 29 1-05.15 Method of Serving Notices ................................................................................... 30 1-05.16 Water and Power .................................................................................................. 30 1-05.17 Oral Agreements .................................................................................................. 30 1-05.18 Contractor's Daily Diary ..................................................................................... 31 1-06 CONTROL OF MATERIAL ......................................................................................32 1-06.1 Approval of Materials Prior to Use ....................................................................... 32 Section ................................................................................................................................. 35 Description .......................................................................................................................... 35 Required Submittal Date ..................................................................................................... 35 1-06.1(4) Fabrication Inspection Expense .......................................................................... 38 1-06.6 Recycled Materials................................................................................................. 38 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .................39 1-07.1 Laws to be Observed. ............................................................................................. 39 1-07.2 State Tax ................................................................................................................. 39 1-07.4 Sanitation ................................................................................................................. 41 1-07.6 Permits and Licenses ............................................................................................. 41 1-07.9 Wages ..................................................................................................................... 43 1-07.9(3) Apprentices .......................................................................................................... 43 1-07.11 Requirements for Non-Discrimination ................................................................. 47 1-07.13 Contractor’s Responsibility for Work ................................................................... 47 1-07.15 Temporary Water Pollution Prevention ............................................................... 48 1-07.16 Protection and Restoration of Property ............................................................... 51 1-07.17 Utilities and Similar Facilities ............................................................................. 52 1-07.18 Public Liability and Property Damage Insurance ............................................... 58 1-07.22 Use of Explosives ................................................................................................. 62 1-07.23 Public Convenience and Safety ............................................................................ 63 02/19/2026 iii 1-07.24 Rights-of-Way ....................................................................................................... 65 1-07.29 Confined Space Entry .......................................................................................... 66 1-08 PROSECUTION AND PROGRESS ..........................................................................67 1-08.0 Preliminary Matters ............................................................................................... 67 1-08.1 Subcontracting ....................................................................................................... 70 1-08.3 Progress Schedule .................................................................................................. 70 1-08.4 Prosecution of the Work ......................................................................................... 72 1-08.4(a) Phasing and Sequencing of Work ........................................................................ 73 1-08.5 Time for Completion .............................................................................................. 76 1-08.6 Suspension of Work ................................................................................................ 77 1-08.7 Maintenance During Suspension ........................................................................... 78 1-08.9 Liquidated Damages .............................................................................................. 78 1-08.11 Contractor's Plant and Equipment ....................................................................... 79 1-08.12 Attention to Work.................................................................................................. 79 1-09 MEASUREMENT AND PAYMENT .........................................................................79 1-09.1 Measurement of Quantities .................................................................................... 79 1-09.3 Scope of Payment ................................................................................................... 81 1-09.6 Force Account ........................................................................................................ 81 1-09.7 Mobilization ........................................................................................................... 82 1-09.9 Payments ................................................................................................................ 82 1-09.11 Disputes and Claims ............................................................................................ 87 1-09.13 Claims and Resolutions........................................................................................ 88 1-09.14 Payment Schedule ................................................................................................ 90 1-10 TEMPORARY TRAFFIC CONTROL ...................................................................139 1-10.1 General ................................................................................................................ 139 1-10.3 Traffic Control Labor, Procedures, and Devices ................................................. 147 1-10.4 Measurement ........................................................................................................ 152 1-10.5 Payment................................................................................................................ 152 1-11 RENTON SURVEYING STANDARDS ..................................................................153 1-11.2 Materials .............................................................................................................. 157 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ...................................158 2-01.1 Description ........................................................................................................... 158 2-01.2 Disposal of Usable Material and Debris ............................................................. 158 02/19/2026 iv 2-01.3(4) Roadside Cleanup ............................................................................................. 158 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS .......................................159 2-03 ROADWAY EXCAVATION AND EMBANKMENT .............................................161 2-04 HAUL ..........................................................................................................................163 2-05 CONTAMINATED SOIL AND GROUND WATER ..............................................163 2-05.1 Description ........................................................................................................... 164 2-05.2 Vacant ................................................................................................................... 164 2-05.3 Construction Requirements .................................................................................. 164 2-06 SUBGRADE PREPARATION .................................................................................164 2-06.2 Subgrade to be Incidental. .................................................................................. 164 2-09 STRUCTURE EXCAVATION .................................................................................165 2-09.1 Description ........................................................................................................... 165 DIVISION 4 BASES ..........................................................................................................167 4-05ASPHALT TREATED BASE (ATB) ...........................................................................167 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .....................................171 5-04 HOT MIX ASPHALT ................................................................................................171 5-04.1 Description ........................................................................................................... 171 5-04.2 Materials .............................................................................................................. 171 5-04.3 Construction Requirements .................................................................................. 174 5-04.4 Measurement ........................................................................................................ 200 5-04.5 Payment................................................................................................................ 201 5-05 CEMENT CONCRETE PAVEMENT .....................................................................201 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA .....................................202 5-06.1 Description ........................................................................................................... 202 5-06.2 Materials .............................................................................................................. 202 5-06.3 Construction Requirements .................................................................................. 203 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, WATER MAINS, AND CONDUITS ..........................................................................................................................204 7-00 General .......................................................................................................................204 7-04 STORM SEWERS .....................................................................................................204 7-04.2 Materials .............................................................................................................. 204 7-05 MANHOLES, INLETS, AND CATCH BASINS ....................................................208 7-05.3 Construction Requirements .................................................................................. 208 02/19/2026 v 7-06 CONSTRUCTION DEWATERING ........................................................................ 211 7-06.1 Description ............................................................................................................ 211 7-06.2 Construction Requirements .................................................................................. 214 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS.......................................216 7-08.3 Construction Requirements .................................................................................. 216 7--09 WATER MAINS .......................................................................................................222 7-12 VALVES FOR WATER MAINS ...............................................................................237 7-12.3 Construction Requirements .................................................................................... 237 7-14 HYDRANTS ...............................................................................................................238 7-15 SERVICE CONNECTIONS .....................................................................................240 7-15.3 Construction Requirements .................................................................................. 240 7-17 SANITARY SEWERS ...............................................................................................241 7-17.2 Materials .............................................................................................................. 241 7-17.3 Construction Requirements .................................................................................. 242 7-18 SIDE SEWERS ..........................................................................................................244 7-18.1 Description ........................................................................................................... 244 7-18.2 Materials .............................................................................................................. 245 7-18.3(6) Sanitary Side Sewer Relocations ..................................................................... 245 DIVISION 8 MISSCELLEOUS CONSTRUCTION ......................................................247 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL .......................247 8-02 ROADSIDE RESTORATION ..................................................................................248 8-03 IRRIGATION SYSTEM ...........................................................................................253 8-03.3 Construction Requirements .................................................................................. 253 8-03.3(1) General Requirements ..................................................................................... 253 8-05 PRE-CONSTRUCTION PHOTOGRAPHS ...........................................................253 8-05.1 Materials .............................................................................................................. 253 8-05.2 Construction Requirements .................................................................................. 253 8-05.3 Payment.................................................................................................................. 254 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES ............................................254 8-06.1 Description ........................................................................................................... 254 8-06.5 Payment ............................................................................................................... 254 8-12 CHAIN LINK FENCE AND WIRE FENCE ..........................................................255 8-12.1 Description ........................................................................................................... 255 02/19/2026 vi 8-12.2 Materials .............................................................................................................. 255 8-12.3 Construction Requirements .................................................................................... 256 8-12.4 Measurement .......................................................................................................... 258 8-12.5 Payment.................................................................................................................. 258 8-13 MONUMENT CASES ...............................................................................................258 8-13.1 Description ........................................................................................................... 258 8-13.3 Construction Requirements .................................................................................. 258 8.13.3(2) Adjust Monument Case and Cover .................................................................... 259 8-13.3(2)C Re-establishment of Disturbed Monument ..................................................... 259 8-14 CEMENT CONCRETE SIDEWALKS ...................................................................260 8-14.3 Construction Requirements .................................................................................... 260 8-18.3 Construction Requirements .................................................................................. 261 8-19 ADJUST GAS VALVE BOXES ................................................................................261 8-19.1 Description ........................................................................................................... 261 8-19.2 Construction Requirements .................................................................................. 261 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT, TRANSPORTATION SYSTEMS, AND ELECTRICAL .................................................262 8-20.1 Description ........................................................................................................... 262 8-20.4 Measurement ........................................................................................................ 266 8-20.5 Payment.................................................................................................................. 266 8--22 PAVEMENT MARKING .........................................................................................267 8-22.1 Description ............................................................................................................. 267 8-22.2 Materials ................................................................................................................ 268 8-22.3 Construction Requirements .................................................................................... 268 8-22.3(6) Removal of Pavement Markings ........................................................................ 269 8-22.4 Measurement .......................................................................................................... 269 8—23 TEMPORARY PAVEMENT MARKINGS ..........................................................269 8—32 PROJECT SIGNAGE ............................................................................................270 DIVISION 9 MATERIALS ...............................................................................................272 9-03 AGGREGATES .........................................................................................................272 9-03.8 Aggregates for Hot Mix Asphalt .......................................................................... 272 9-03.22 Controlled Density Fill (Pipe Abandonment) ...................................................... 273 Materials ........................................................................................................................... 273 02/19/2026 vii Construction Requirements ............................................................................................... 273 Measurement ..................................................................................................................... 274 Payment ............................................................................................................................. 274 9-03.22(A) Cement-based Grout for Abandoning Existing Utilities ............................... 274 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ............................275 9-05.50(2) Manholes ....................................................................................................... 275 9-05.52 Dense Foam Pad ................................................................................................ 275 9-14 EROSION CONTROL AND ROADSIDE PLANTING ........................................276 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES ...............................279 9-23.9 Fly Ash (RC) ........................................................................................................ 279 9-29 ILLUMINATION, SIGNAL, ELECTRICAL .........................................................279 9-29.1(6) Detectable Underground Warning Tape ............................................................ 279 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes ....................................................... 279 9-29.2(1)A Standard Duty Junction Boxes ........................................................................ 279 9-29.2(1)A1 Concrete Junction Boxes ............................................................................... 280 9-29.2(2) Small Cable Vaults and Pull Boxes ................................................................... 280 9-30 WATER DISTRIBUTION MATERIALS ...............................................................281 9-30.1 Pipe ...................................................................................................................... 281 9-30.2 Fittings ................................................................................................................. 282 9-30.3 Valves ................................................................................................................... 288 9-30.5 Hydrants ............................................................................................................... 291 9-30.6 Water Service Connections (2 Inches and Smaller) ............................................. 292 02/19/2026 1 SPECIAL PROVISIONS (January 4, 2024 APWA GSP, Option A) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2025 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (May 1, 2013 Renton GSP) Agency Special Provision Project Special Provisions are labeled without a date as such: (Project Special Provisions, PSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Design Manuals and Construction Standard Plans, City of Renton Public Works Department, Current Edition • Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. 02/19/2026 2 DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.1 General 1-01.3 Definitions (January 19, 2022 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. 02/19/2026 3 Supplement this Section with the following: All references in the Standard Specifications or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1- 08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award 02/19/2026 4 The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 02/19/2026 5 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders (Project Special Provisions, PSP) Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) and supplemental criteria authorized under RCW 39.04.350 to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (July 27, 2011 APWA GSP) Delete this Section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the Work. After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11” x 17”) and contract provisions 4 Furnished automatically upon award Large Plans (22” x 34”) 4 Furnished only upon request Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.4(1) General (December 30, 2022 APWA GSP, Option B) The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is revised to read: Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business 4 business days 02/19/2026 6 preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Section 1-02.4(1) is supplemented with the following: (Feb 3, 2025, Renton GSP) Questions received in less than 4 days prior to the date of sealed bid submittal may not be answered. The City will not be responsible for other explanations or interpretations of the bid documents. 1-02.4(2) Subsurface Information (Project Special Provisions, PSP) Section 1-02.4(2) is supplemented with the following: The Engineering Geology and Geologic Hazards Review and Supplement Engineering Geology Evaluation Technical Memorandum were prepared for the project. The findings and recommendations are summarized in the memorandums which is made available for the bidders’ convenience but is not a part of the contract. 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this Section and replace it with the following: At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of measurement, the items of Work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder’s name, address, telephone number, and signature; and a State of Washington Contractor’s Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. 1-02.6 Preparation of Proposal (April 22, 2025 APWA GSP, Option B) 02/19/2026 7 The first sentence of the second paragraph is revised to read as follows: All price shall in legible figures (not words) written in ink or typed and expressed in U.S. dollars. Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. Delete the last two paragraphs, and replace it with the following: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name and signed by a partner. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. Subcontractor’s List (Project Special Provisions, PSP) The fourth paragraph of Section 1-02.6 is revised to read: For all public works contracting exceeding $1,000,000, the Bidder shall submit with the Bid the completed Subcontractor List Form included in the Contracting Agency Proposal Package containing the following: 1. Subcontractors who will perform the work of structural steel installation, rebar installation, heating, ventilation, air conditioning, and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, 2. The Work those subcontractors will perform on the Contract and the proof of license when required as described in RCW 39.30.060; and 3. No more than one subcontractor for each category of work identified, except, when subcontractors vary with Bid alternates, in which case the Bidder shall identify which subcontractor will be used for which alternate. 02/19/2026 8 *Bidders are notified that it is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc., are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wire or electrical current is connected during project construction. Section 1-02.6 is supplemented as follows: Evidence of the signatory’s authority to sign the Bid Proposal on behalf of the business entity shall be submitted with the Bid Proposal. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and may be rejected. 1-02.6(1) Certification of Compliance with Wage Payment Statutes (Feb 3, 2025, Renton GSP) Section 1-02.6(1) is an added new section: The Bidder shall submit with the Bid a completed and signed “Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts” document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1)(g), as required per Section 1-02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non- responsive and will be rejected. The Bidder may use the form provided in the Bid Documents. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 02/19/2026 9 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order (Feb 3, 2025, Renton GSP) Section 1-02.7(1) is an added new section: As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of either a bid bond, cashier’s check or postal money order in an amount equal to five percent (5%) of the Total Bid Amount shall be submitted with the Bid Proposal. If the Bidder elects to provide a bid bond, the Proposal Bid Bond form included in the Bid Documents shall be used. Otherwise, the Bid Proposal will be considered irregular and non- responsive, and the Bid Proposal will be rejected. If the Bidder elects to provide a cashier’s check, it shall be made payable to the City of Renton. If the Bidder elects to provide a postal money order, it shall be made payable to the City of Renton. Cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (Feb 3, 2025, Renton GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number clearly marked on the outside of the envelope as stated in the Call for Bids, or as otherwise stated in the Bid Documents. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 02/19/2026 10 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals (February 3, 2025, Renton GSP) Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. Only those contractors found on the Builders Exchange of Washington, Inc “Self-Registered Bidders List” will be notified. The addenda will be posted on Builders Exchange of Washington, Inc. 1-02.13 Irregular Proposals (September 3, 2024 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The Bidder adds provisions reserving the right to reject or accept the Award, or enter into the Contract; c. A price per unit cannot be determined from the Bid Proposal; d. The Proposal form is not properly executed; e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271-015), if applicable, as required in Section 1-02.6; f. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6; 02/19/2026 11 g. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are in agreement with the bidder’s DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; h. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award in accordance with Section 1-07.11; i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272- 054), if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; j. The Bidder fails to submit the Bidder Questionnaire (DOT Form 272-022), if applicable as required by Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; or k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. The authorized Proposal Form furnished by the Contracting Agency is not used or is altered; d. The completed Proposal form contains unauthorized additions, deletions, alternate Bids, or conditions; e. Receipt of Addenda is not acknowledged; f. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or g. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (Project Special Provisions, PSP) Delete this Section and replace it with the following: 02/19/2026 12 A Bidder will be deemed not responsible if the Bidder does not meet the supplemental criteria authorized under RCW 39.04.350 and the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. A bidder may be deemed not responsible, and the proposal rejected if: a. More than one Proposal is submitted for the same project from a Bidder under the same or different names; b. Evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further Bids; c. The Bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The Bidder failed to settle bills for labor or materials on past or current Contracts; g. The Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The Bidder is unable, financially or otherwise, to perform the Work; i. A Bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27). j. The Bidder owes delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue; k. The Bidder is currently debarred or suspended by the Federal government; l. There are any other reasons deemed proper by the Contracting Agency. The Contracting Agency will verify that the Bidder meets the supplemental criteria authorized under RCW 39.04.350 and the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request further documentation as needed from the low bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third-parties and independent sources of information concerning a Bidder’s compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the Supplemental Criteria. 02/19/2026 13 The basis for evaluation shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the supplemental criteria authorized under RCW 39.04.350 and the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal to the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. 1-02.15 Pre-Award Information (December 30, 2022 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids (December 30, 2022 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness 02/19/2026 14 of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. (March 3, 2025, Renton GSP) Revise the last sentence of the fourth paragraph to read: If the Contracting Agency does not concur in the error or determines that the error is not the kind for which the law allows relieve, the Contracting Agency may Award the Contract and if the Bidder refuses to execute the Contract, the Bidder’s Bid deposit shall be forfeited as required by RCW 35.23.352. Per RCW 39.04.107, a low bidder on a public works project who claims error and fails to enter into a contract is prohibited from bidding on the same project if a second or subsequent call for bids is made for the project. (Feb 3, 2025, Renton GSP) Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract (Feb 3, 2025, Renton GSP) Section 1-03.2 is supplemented with the following: The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract (July 8, 2024 APWA GSP Option A) Revise this section to read: Within 10 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the 02/19/2026 15 Contracting Agency. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1- 07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency, nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 02/19/2026 16 1-03.4 Contract Bond (July 8, 2024 APWA GSP Option A) Revise this section to read: Within 10 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.7 Judicial Review (December 30, 2022, APWA GSP) Revise this section to read: All decisions made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 02/19/2026 17 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda (Feb 3, 2025, Renton GSP) Revise the second paragraph to read: Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Change Orders after the contract is executed. 2. Addenda. 3. Proposal Form. 4. Renton Project Special Provisions 5. Renton General Special Provisions. 6. Contract Plans. 7. City of Renton Standards and Details. 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction. 9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction. 1-04.4 Changes (March 4, 2025, Renton GSP) The first two sentences of the last paragraph of Section 1-04.4 are deleted. 1-04.4(1) Minor Changes (March 4, 2025, Renton GSP) Section 1-04.4(1) is supplemented as follows: Payments and credits will be determined in accordance with Section 1-09.4 of the Standard Specifications. For the purpose of providing a common proposal for all bidders, the Contracting Agency may have entered an amount for “Minor Change” in the Proposal to become a part of the total bid by the Contractor. 1-04.6 Variation in Estimated Quantities (Project Special Provisions, PSP) Section 1-04.6 is supplemented as follows: The quantities for the following bid items have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of final quantity. These bid items shall not be subject to the provisions of 1-04.6 of the Standard Specifications: • Minor Changes. 02/19/2026 18 • Uniformed Police Officer. • Hot Mix Asphalt Overlay. • Site Specific Potholing Up to 6-Foot Depth. • Site Specific Potholing Deeper than 6-Foot. • Site Specific Potholing for Duct Banks or Utilities Encased in Concrete Up to 8 Feet Depth • Sawcutting Asphalt Pavement. • Crushed Surfacing Top Course (CSTC). • Gravel Borrow for Backfill. • Permanent Asphalt Patch. • Removal and Replacement of Unsuitable Foundation Materials. • Construction Geotextile for Separation. • 4-inch Diam. Sanitary Side Sewer Pipe Relocation (For Water or Storm Conflict). • 6-inch Diam. Sanitary Side Sewer Pipe Relocation (For Water or Storm Conflict). • Asbestos Cement (AC) Pipe Removal • Concrete Blocking and Straddle Thrust Blocking and Tie Rod. • Controlled Density Fill (CDF)-Pipe Abandonment. • CLSM Encasement. • Adjust Existing Water Valve Box Cover to Finished Grade. • Adjust Existing Manhole Cover to Finished Grade. • Adjust Existing Gas Valve Box Cover to Finished Grade. • Additional Ductile Iron Fittings. 1-04.7 Differing Site Conditions (Changed Conditions) (Project Special Provisions, PSP) Section 1-04.7 is supplemented as follows: The following items do NOT constitute differing site conditions, and no additional compensation shall be allowed. • Changes in weather conditions. • Precipitation and snowfalls. • Freezing temperatures. • Increases or decreases in stream flows and runoff, traffic volumes and/or sanitary sewer flows. • Groundwater. • Sandstone, siltstone, shale, and other sedimentary rock that can be excavated using conventional excavation equipment and does not require systematic drilling and blasting for removal. • Suitability of excavated material for re-use (if approved). • Changes in the work or level of effort expended due to the Contractor’s construction means and methods. • Changes in Asphalt or concrete pavement thickness up to 24-inch in depth. • Vandalism, theft, sabotage, and other illegal acts. 02/19/2026 19 • Compliance with permit conditions and directives from permitting agencies. • Re-routing of new facilities to avoid horizontal and vertical conflicts with existing facilities shown on the Contract Plans. • Soil Conditions encountered in existing trench lines and roadway embankments filled. • Availability of area(s) for staging and stockpiling. The Owner reserves the right to mitigate potential unforeseen construction costs that may arise. Prompt notice, as set forth herein, by the Contractor, of circumstances that he believes to be beyond the scope of the Contract and/or Differing Site Conditions, and that will result in additional costs or additional times to address, is paramount to the Owner being able to mitigate such potential circumstances. No Claims by the Contractor for work beyond the scope of the Contract and for Differing Site Conditions shall be allowed unless the Contractor has followed the procedures set forth in Section 1.04.5 and 1-09.11. Different Subsurface and Physical Conditions A. Immediate Written Notice to the City. If Contractor encounters a differing site condition, Contractor shall within no more than 24 hours, and before the conditions are disturbed, give a written notice to the city of such differing site condition (Initial Notice). The Initial Notice shall describe the nature and extent of differing site condition and its impact the progress of the Work. Contractor must preserve and not discard any spoils or physical evidence related to the alleged differing site condition. B. Forensic Tests. Contractor and the city shall have the right to conduct tests or examinations upon the condition constituting the alleged differing site condition. No such tests or examinations shall occur except upon reasonable prior to written notice to both parties. C. Request for Change Order. Unless otherwise agreed upon in writing by the city, within twenty (20) working days of Contractor’s Initial Notice, Contractor shall provide a Request for Change Order demonstrating: 1. A differing site condition was encountered. 2. Contractor reasonably relied on the indications presented in the Contract Documents, inclusive of the Contractual Baselines, and that the differing site condition was not reasonably foreseeable. 3. The differing site conditions caused an unavoidable negative impact on the Contractor’s work, operations or schedule. 4. The sum of reasonable costs solely attributes to the differing site conditions inclusive of alleged project schedule delays (if any). 5. Contractor’s affirmative measures to avoid work-around, prevent or mitigate the negative impact to its work, operation or schedule. To Proceed any claim involving a differing site condition, Contractor must prove each of the foregoing five (5) elements. 02/19/2026 20 D. Waiver 1. If Contractor’s actions disturb, discard, waste or destroy the site such that the city or Engineer cannot adequately investigate the alleged differing site condition, Contractor waives its right to receive any additional time or money because of the differing site condition. 2. Failure by Contractor to provide either (a) the Initial Notice within the time prescribed above or (b) submit a fully documented Request for Change Order demonstrating the elements set forth above within the time prescribed above shall constitute a waiver of Contractor’s right to receive any additional time or money because of the alleged differing site condition. E. Owner’s Response to the Differing Site Condition Request for Change Order. The city has the right to investigate the alleged differing site condition and will respond to Contractor’s Request for Change Order (if any) within 20 working days of receipt of the submission of the fully documented Request for Change Order. F. Contractor’s Obligation to Continue to Work. Contractor shall not disturb the condition until receipt of written authorization from the city that the work can resume at the location of alleged differing site condition. The filling of a differing site condition claims, Initial Notice or Request for Change Order does not relieve Contractor of its obligation to continue with prosecution of the Work. Contractor shall also continue with performance of all other work. G. Compensation. The sole and exclusive remedy for any differing site condition claim, Change Order or other similar request for additional compensation shall be remedy set forth in the following information under “Exclusive Remedy for Differing Site Condition.” Exclusive Remedy for Differing Site Condition A. Method to Calculate Damages and/or Adjustment. In the event of the assertion of a differing site condition, any additional compensation to Contractor or any of its subcontractors shall be determine in accordance with one of the following methods to calculate damages and/or adjustments to the Contract Price that result from or relate to Request for Change Order, and/or claim arising from a differing site condition. 1. Unit Price Method. 2. Firm Fixed Price Method (also known as lump sum). 3. Time and Materials Method. B. Discretion of the City. Determination of the method to be used to calculate adjustments in the Contract Price shall be at the sole discretion of the city. 02/19/2026 21 C. Unit Price Method. Whenever the city authorizes Contractor to perform Work on a Unit Price Basis, the city’s authorization shall clearly state the: 1. Scope of Work to be performed. 2. Applicable Unit Price. 3. Not to exceed amount of reimbursement as established by the city. The applicable unit price shall be deemed to include reimbursement for all direct costs and indirect costs of the work, including overhead and profit as well as any impact disruption, delay, or inefficiency costs. Contractor shall only be paid under this method, up to the not to exceed amount, for the actual quantity of materials incorporated in or removed from the work and such quantities must be supported by field measurement statements verified by the city. D. Firm Fixed Price Method. Contractor and the city may mutually agree on a fixed price amount as the total compensation for the performance of change work. 1. Contractor shall provide a detailed cost breakdown supporting Contractor’s requested adjustment to Contract Price and any other financial documentation requested by the city. 2. Any adjustment to Contract Price using firm fixed price method shall include only reasonable costs for labors, equipment, materials, overhead and profit. 3. Whenever the city authorizes Contractor to perform work on a firm fixed price method, the city’s authorization will clearly state the scope of work to be performed and total fixed price payment for performing such work. E. Time and Materials Method. If the city and Contractor cannot agree to either of the two above methods (Lump Sum or Unit Price), the compensation (if any) for any differing site condition dispute shall be determined on a time and material basis (e.g. Force Account) per WSDOT Standard Specifications Section 1-09.6 and as defined herein. 1. Contractor shall: a. Cooperate with the city and assist in monitoring the work being performed. b. Substantiate the labor hours, materials, and equipment charge to the work under time and materials method by detailed timecards or logs completed on a daily basis before the close of business each working day. c. Present the timecard and/or log at the close business each working day to the city for review and initial each timecard/log. d. Perform all Work in accordance with this provision as efficiently as possible. e. Not exceed any cost limit(s) without the city’s prior written approval. 02/19/2026 22 f. Maintain all records of the work, including all records of the subcontractors, suppliers, and materialmen, and make such records available for inspection as required upon request by the city. Contractor shall submit costs, and any additional information requested by the city to support the Contractor’s requested price adjustment. 2. Contractor shall be entitled to be paid only reasonable costs actually incurred by Contractor. Contractor has a duty to control costs. If the city determines that Contractor’s claimed cost exceed what would otherwise be considered reasonable costs, the city, at its discretion, may determine the reasonable cost for payment. Any adjustments to the contract price using the time and materials method shall be measured by reasonable costs. 1-04.8 Progress Estimates and Payments (Feb 3, 2025, Renton GSP) Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of “Lump Sum” Work accomplished to date. The Engineer's calculations and decisions shall be final regarding the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup (Project Special Provisions, PSP) Section 1-04.11 is supplemented as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. 1-04.12 Contractor-Discovered Discrepancies (Feb 3, 2025, Renton GSP) Section 1-04.12 is a new section: Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical 02/19/2026 23 condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor’s duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviation from Plans and Stakes (Feb 3, 2025, Renton GSP) Section 1-05.4 is supplemented with the following: If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in "Construction surveying, Staking, and As-Built Drawings," per lump sum. The Contractor supplied surveyor shall provide construction stakes and marks establishing lines, slopes, and grades as stipulated herein and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer, or the Contractor supplied surveyor informed of staking requirements and provide at least 48- hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. 02/19/2026 24 The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided to the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Construction Surveying, Staking, and As-Builts" per lump sum if that item is included in the contracts. 1-05.4(1) Contractor Supplied Surveying (Feb 3, 2025, Renton GSP) Section 1-05.4(1) is a new section: When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As- Built records for the project. 02/19/2026 25 If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As-Built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Built Drawings." 1-05.4(2) Contractor Provided As-Built Information (Feb 3, 2025, Renton GSP) Section 1-05.4(2) is a new section: It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor’s responsibility to have his Surveyor locate each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, Vertical and Horizontal Bends, Junction Boxes, Cleanouts, Side Sewers, Storm Drain Laterals, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor’s Surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor’s seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Built Drawings", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work (Feb 3, 2025, Renton GSP) Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re- execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Owner may correct 02/19/2026 26 and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized Work. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner’s property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency’s rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the Work as required. 1-05.10 Guarantees (Feb 3, 2025, Renton GSP) Section 1-05.10 is supplemented as follows: If within one year after the Final Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer’s instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the 02/19/2026 27 written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 “Removal of Defective and/or Unauthorized Work.” The Contractor agrees the above one-year limitation shall not exclude or diminish the Contracting Agency’s rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (Project Special Provisions, PSP) To be considered substantially complete the following conditions must met: 1. The Contract Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction of repair work remains to reach physical completion of the work. 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. 02/19/2026 28 If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons, therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection, and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the 02/19/2026 29 Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing, they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be incidental costs, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract. 1-05.12 Final Acceptance (Feb 3, 2025, Renton GSP) The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the work. Before the final acceptance of the work, the contractor must submit the Final Payment Voucher provided by the city. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors (Project Special Provisions, PSP) Section 1-05.14 is supplemented as follows: The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work and shall properly connect and coordinate the Contractor’s Work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area may include but not be limited: 1. Puget Sound Energy (gas and electric). 2. AT&T Broadband. 02/19/2026 30 3. CenturyLink/Lumen. 4. MCI/Verizon. 5. City of Renton (water, sewer, storm, transportation). 6. Comcast. 7. Seattle Public Utilities. 8. Private contractors employed by adjacent property owners. 9. Private contractors hired by the city. 1-05.15 Method of Serving Notices (January 4, 2024 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be served and directed to the Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be written in paper format, hand delivered or sent via certified mail delivery service with return receipt requested to the Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (Project Special Provisions, PSP) Section 1-05.16 is a new Section: The Contractor shall make necessary arrangements and shall bear the costs for power and water necessary at its owned expenses for the performance of the Work. If the portable water from the existing city’s owned hydrant is used during project construction, the Contractor shall apply for application online at Application Assistant (rentonwa.gov) and pay for hydrant rental’s application fee, deposit , and usage costs at its owned expenses. 1-05.17 Oral Agreements (Feb 3, 2025, Renton GSP) Section 1-05.17 is a new section: No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 02/19/2026 31 1-05.18 Contractor's Daily Diary (Feb 3, 2025, Renton GSP) Section 1-05.18 is a new section: The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of the Work as an incidental cost. The diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets or by an alternative electronic method approved by the Engineer. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily (including non-Workdays) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 02/19/2026 32 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book, if necessary, to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the “Contractor's Book of Original Entry” for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner’s representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use (Project Special Provisions, PSP) Section 1-06.1 is supplemented as follows: The materials and equipment list submitted to the Engineer at the Preconstruction Conference or prior to the beginning of the work shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days after receipt of the submittal, noting required corrections. The Contractor shall make required corrections and file 2 corrected hard copies or one electric copy with the Engineer within 5 working days after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. Shop Drawings Any items that are custom-fabricated off-site shall require submittal of a shop drawing for review and approval by the Engineer. The contractor shall check and verify all field measurements. He shall submit with such promptness as to cause no delay in his own work or in that of any other contractors. 02/19/2026 33 Submittals The Contractor shall submit, prior to the beginning of any work, a list of intends to use for review by the Engineer. Safety and Materials: All material submittals shall include copies of the Material Safety Data Sheet (MSDS). Number of Submittals Required: Four (4) hard copies or one electronic copy (.pdf format) for each submittal. Identification: Completely identify each submittal and re-submittal with the following information. 1. Name, address, phone number and email of submitter and contact person. 2. Name of Project. 3. Drawing Number and Specification Section Number for reference. 4. Status of submittal, if original or resubmit and number of re-submittals. Coordination of Submittals: The Contractor shall coordinate submittals with the project work so the work will not be delayed. The Contractor shall schedule different categories of submittals to provide adequate review time without delay of the overall project schedule. No extension of time will be allowed because of failure to properly schedule submittals. The Contractor shall not proceed with work related to the submittal until the submittal process is complete. This requires that submittals for review and comment shall be returned to the Contractor stamped “No Exception Taken” or “Make Correction Noted.” Submittals for Review Comment: 1. If the review indicated that the material, equipment, or work method complies with the project manual, submittal copies will be marked “No Exceptions Taken.” In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. 2. If the review indicated limited corrections are required, copies will be marked “Make Corrections Noted.” The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in O&M data, a corrected copy will be provided. 3. If review indicated that the submittal is insufficient or contains incorrect data, copies will be marked and returned with “Amend and Re-Submit.” Except at its own risk, the Contractor shall not undertake work covered by the submittal until it has been revised, resubmitted, and returned noted either, “No Exceptions Taken” or “Make Corrections Noted.” 4. If the review indicated that the material, equipment, or work method does not comply 02/19/2026 34 with the project manual, copies of the submittal will be marked, “Rejected.” Submittals with deviations, which have not been identified clearly may be rejected. The Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either “No Exceptions Take” or “Make Correction noted.” Effects of Contractor’s Submittals: Review of the contract drawings, method of work or information regarding materials, equipment, or methods shall not relieve the Contractor or its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the City. The Contractor shall have no claim under the contract on account of failure or partial failure or the methods of work, materials, or equipment reviewed. A mark of “No Exception Taken” or “Mark Corrections Noted” shall mean that the Engineer has no objections to the Contractor, upon its own responsibility using the plans or method of work proposed, or providing the material or equipment proposed. The following submittal items shall be provided to the Engineer by the Contractor. Additional submittal information shall be provided to the Engineer by the Contractor if required by the Engineer or as elsewhere required in the Specifications. 02/19/2026 35 Section Description Required Submittal Date 1-07.6 Proof of Electrical Permit Submit minimum 21 calendar days prior to installation of Conduit, Junction Box, and Small Vault 1-07.15 Construction Stormwater Pollution Prevention Plan and BMP Measures Submit as part of the Work Plan and minimum 45 calendar days after the Notice of Award 1-07.18 Evidence of Insurance Submit minimum 10 calendar days after the Notice of Award 1-08.0 Preliminary Matters Submit minimum at Preconstruction meeting " Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) " " List of materials fabricated or manufactured off the project " " Material sources on the project " " Names of Principal Suppliers " " Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working and standby rates) " " Weighted wage rates for all employee classifications anticipated to be used on this project " " Cost percentage breakdown for lump sum bid items " " Preliminary List of Shop Drawings " 1-08.3 Progress Schedule Submit as part of the Work Plan minimum 21 calendar days at Pre- Construction Meeting 1-09.14(2) Washington State licensed surveyor Information. Submit minimum at Preconstruction meeting 1-09.14(2) Disposal Sites Submit as part of the Work Plan minimum at Preconstruction meeting 02/19/2026 36 1-09.14(2) Mobilization Plan Submit as part of the Work Plan minimum at Preconstruction meeting 1-09.14(2) Copy of completion report of monument replacements to DNR Submit after the work completion 1-09.14(2) CLSM Encasement Mix Design Minimum 21 calendar days prior to installation 1-10.2 (2) Pedestrian Handling Plan Submit as part of the Work Plan minimum at Preconstruction meeting 1-1.1(11) As-Built Survey Prior to completion of final punch list items 2-05.3(2) Health and Safety Plan & Accident Prevention Program Submit as part of the Work Plan minimum at Preconference meeting. 4-05 & 5-04.3 HMA and ATB Materials Minimum 21 calendar days prior to installation 7-04 & 7-05 Storm Sewer Pipe, SDMH and CB Materials Minimum 21 calendar days prior to Preconstruction meeting 7-04.3(3) Temporary Storm Bypass Pumping and System Minimum 21 calendar days prior to Preconstruction meeting 7-05 Manhole, Inlet, and Catch Basin Materials Minimum 21 calendar days prior to installation 7-08 & 9-03 Bedding and Backfill Materials Submit minimum at Preconstruction meeting 7-09.3 Proof of Asbestos Cement (AC) Pipe Removal Permit Minimum 21 calendar days prior to removal 7-09.3(21) Concrete for Concrete Blocking and Straddle Thrust Blocking and Tie Rod Minimum 21 calendar days prior to installation 7-09.3(23) Hydrostatic Pressure Test Plan Minimum 21 calendar days prior to Testing 7-09, 7-12, & 9-30 Water Pipe, Fittings, Valves Fire Hydrant. Detectable Marking Tape, Polywrap, etc. Minimum 21 calendar days prior to installation 7-17 & 7-18 Sanitary Sewer Pipe and Side Sewer Materials Minimum 21 calendar days prior to installation 02/19/2026 37 7-17.3(1)A Temporary Sewer Bypass Systems Plan Minimum 21 calendar days prior to installation 7-17.3(2)H Television Inspection VDO and Reports After storm pipe Installation 8-02 & 9-14 Property Restoration Materials Minimum 21 calendar days prior to installation 8-04 Cement Concrete Curb and Gutter Mix Design Minimum 21 calendar days prior to installation 8-06 Residential Concrete Driveway Materials Minimum 21 days calendar prior to installation 8-14 Cement Concrete Sidewalk Mix Design Minimum 21 calendar days prior to installation 8-20 & 9-29 Conduit, Small Cable Vault, Junction Box, Detectable Underground Warning Tape Minimum 21 calendar days prior to installation 8-12 Chain Link Fence and Wire Fence Minimum 21 calendar days prior to installation 8-22 Pavement Markings Minimum 21 calendar days prior to installation 8-23 Temporary Pavement Marking Minimum 21 calendar days prior to installation 8-32 Project Signage Minimum 21 calendar days prior to Construction Activities 9-03.22 Controlled Density Fill (Pipe Abandonment) Mix Design Minimum 21 calendar days prior to installation 9-03.22(A) Cement-based Grout Minimum 21 calendar days prior to installation 9-05.52 Dense Foam Pad Minimum 21 calendar days prior to installation 02/19/2026 38 1-06.1(4) Fabrication Inspection Expense (June 27, 2011 AWPA GSP) Delete this section in its entirety. 1-06.2(1) Samples and Tests for Acceptance (Feb 3, 2025, Renton GSP) Section 1-06.2(1) is supplemented as follows: The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance (Feb 3, 2025, Renton GSP) Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-06.6 Recycled Materials (Feb 3, 2025, Renton GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project; however, the use of recycled materials is not a requirement of the Contract. Recycled aggregates and recycled concrete materials shall not be installed as pipe zone bedding and as trench backfill for water mains and water service lines, storm sewer pipes, and sanitary sewer pipes, unless specified otherwise in the contract documents and plans. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT Form 350-075 Recycled Materials Reporting. 02/19/2026 39 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed. (October 1, 2005 APWA GSP) Section 1-07.1 is supplemented as follows: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor’s care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction reviews of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures, in, on, or near the project site. 1-07.2 State Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) 02/19/2026 40 describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract- related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund. 1-07.2(2) State Sales Tax – Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the Work. 1-07.2(2) State Sales Tax – Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract 02/19/2026 41 wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation 1-07.4(2) Health Hazards (Project Special Provisions, PSP) Section 1-07.4(2) is supplemented with the following: Work on this project will involve exposure to and removal of asbestos cement pipe. The Contractor shall be responsible to ensure that all Work in the vicinity of, and the removing, handling, processing, hauling and disposing of asbestos cement pipe conforms to the rules, regulations, and recommended practices of the jurisdictional agencies, at a minimum. Contractor shall notify the appropriate agencies and be pay all filing and disposal fees. All asbestos-containing waste material must be deposited at a waste disposal site authorized to accept such waste within 10 days of removal. The Contractors have a general obligation to keep a safe and healthy worksite in accordance with state and federal law and must comply with worksite-specific safety practices. All contractors who may enter an identified confined space shall provide a copy of a written confined space entry program. 1-07.5 Environmental Regulations 1-07.5(4) Air Quality (Project Special Provisions, PSP) Supplement the first paragraph of this subsection with the following: The local air pollution authority for work in the vicinity of and the removing, handling, processing, hauling, and disposing asbestos cement pipe is the Puget Sound Clean Air Agency. 1-07.6 Permits and Licenses (Project Special Provisions, PSP) Section 1-07.6 is supplemented as follows: The Contractor shall be responsible for reviewing all permits to become familiar with the requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton Business License (Contractor). The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. The Contractor shall obtain the project electrical permit and pay all associated permit and 02/19/2026 42 application fees for the installation of PVC conduits, junction boxes, and small cable vaults. The contractor will be responsible for maintaining the permit, including handling all compliance requirements, renewals, modifications, and any other related obligations. The Contractor shall be responsible for all costs associated with preparing, completing, and submitting permit applications and associated plans and documentation, requests, notifications, documentations, and compliance with permit and authorization requirements, application fees for Puget Sound Clean Air Agency and Department of Labor and Industries and any fees or penalties imposed by the jurisdictional agency (ies) resulting from the Contractor’s non-compliance with regulatory requirements. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses, and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. The Contractor shall caution to review all permits and other Contract Documents and schedule the work activities appropriately to complete the work within the number of days stated in the Contract Document. No additional compensation or extensions to time will be granted to the Contractor due to the time constraints imposed by such documents. The Contractor shall assume all responsibility for meeting all requirements of all permits. Any fines or penalties incurred by Contracting Agency for not meeting state water quality standards, lack of stormwater pollution prevention, and/or not comply with other required regulations on this Project shall be deducted from monies otherwise due to Contractor. Any fines assessed directly to Contractor shall be paid directly to the fining authority, at the Contractor’s own cost. Industrial Waste Discharge Permit if the Contractor plans to discharge contaminated groundwater and/or temporary construction dewatering to the sanitary sewer, the Contractor shall complete application and obtain an Industrial Waste Discharge Permit from King County. Information regarding permitting for temporary construction dewatering can be found at the following link: http://www.kingcounty.gov/environment/wastewater/IndustrialWaste/GettingDischargeAp proval/Construction.aspx Information regarding permitting for contaminated groundwater can be found at the following link: 02/19/2026 43 http://www.kingcounty.gov/environment/wastewater/IndustrialWaste/GettingDischargeAp proval/Groundwater.aspx No payment will be made for acquiring the necessary discharge permits, which shall be considered incidental to the various items in the Contract. 1-07.9 Wages 1-07.9(3) Apprentices (Feb 3, 2025, Renton GSP) Section 1-07.9(3) is supplemented as follows: Apprentice Utilization This Contract includes an Apprentice Utilization Requirement. Fifteen percent or more of project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are accepted. Apprentice Utilization will be determined using the Department of Labor and Industries (L&I) online Prevailing Wage Intent & Affidavit (PWIA) system. Definitions For the purposes of this specification the following definitions apply: 1. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 2. Apprentice Utilization is the apprentice labor hours, on the project, expressed as a percentage of project Labor Hours based on certified payrolls or the affidavits of wages paid, whichever is least. The percentage is not rounded up. 3. Apprentice Utilization Requirement is the minimum percentage of apprentice labor hours required by the Contract. 4. Good Faith Effort(s) (GFE) describes the Contractor’s efforts to meet the Apprentice Utilization Requirement including but not limited to the specific steps as described elsewhere in this specification. 5. Labor Hours are the total hours performed by all workers receiving an hourly wage who are subject to prevailing wage requirements for work performed on the Contract as defined by RCW 39.04.310. Labor Hours are determined based on the scope of work performed by the individuals, rather than the title of their occupations in accordance with WAC 296-127. 6. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 7. Apprentice Wage Rates are the applicable wage rates that are to be paid for an apprentice registered in a training program, separate from Journey Level rates, as set by the Washington State Apprenticeship Training Council and Washington State Department of Labor and Industries (L&I). Electronic Reporting The Contractor shall use the PWIA System to submit the “Apprentice Utilization Plan”. Reporting instructions are available in the application. 02/19/2026 44 Apprentice Utilization Plan The Contractor shall submit an “Apprentice Utilization Plan” by filling out the Apprentice Utilization Plan Form (WSDOT Form 424-004) within 30 calendar days of execution, however no later than the preconstruction meeting, demonstrating how and when they intend to achieve the Apprentice Utilization Requirement. The Plan shall be in sufficient detail for the Engineer to track the Contractor’s progress in meeting the utilization requirements. An Apprentice Utilization Plan shall be updated and resubmitted as the Work progresses or when requested by the Engineer. If the Contractor is unable to demonstrate the ability to meet the ApprenPce UPlizaPon Requirement with their iniPal ApprenPce UPlizaPon Plan submission, an effort must be made to find addiPonal registered apprenPces to perform on the contract. If aSer aTempts have been made at every Per and every scope, the Contractor must submit GFE documentaPon to the ContracPng Agency. The Contractor shall acPvely seek out opportuniPes to meet the ApprenPce UPlizaPon Requirement during the construcPon Work. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by using the Apprentice Registration and Tracking System (ARTS) https://secure.lni.wa.gov/arts-public/#/program-search or contacting the Department of Labor and Industries directly at: Specialty Compliance and Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance The Contractor is expected to make attempts to employ Apprentices and shall include the requirement in any subcontracts at any tier. In the event that the Contractor is unable to achieve the Apprentice Utilization Requirement, the Contractor shall submit GFE documentation demonstrating the efforts and attempts they made. Final GFE documentation shall be submitted to the Contracting Agency after Substantial Completion but no later than 30 days after Physical Completion. If the Contractor fails to acPvely aTempt to employ ApprenPces, submit GFE documentaPon, or if the Engineer does not approve the GFE, the Contractor will be assessed a penalty. The Engineer will provide the Contractor with a wriTen noPce at Final Acceptance of the project informing the Contractor of the failure to comply with this specificaPon which will include a calculaPon of the penalty to be assessed as provided for in the Payment secPon in this special provision. If the Contractor achieves the required ApprenPce UPlizaPon an incenPve will be assessed with Final Payment. Good Faith Efforts The GFE shall document the attempts (efforts) the Contractor (and any subcontractor at any tier) made to meet the Apprentice Utilization Requirement. Emails, letters, or other written communications with letterhead, titles, and contact information are required. Documentation must include one or more of the following accepted GFEs: 02/19/2026 45 1. Demonstrated Lack of Availability of ApprenPces. Correspondence from State- approved ApprenPceship Training Program(s), with project specific responses confirming there is a lack of availability of ApprenPces for this project. 2. Demonstrated DisproporPonate RaPo of Material/Equipment/Products to Labor Hours. DocumentaPon explaining the bid includes a disproporPonate high cost of material/equipment/products to Labor Hours. (E.g., a $2 M esPmated contract includes $1 M or more in procurement costs of equipment to be installed.) 3. Demonstrated Lack of Necessary Labor Hours. Correspondence from a State- approved ApprenPce Training Programs confirming there is not enough Pme in the project to meet required journey level to apprenPce training raPos. 4. Demonstrated Lack of Available Approved Programs. Correspondence from State- approved ApprenPce Training Programs, confirming there are no programs that train for the scopes included/anPcipated on the project. Contractor and state programs to submit training program detail needs and details that could be used for future program creaPon. 5. Funding Precedent. DocumentaPon that shows conflicPng, more restricPve, or precedent requirements for other training on the Project. Examples include, but are not limited to, Tribal Employment Rights (TERO), Federal Training Hours, or Special Training that affect the ability to use state-registered apprenPces. 6. Warranty Work. DocumentaPon from Original Equipment Manufacturers, or similar, confirming that work performed must only be completed by cerPfied journey-level installers or risk voiding warranty, or similar. 7. Other Effort. The Contractor may submit other evidence, documentaPon, or raPonale for not being able to achieve the required ApprenPce UPlizaPon that are not covered in the other efforts named. Other efforts will sPll need to be corroborated by an independent, knowledgeable third-party. Contractors may receive a GFE credit for graduated ApprenPce hours through the end of the calendar year for all projects worked on as long as the ApprenPce remains conPnuously employed with the same Contractor/subcontractor they were working for when they graduated. If an ApprenPce graduates during employment on a project of significant duraPon, they may be counted towards a GFE credit for up to one year aSer their graduaPon or unPl the end of the project (whichever comes first). DeterminaPon of whether Contract requirements were met in good faith will be made by subtracPng the hours from the journeyman total reported hours for the project and adding them to the apprenPce hour total. If the new uPlizaPon percentage meets the Contract requirement, the Contractor will be reported as meePng the requirement in good faith. 02/19/2026 46 Approving Good Faith Efforts The ContracPng Agency will review submiTed Good Faith Efforts and issue a determinaPon. The Engineer may request addiPonal informaPon, documentaPon, evidence or similar to approve such efforts. The determinaPon by the Engineer is final. The approved Good Faith Efforts will be loaded into the PWIA system by the ContracPng Agency. Payment Payment will be made for the following Bid Items: “ApprenPceship IncenPve”, by calculaPon An incenPve of $2,000.00 will be assessed with the Final Payment for Contractors who meet the ApprenPce UPlizaPon Requirement without a reducPon by Good Faith Effort. For the purpose of providing a common proposal for all bidders, the ContracPng Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. “ApprenPceship Penalty”, by calculaPon. ApprenPceship Hours will be measured for each hour of work performed by an apprenPce as shown on the Monthly ApprenPce UPlizaPon Report, based on cerPfied payrolls or the affidavits of wages paid, whichever is least. The percentage is not rounded up. For the purpose of providing a common proposal for all bidders, the ContracPng Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. When the Contractor fails to meet the apprenPceship goal of 15%, a penalty will be assessed for each hour that is not achieved, unless a Good Faith Effort is approved by the ContracPng Agency. ApprenPceship UPlizaPon Penalty will be calculated as described below: ApprenPce UPlizaPon Penalty 14% 14.99 $2,000 13% 13.99 $4,000 12% 12.99 $6,000 11% 11.99 $8,000 10% 10.99 $10,000 9% 9.99 $12,000 8% 8.99 $14,000 7% 7.99 $16,000 02/19/2026 47 6% 6.99 $18,000 5% 5.99 $20,000 4% 4.99 $22,000 3% 3.99 $24,000 2% 2.99 $26,000 1% 1.99 $28,000 0% 0.99 $30,000 The Contractor shall include all related costs in the unit Bid prices of the Contract, included but not limited to implemenPng, developing, documenPng, and administering an apprenPceship uPlizaPon program, recording and reporPng hours and all other costs to comply with this provision. 1-07.9(5) Required Documents 1.07.9(5)A General (July 8, 2024, APWA GSP) This secPon is revised to read as follows: All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and CerPfied Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be submiTed to the Engineer and to the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. When apprenPceship is a requirement of the contract, include in PWIA all apprenPces. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance (Feb 3, 2025, Renton GSP) Section 1-07.11(11) is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the “City of Renton Fair Practices Policy Affidavit of Compliance”. A copy of this document will be bound in the bid documents. 1-07.13 Contractor’s Responsibility for Work 1-07.13(1) General (March 3, 2025, Renton GSP) 02/19/2026 48 Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer. 1-07.15 Temporary Water Pollution Prevention (Project Special Provisions, PSP) Section 1-07.15(2) is a new section: The Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. Construction sites have the potential to pollute stormwater by sediment erosion and by ineffective management of onsite construction related activities and material storages. The Construction Stormwater Pollution Prevention (CSWPP) plan is comprised of the Erosion and Sediment Control (ESC) Plan to address erosion and sediment control requirements and the Stormwater Pollution Prevention and Spill Control (SWPPS) to aid effective management of onsite activities and materials. The Contractor shall be responsible for preparing and submitting the Erosion and Sediment Control (ESC) and Stormwater Pollution Prevention and Spill Prevention (SWPPS) Plan to the City for approval and for implementing the approved plan. The Contractor shall develop the ESC and SWPPS in accordance with the current City of Renton Surface Water Design Manual, Appendix D. The plan shall include all assumptions, detailed calculations, sketches, and construction sequencing. The ESC and SWPPS Plan shall be submitted to the City for approval as a Type 2 Working Drawing and as a work plan under the “Erosion and Water Pollution Prevention” bid item within 45 calendar days of the Notice of Award. The ESC Plan shall include all configurations necessary to effectively control erosion and sediment throughout the various stages of construction. Design of construction dewatering, water pollutant control, storm bypass systems, ESC and SWPPS during construction shall be the responsibility of the Contractor. At a minimum, the plans shall contain: 1. Manufacturer’s data and detailed plans for the ESC and SWPPS products specified in the plan. 2. Plan for temporary storm bypass pumping and system. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile 02/19/2026 49 views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and seepage from the source to the temporary sedimentation tank (Baker Tank) or acceptable discharge. The plan shall be shown in phases to coincide with the phases of construction. The plan shall include: a. Layout and details of system. b. Diversion systems manufacturer’s data and material submittals. c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump sizing. d. Flow calculations for stormwater, seepage, and dewatering pump discharge. Schedule and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater runoff for the tributary area plus an allowance for groundwater and surface seepage. Each pump area location shall be equipped with two pumps meeting the capacity requirement in case one is non-operational. e. Source of power for pumps, description of schedule and fueling requirements, storage location, and methods. 4. Manufacturer’s literature and test results (certificates) on the temporary silt fence, erosion control matting, riprap gradations, and any other necessary erosion control materials. 5. Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. The Contractor shall: • Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction. • Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment-laden water from entering the City surface water system or violate applicable water standards. • Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures. • Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances. • Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer. • Control groundwater to prevent softening of bottoms of excavations, or formation of “quick” conditions or “boils”. • Design and operate dewatering system that will not remove natural soils. 02/19/2026 50 • Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of structures, backfill, and placing and curing of concrete. and • Control surface water runoff to prevent entry and collection in excavations. As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution and ESC measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the ESC measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. At all times, there must be material on the job site to handle any spills caused by the Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. In addition, the CSWPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer’s review and approval. The Engineer’s review and any resulting approval of the Contractor’s CSWPP will be only regarding conformance with the specification requirements. The Contractor shall have the CSWPP plans prepared by a CPESC or professional Civil Engineer who has expertise in the type of facilities and who shall be responsible for verifying that the CSWPP includes all the items specified and required for such plans. The Contractor shall be solely responsible for the adequacy of the CSWPP. If erosion, sediment, or other pollutant control measures become necessary to minimize erosion and prevent storm water contamination from sediment and other pollutants, the Contractor shall prepare and submit a revised CSWPP plan to the Engineer for review as specified for the original plan. The costs associated with preparing the original, as any revisions and resubmittal of CSWPP shall be included in “Erosion and Water Pollution Prevention” bid item. The Owner will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised CSWPP Plan, nor for any delays to the Work due to the Contractor’s failure to submit and implement an acceptable CSWPP Plan. The use of gasoline for refilling excavator and other heavy equipment is anticipated for this project. All gasoline containers used onsite must have a tide lip and be kept within a secondary containment. Spill cleanup and response materials must be kept on site at all times. In the event of a spill, cleaning up the site must be immediately performed. All spill and cleanup materials shall be disposed of in accordance with applicable regulations. All spill incidents must be reported to the Engineer. Asphalt concrete sawcutting, and waste materials removed from the project site must be disposed in accordance with applicable regulations. 02/19/2026 51 ESC and Stabilization of the area around the northeast corner of the existing 2.0 MG reservoir as required for any Contractor storage and staging shall be included in the “Erosion and Water Pollution Prevention” bid item. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (Feb 3, 2025, Renton GSP) Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of- way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements, cultivated areas, and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. 02/19/2026 52 All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. If it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment like the small tractor-type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs, and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre- existing or caused by others. Restoration of excavation in City streets shall be done in accordance with Construction Plans or the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities (Project Special Provisions, PSP) Section 1-07.17 is supplemented by adding: Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. 02/19/2026 53 As an incidental cost to various bid items, Contractor shall have full responsibility for: 1. Reviewing and checking all information and data regarding existing underground facilities at the site. 2. The safety and protection of all existing underground facilities at the site and repair any damage thereto resulting from the work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall coordinate the work and conduct a utility coordination meeting with the utility companies concerning any possible conflict, relocations, adjustments, and replacements prior to commencing excavation in any area and submit documentation of said meeting to the Engineer. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. All costs for utility coordination, discussions, and meetings shall be considered incidental to the Contract and no additional compensation will be made. In addition to the Contractor having all utilities field marked/located before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. The existing utilities within the project limits may include: Water City of Renton (425) 430-7400 Storm Water City of Renton (425) 430-7400 Sanitary Sewer City of Renton (425) 430-7400 Telemetry and Communication City of Renton (425) 430-7400 Power & Gas PSE (206) 379-4347 (425) 449-6609 Cable TV Comcast (253) 686-7592 Communication Lumen (206) 733-8857 Communication MCI/Verizon (425) 301-8658 Communication Zayo (425) 441-0653 Call Before You Dig The 48-Hour Locators 1-800-424-5555. If the utilities are not included in the one call number system service, notice shall be provided 02/19/2026 54 individually to those owners of underground utilities known to or suspected of having underground utilities within the area of proposed excavation. At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. All costs for Call Before You Dig shall be considered incidental to the Contract and no additional compensation will be made. Notice by Contractor If Contractor believes that an underground facility that is uncovered or revealed at the site was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy, then Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any work in connection therewith, identify the owner of such underground facility and give written notice to that owner and to the Engineer. Engineer’s Review. Engineers will promptly review the underground facility and conclude whether such underground utility was not shown or indicated in the Contract Documents or was not shown or indicated with reasonable accuracy. The Engineer will. • Obtain any pertinent cost or schedule information from Contractor. • Prepare recommendation regarding the contractor’s resumption of work in connection with the underground facility in question. • Determine the extent (if any) to which a change is required in the Drawings or Specifications to reflect and document the consequences of the existence or location of the underground facility. • Advise Contractor in writing of Engineer’s findings, conclusions, and recommendations. During such time, Contractor shall be responsible for the safety and protection of such underground utility. Utility Adjustments and Conflicts Existing utilities for telephone, power, gas, water, and/or television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work or may be performed in conjunction with the Contract Work. The Contractor shall be entirely 02/19/2026 55 responsible as an incidental cost for coordination with the utility companies and arranging for the movements or adjustments, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. The Contractor shall be responsible for adjusting his work critical path method (CPM) schedule and/or reassign his work forces and equipment to other areas of work. If or when utility conflicts occur, the Contractor shall provide utility companies with reasonable amount of total working days to adjust or relocate their utilities to avoid the conflicts with the proposed works. The Contractor shall be responsible for any damage of existing utilities or services resulting from his operations and shall hold the City harmless form any claims resulting from disruption of service or damage to facilities. Utility Potholing Potholing is included as bid items for use in determining the location of existing utilities in advance of the Contractor's operations. The Contractor shall notice the Engineer at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing in other locations that are not shown in the Plans or at the Engineer's request. The Contracting Agency may direct the Contractor for additional potholing of existing utilities not identified in the Plans to verify the field locations and depths. The Contract Agency will pay the Contractor for additional requested potholing and/or potholing existing utilities not identified in the Plan per Section 1-07.17(3). Potholed areas must be backfilled immediately after potholing has been performed and the surface restored and maintained in a manner satisfactory to the owner. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition horizontally and vertically. Potholes shall be backfilled with select imported backfill compacted to 95% maximum density compaction in roadway area, as directed by the Engineer. Backfills in non-paved areas can be performed utilizing same material and compacting it to 90% maximum density compaction. In areas subject to public traffic, potholes or pothole areas shall be neatly sawcut and paved with hot mix asphalt (HMA) patch with minimum thickness of 8 inches or matching the depth of the surrounding pavement. King County Metro Transit Any construction or installation activities affecting Transit Operations or Facilities must be 02/19/2026 56 coordinated through Metro Transit Construction Information Center. The Contractor shall provide five business days notification for bus reroutes and for bus stop impacts. For notification information and guidelines, please visit: http://www.kingcounty.gov/transportation/kcdot/MetroTransit/Construction.aspx or contact Construction Coordinators at telephone number 206-477-1140. For more information see Special Provision Section 1-10.3(4). 1-07.17(3) Site Specific Potholing (Project Special Provisions, PSP) Section 1-07.17(3) is a new section: Site Specific Potholing is intended to be potholing as identified in the Plans or as directed/requested by the Engineer. The Contractor shall perform exploratory excavations as required to collect as-built information (if any). The Contractor shall verify the depth, location, alignment, size, and material of existing underground utilities. The Contractor shall immediately notify the Engineer if field conditions differ from the expected conditions shown in the Construction Plans. The Contractor shall perform all potholing identified on the plans or directed by the Engineer prior to any construction to allow for any potential design modifications. The Contractor is responsible to verify depth, location, alignment, and size of all existing utilities either specifically called for or not on the Plans. For these utilities, the Contractor shall allow the Engineer 10 working days after the written results are received to allow for minor design modifications when needed. When an existing utility likely conflicts with the proposed work, the Contractor shall allow the franchise utility owners with reasonable amount of total working days to adjust or relocate their existing utilities. The Contractor shall use the information obtained by potholing for procurement of suitable materials to revise the work accordingly, where required by the Contract. Upon completion of excavation the material can be used for temporary restoration. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will be made unless potholing has been performed prior to trench excavation and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities horizontally separated by 4 feet or less shall constitute one pothole and be measured and paid for one site specific potholing. The quantity for Site Specific Potholing is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The contractor shall perform site specific potholing a minimum of 20 working days prior to crossing and/or the installation of new facilities to allow for potential revisions. The contractor shall not have cause for claim of down-time or any other additional costs 02/19/2026 57 associated with ‘waiting’ if the owner provides design revisions (related to the information supplied per this section) within 10 working days after the contractor provides the surveyed elevations. In no way shall the Work described under Site Specific Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(4) Interruption of Services (Feb 3, 2025, Renton GSP) Section 1-07.17(4) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. Water service interruptions, shut-offs, and connections shall be in accordance with Section 7- 09. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. In the event on an unplanned interruption of service, the Contractor shall be responsible for notifying the utility owner and customer immediately. The Contractor shall be solely responsible for repairing any broken utilities and/or services in a timely manner. 1-07.17(5) Resolution of Utility Conflicts (Project Special Provisions, PSP) Section 1-07.17(5) is a new section: In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. “Resolution of utility conflicts for Proposed Storm System and for Proposed Water System” are included as bid items described in Section 1-09.14, it shall be used to resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that are identified during the course of construction. 02/19/2026 58 In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts a) Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: (1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. (2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: (1) Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain, undergrounding of overhead utilities, illumination, and signal, to avoid existing utility conflicts. (2) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in Section 1-04.4 of the Standard Specifications. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2024 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. 02/19/2026 59 B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made and state the retroactive date. Claims- made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. 1. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. I. Under no circumstances shall a wrap up policy be obtained, for either initiating or maintaining coverage, to satisfy insurance requirements for any policy required under this Section. A “wrap up policy” is defined as an insurance agreement or arrangement 02/19/2026 60 under which all the parties working on a specified or designated project are insured under one policy for liability arising out of that specified or designated project. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein:  the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 02/19/2026 61 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: 02/19/2026 62 $2,000,000 Each Occurrence $3,000,000 General Aggregate $3,000,000 Products & Completed Operations Aggregate $2,000,000 Personal & Advertising Injury each offence $2,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor’s operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate 1-07.22 Use of Explosives (Feb 3, 2025, Renton GSP) Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. The individual in charge of the 02/19/2026 63 blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (Project Special Provisions, PSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them in good, clean, safe condition at any time they are open to the public. Accessibility to existing or temporary pedestrian push buttons shall not be impaired. Deficiencies caused by the Contractor’s operations shall be repaired at the Contractor’s expense. Deficiencies not caused by the Contractor’s operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency’s expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor’s operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency’s expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. The Contracting Agency will continue the route maintenance on such system. 3. Maintain the striping on the roadway. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair and replacement of signs will be at the Contracting Agency’s expense, except those damaged due to the Contractor’s operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency’s expense when approved by the Engineer, except when flow is impaired due to the Contractor’s operations. Section 1-07.23(1) is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and 02/19/2026 64 on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Furnishing and using watering trucks, power sweepers, and other pieces of equipment for dust and mud control shall be considered as incidental to the project and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. At least one lane of one-way traffic shall be maintained on all streets within the project limits during working hours except at specific locations noted in the plans or special provisions. One lane shall be provided in each direction for all streets during non-working hours except at specific locations noted in the plans or special provisions. During non-working hours, the Contractor shall keep the existing traffic lanes clear for traffic without interference from the operations including all approaches, driveways, and intersections. The Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners’ access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor’s expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 02/19/2026 65 1-07.23(1)B Open Trenches 1-07.23(1)B2 Steel Plates (Project Special Provisions, PSP) Section 1-07.23(1)B2 is supplemented by the following: When a steel plate is necessary as incidental costs to various bid items to cover an excavation, each side of the plate shall have a minimum of 12 inches bearing on the sides of a cut and shall be anchored by steel pins. Plates shall be bedded on temporary pavement patch material and shimmed, pinned, recessed, or secured with asphalt wedges and be of A36 grade or better to prevent movement, oriented to be perpendicular to traffic. Edges must be tapered for smooth transitions. The bedding shall be tapered on all sides to provide smooth transition for all users. Plates shall be textured to provide a non-skid surface in dry and wet conditions acceptable to the Engineer. All plates shall be highlighted with paint at the edges, and an advance warning sign shall be used to identify the presence of the plate. Plates shall not be left on an undisturbed roadway unless in an approved storage area. 1-07.24 Rights-of-Way (July 23, 2015, APWA GSP) Delete this section in its entirety, and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor’s construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor’s attention by a duly issued addendum. Whenever any of the Work is accomplished on or through property other than public right- of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. 02/19/2026 66 Each property owner shall be given 48 hours’ notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expenses or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer with a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date is established. 1-07.29 Confined Space Entry (Project Special Provisions, PSP) Section 1-07.29 is new section: The Contractor shall: 1. Review and be familiar with the City’s Public Works Confined Space Entry Program. 2. Review documented information about the City’s confined spaces in which entry is intended as listed and described in the City’s Attribute and Map Book. This information includes identified hazards for each permit-required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City, the Contractor must provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, “Danger, Follow Confined Space Entry Procedure before Entering” at each confined space to be entered. Never leave the confined space open and unattended. 02/19/2026 67 The contractor’s or consultant’s point of contact with the city regarding confined space entry will be the City’s assigned construction inspector. 1-08 PROSECUTION AND PROGRESS (Project Special Provisions, PSP) 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 “Plans and Specifications”. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work, the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error, or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: • Contractor's plan of operation and progress schedule (3+ copies). • Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid). • List of materials fabricated or manufactured off the project. • Material sources on the project. • Names of principal suppliers. • Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working and standby rates in weekly and monthly). • Weighted wage rates for all employee classifications anticipated to be used on Project. • Cost percentage breakdown for lump sum bid item(s). • Shop Drawings (bring preliminary list). • Confirm the use of the approved Traffic Control Plans in contract documents or submit traffic control plans (3+ copies) • Temporary Water Pollution/Erosion and Sediment Control (ESC) Plan and Stormwater Pollution Prevention and Spill Control (SWPPS) Plan. • Other plans as required and described in the Mobilization and Demobilization Bid Item description and/or other bid items including but not limited to.  Proposed Construction Sequence and Schedule for all major items of work.  Dewatering Plan. 02/19/2026 68  Mobilization Plan.  Trench and Excavation Safety System Plan.  Lists of Material Disposal Site for various waste materials and copies of the site current permits/license, and approval.  Pedestrian Handling Plan.  Safety and Accident Prevention Program/Plan. • Stormwater Bypass Pumping and System Plan. • Copy of the surveyor’s license or letter from the surveyor stating that the work will be performed under the direction of a professional land surveyor licensed by the State of Washington. • CESCL Certificate (if required). • TCS Certificate (if required). In addition, the Contractor shall be prepared to address: • Bonds and insurance. • Project meetings – schedule and responsibilities. • Provision for inspection of materials from outside sources. • Responsibility for locating utilities. • Responsibility for damage. • Time schedule for relocations, if by other than the Contractor. • Compliance with Contract Documents. • Acceptance and approval of Work. • Labor compliance, payrolls, and certifications. • Safety regulations for the Contractors’ and the Owner's employees and representatives. • Suspension of Work, time extensions. • Change order procedures. • Progress estimates, procedures for payment. • Special requirements of funding agencies. • Construction engineering, advance notice of special Work. • Any interpretation of the Contract Documents requested by the Contractor. • Any conflicts or omissions in Contract Documents. • Any other problems or questions concerning the Work. • Processing and administration of public complaints. • Easements and rights-of-entry. • Other contracts. The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 02/19/2026 69 1-08.0(2) Hours of Work (Project Special Provisions, PSP) Section 1-08.0(2) is a new subsection: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If the Contractor desires to perform Work between 6:00 p.m. and 10:00 p.m. on any working day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. Night Works between the hours of 10:00 p.m. and 7:00 a.m. will not be allowed. No construction activities including potholing utilities and/or roadway closures are permitted within the Sunset Blvd NE intersection from June 1, 2026, to July 15, 2026. Permission to Work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. on Saturdays, Sundays, Holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: • Requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work. • Requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times. • Considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time. • Considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (Feb 3, 2025, Renton GSP) Section 1-08.0(3) is a new subsection: 02/19/2026 70 Where the Contractor elects to Work on a Saturday, Sunday, Holiday, or longer than an 8-hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting (Project Special Provisions, PSP) Revise the second paragraph to read: The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9, Wages, and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06 and shall include these requirements in every subcontract of every tier. (Feb 3, 2025, Renton GSP) Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.3 Progress Schedule (Project Special Provisions, PSP) Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted to the Engineer 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The 02/19/2026 71 schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. 2. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 3. Procurement of material and equipment. 4. Submittals requiring review by the Engineer. Submittals by the Contractor and review by the Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent, or any third party. 6. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Owner’s and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Progress Schedule shall reflect the proposed staging and identify key milestones and activities including any subcontracting submittals, reviews, and/or approvals. Examples include, but are not limited to, the Temporary Erosion and Sediment Control Plan, Temporary Traffic Control Plan, and, if applicable, proposed weekend work with associated authorization request, asbestos abatement and removal notifications (when asbestos cement pipe work is specified in the contract documents), and proposed plan for temporary water service, if applicable, in conjunction with the proposed construction sequence. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule 02/19/2026 72 for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Prosecution of the Work (July 23, 2015, APWA GSP) Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. Where shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1 (2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of the high visibility fencing, as described in the Contract. 02/19/2026 73 (Project Special Provisions, PSP) Section 1-08.4 is supplemented with the following new section: 1-08.4(a) Phasing and Sequencing of Work The work is to be generally constructed in two (2) separate sections or construction stages. The stages are defined as follows: Stage 1: NE 12th St from Edmonds Ave NE to the west margin of Sunset Blvd NE Stage 2: NE 12th St from the west margin of Sunset Blvd NE to Queen Ave NE, and along Monroe Ave NE Each section shall be constructed and tested, independent of the other sections. Construction of each section is to be completed in all respects, to the extent possible, before beginning construction on subsequent sections, including testing, disinfection, connections, services transfers, abandoning existing mains and surface restoration (trenches patches). The existing water distribution system shall not be interrupted or taken out of service with provisions provided for temporary water service and/or Owner approval for service shutdown. The contractor shall coordinate and sequence the work in a manner that will ensure that the integrity of the overall operation and capacity of the water distribution system is maintained at all times. The following describes the general anticipated sequencing and staging of work needed to maintain water distribution system operation during construction. This sequencing described is intended to provide the contractor with a minimum set of guidelines that should be considered in planning the work and should not be construed as being a complete or comprehensive outline of the required construction sequencing and work plan. The contractor shall be required to develop his own work plan that addresses the following, as well as all other elements of construction that may be required to construct the proposed improvements, maintain utility service to customers, protect public and control traffic, and restore the project area to existing or better conditions. Stage 1 consists of the bulk of the work along NE 12th St from Edmonds Ave NE to the west margin of Sunset Blvd NE and shall include the following: 1. Installation of all temporary caps and thrust blocking required to facilitate water main construction. This will include partial removal of water main as required to install temporary measures. 2. Installation of new 565-zone water main up to, but not including connections to existing and meter reconnects, and installation of concurrent fiber conduit from Edmonds Ave NE to the west margin of Sunset Blvd NE. Removal of existing storm infrastructure as designated on plans may be necessary for installation of water main. If existing storm infrastructure is removed as part of new water main installation, the related proposed storm improvements must be immediately installed after the proposed water main construction progress is beyond the effected storm structures and/or pipe. Only storm pipes and structures that are to 02/19/2026 74 be removed as part of this project may be removed during the water main construction without written approval of the Engineer and City. 3. Installation of new 435-zone water main up to, but not including connections to existing, at the intersection of Edmonds and NE 12th St. This includes removal of existing 435-zone water main that was inactive due to the temporary caps and thrust blocks. See Testing and Final Configurations for proposed phasing of the 435- zone improvements at this intersection. 4. Installation of new 435-zone water main at the intersection of Harrington Ave NE and NE 12th St. 5. Cleaning, testing, and disinfection of all new water mains. 6. Connections to all existing water mains, transfer of all water services to the new 565-zone water main, and abandonment and/or partial removal of all existing water main infrastructure as described in the plans. 7. Installation of new storm pipes and structures along NE 12th St to the west margin of Jefferson Ave NE. This includes removal of existing storm pipes and structures as necessary to complete the proposed improvements. 8. Cleaning and testing of all new storm infrastructure. 9. Abandonment and/or partial removal of all existing storm infrastructure as described in the plans. 10. Sawcutting T-cuts and subsequent installation of final asphalt patching for all water, fiber, and storm utility trenches. At the completion of this stage, all water main, storm system improvements, and fiber optic conduit installation along NE 12th St from Edmonds Ave NE to the west margin of Sunset Blvd NE will be fully functional. Stage 2 consists of work along NE 12th St from the west margin of Sunset Blvd NE to Queen Ave NE, and along Monroe Ave NE, and shall include the following: 1. Installation of new 565-zone water main up to, but not including connections to existing and meter reconnects, and concurrent fiber conduit from the west margin of Sunset Blvd NE to Queen Ave NE as well as on Monroe Ave NE. 2. Installation of new 435-zone water main at the intersection of NE Sunset Blvd and NE 12th St, including the temporary tie-in shown in the Testing and Final Configuration plans, but not including Connection to Existing M or Connection to Existing Z. 3. Cleaning, testing, and disinfection of 435-zone water main at the intersection of NE Sunset Blvd and NE 12th St and all new 565-zone water mains. 4. Connection of new Stage 2 565-zone water main to new Stage 1 565-zone water main. 5. Connections of all cleaned, tested, and disinfected new water mains to all existing water mains, transfer of all water services to the new 565-zone water main, and partial removal of all existing water main infrastructure necessary to perform connections and meter reconnects. 6. Abandonment and removal as necessary of existing 565-zone water main as described in the plans. 02/19/2026 75 7. Installation of new 435-zone water main from existing inlet/outlet reservoir pipe to the east end of site up to but not including connections to existing. 8. Cleaning, testing, and disinfection of new 435-zone water main from existing inlet/outlet reservoir pipe to the east end of site. 9. Connections to existing 435-zone water main from existing inlet/outlet reservoir pipe to the east end of site including partial water main removal as necessary to construct connections. a. All main water connections to existing should be completed at this point. 10. Abandonment of all water mains to be abandoned as described in the plans. 11. Installation of new storm pipes and structures from west margin of Jefferson Ave NE to the reservoir site. This includes the removal of existing storm infrastructure and the removal of abandoned existing water main as designated on the plans. a. Proposed storm improvements east of the west margin of Monroe Ave NE must be installed after the abandonment of all existing 565-zone water main shown in the plans. 12. Abandonment and further required partial removal of existing storm infrastructure as described in the plans. 13. Sawcutting T-cuts and subsequent installation of final asphalt patching for all water, fiber, and storm utility trenches. 14. Final restoration of roadways including asphalt overlay, channelization, and adjustment of utility covers. 15. Restoration of landscaping in the right-of-way and on private properties. At the completion of this stage, all water main, storm system improvements, and fiber optic conduit installation along NE 12th St east of and within Sunset Blvd NE will be fully functional. The Contractor shall sequence the Work in a manner that coordinates with the work of other Renton projects, utility company projects and special events that may be occurring over the course of construction. Contractor shall maintain one-way westbound traffic along NE 12th Street between Monroe Avenue and Sunset Blvd at all times, so as to allow vehicle traffic traveling from the retirement home on Monroe Ave to travel through the job site and turn left on to Sunset Blvd at the NE 12th Street signalized intersection. Temporary Hot Mix asphalt pavement surfacing, as specified herein, will be required over all trench work prior to opening sections to traffic. The Contractor shall submit a Phasing and Sequencing Plan showing the beginning of work, ending of work and duration of detour and rerouting of traffic for all phases including final trench patching. This plan shall include final trench patching and surface restoration. 02/19/2026 76 1-08.5 Time for Completion (Feb 3, 2025, Renton GSP) The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in “working days”, shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as “the first working day”, and shall end on the Contract Completion date. A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these city’s holidays: New Year’s Day, Martin Luther King Jr Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving Day, Day before Christmas Day, Christmas Day. Notes that the day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday, Wednesday, or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day, or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor’s current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the sixth paragraph to read: 02/19/2026 77 The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor’s obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Engineer prior to establishing a completion date: a. Certified Payrolls (Federal-aid Projects). b. Material Acceptance Certification Documents. c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects). e. Final Contract Voucher Certification. f. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors. g. Property owner releases per Section 1-07.24. Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work (Project Special Provisions, PSP) Section 1-08.6 is supplemented as follows: Owner may at any time suspend the Work, or any part thereof, by giving notice to the 02/19/2026 78 Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension (Project Special Provisions, PSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages (Project Special Provisions, PSP) Revise the second and third paragraphs to read: Accordingly, the Contractor agrees: 1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated Damages Formula LD = 0.15 C / T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount not including Washington State Sale Tax (WSST) T = original time for Physical Completion as set forth in the Proposal/Construction Contract When the Contract work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract 02/19/2026 79 Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request completing the physical Work on the Contract. 1-08.11 Contractor's Plant and Equipment (Project Special Provisions, PSP) Section 1-08.11 is a new Section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. 1-08.12 Attention to Work (Feb 3, 2025, Renton GSP) Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities (Feb 3, 2025, Renton GSP) Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining 02/19/2026 80 progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number. 2. Quantity and type of material delivered in cubic yards. 3. Driver name, date, and time of delivery. 4. Location of delivery, by street and stationing on each street. 5. Place for the Engineer to acknowledge receipt. 6. Pay item number. 7. Contract number and/or name. It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number. 2. Truck tare weight (stamped at source). 3. Gross truckload weight in tons (stamped at source). 4. Net load weight (stamped at source). 5. Driver's name, date, and time of delivery. 02/19/2026 81 6. Location for delivery by street and stationing on each street. 7. Place for the Engineer to acknowledge receipt. 8. Pay item number. 9. Contract number and/or name. 1-09.3 Scope of Payment (Project Special Provisions, PSP) Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout the Contract Documents are synonymous. If the “payment” clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the “Payment” clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be “furnished” under one payment item and “installed” under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be “furnished,” or “furnished and installed” under these conditions, shall be the responsibility of the Contractor regarding storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material “furnished,” but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account (December 30, 2022 APWA GSP) Section 1-09.6 is supplemented as follows: Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor’s total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by 02/19/2026 82 the Engineer. 1-09.7 Mobilization (Project Special Provisions, PSP) Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner, and others as listed in Section 1-09.14(2), Mobilization & Demobilization Bid Item. Payment will be made for the following bid item(s): “Mobilization & Demobilization,” Lump Sum. 1-09.9 Payments (Project Special Provisions, PSP) Delete the fourth paragraph and replace it with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Engineer to determine the Work performed on a monthly basis. The Engineer will review the breakdown of the lump sum bid items for a fair distribution of the costs for each item of Work and will return comments (if any) to Contractor. Contractor shall revise the breakdown of lump sum bid items to address the comments made by the Engineer and resubmit the breakdown of lump sum bid items o the Engineer. This process shall be repeated until they are acceptable and the breakdown of lump sum bid items is agreed by the Engineer and Contractor. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Engineer will make a determination based on information available. The Engineer’s determination of the cost of work shall be final. Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 calendar days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative and made only for the purpose of determining progress payment. The progress 02/19/2026 83 estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form – the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form – the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand – 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders – entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency’s fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Failure to perform obligations under the Contract by the Contractor may be decreed by the Contracting Agency to be adequate reason for withholding any payments until compliance is achieved. Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the Contractor under the Contract will be paid based upon the final estimate made by the Engineer and presentation of a Final Contract Voucher Certification to be signed by the Contractor. The Contractor's signature on such voucher shall be deemed a release of all claims of the Contractor unless a Certified Claim is filed in accordance with the requirements of Section 1-09.11 and is expressly excepted from the Contractor’s certification on the Final Contract Voucher Certification. The date the Contracting Agency signs the Final Contract Voucher Certification constitutes the final acceptance date (Section 1-05.12). If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification or any other documentation required for completion and final acceptance of the Contract, the Contracting Agency reserves the right to establish a Completion Date (for the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the Contract. Unilateral final acceptance will occur only after the Contractor has been provided the 02/19/2026 84 opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending establishment of a Completion Date and unilateral final acceptance will be provided by email with delivery confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day period will begin on the date the email with delivery confirmation is received by the Contractor. The date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall constitute the Completion Date and the final acceptance date (Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the Contract will apply to Contracts that are Physically Completed in accordance with Section 1-08.5, or for Contracts that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of their responsibility to comply with all Federal, State, tribal, or local laws, ordinances, and regulations that affect the Work under the Contract. Payment to the Contractor of partial estimates, final estimates, and retained percentages shall be subject to controlling laws. Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct, including “red line” as-built drawings showing work installed by the contractor during the progress payment period. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percentage complete for each activity listed on the progress schedule (see Section 1-08.3) and a revised and updated schedule to reflect the most current project completion date. 1-09.9(1) Retainage (Feb 3, 2025, Renton GSP) Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all 02/19/2026 85 labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts (Project Special Provisions, PSP) Section 1-09.9(2) is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.0(3). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer’s review of the Contractor’s approved progress schedule, which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor’s approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor’s other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required 02/19/2026 86 by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work and as-built records as required by Section 1-05.4. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1- 05.7). d. Failure of the Contractor to furnish a Manufacturer ’s Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency’s intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment (Feb 3, 2025, Renton GSP) Section 1-09.9(2) is a new section: Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically accepted in writing by the Contractor. 2. For all things done or furnished in connection with the Work. 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. 02/19/2026 87 A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor’s Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency’s ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1- 05.12). 1-09.11 Disputes and Claims 1-09.11(3) Time Limitations and Jurisdiction (December 30, 2022 APWA GSP) Revised this section as read: For the convenience of the parties to the Contract it is mutually agreed by the parties that all claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further 02/19/2026 88 agreed that all such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to all such claims or causes of action. It is further mutually agreed by the parties that when claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claims and Resolutions 1-09.13(1)A General (December 30, 2022 APWA GSP) Revise this section to read: Prior to seeking claims resolution through arbitration or litigation, the Contractor shall proceed in accordance with Sections 1-04.5 and 1-09.11. The provisions of Sections 1-04.5 and 1-09.11 must be complied with in full as a condition precedent to the Contractor’s right to seek claim resolution through binding arbitration or litigation. Any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be resolved, as prescribed herein, through binding arbitration or litigation. The Contractor and the Contracting Agency mutually agree that those claims or causes of action which total $1,000,000 or less, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. The Contractor and the Contracting Agency mutually agree that those claims or causes of action in excess of $1,000,000, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Arbitration General (January 19, 2022 APWA GSP) Revise the third paragraph to read: 02/19/2026 89 The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration (Feb 3, 2025, Renton GSP) Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.13(4) Venue for Litigation (Feb 3, 2025, Renton GSP) Revise this section to read: Litigation shall be brought in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is mutually agreed by the parties that when litigation occurs, the Contractor shall permit the Contracting Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 02/19/2026 90 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in This Project Proposal Section 1-09.14 is a new section: (Feb 3, 2025, Renton GSP) GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: (Feb 3, 2025, Renton GSP) A. Payment for the various items of the bid sheets, as further specified herein, shall in- clude all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work B. The Owner shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these Specifications that the performance of all Work under the bid for each item shall result in complete construction, in an accepted operating condition, of each item. D. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 02/19/2026 91 1-09.14(2) Bid Items (Project Special Provisions, PSP) Section 1-09.14(2) is a new section: This section describes the bid items. Measurement and Payment, where described in a bid item, shall supersede Measurement and Payment listed in other sections of the Special Provisions and Standard Specifications. Bid items listed below are included in Schedules A, B, and C. In no case shall any bid item that is installed be considered as part of more than one schedule. • Schedule A: General work associated with the project, but not specific to any single utility. This Schedule falls under State Sales Tax Rule 170 (see section 1-07.2(2)) and state retail sales taxes shall not be included in bid items prices. Rather, the Contractor shall collect retail sales tax on the full contract amount. • Schedule B: Work Associated with the road, illumination, Storm pipes, manholes, lateral connections, utility relocations, cleanouts, sidewalk and curb and gutter restoration, required asphalt restoration. This Schedule falls under State Sales Tax Rule 171 (see section 1-07.2(1)) and state retail sales taxes shall be included in bid items prices. • Schedule C: Work Associated with the new Water lines, including pipeline, fittings, concrete blocking, utility relocations, sidewalk and curb and gutter restoration for the water main work, and required asphalt restoration. This Schedule falls under State Sales Tax Rule 170 (see section 1-07.2(2)) and state retail sales taxes shall not be included in bid items prices. Rather, the Contractor shall collect retail sales tax on the full contract amount. The following subsection provides the measurement and payment information of the Bid Items specific to Schedule A – General Items. 1-09.14(2)A Mobilization & Demobilization (Bid Item A01) – Lump Sum Measurement for Mobilization & Demobilization will be lump sum bid price. The lump sum price shown will cover the complete cost of labor, equipment, materials, and costs of preparatory work and operations by the Contractors for furnishing and installing, completing required Work and shall include but not be limited to the following: • Premiums for bonding and insurance. • Mobilize and organize equipment, materials, supplies, personnel and incidentals to the project site(s). • Furnish Mobilization and Work Plans. • Furnish construction progress schedule and weekly look ahead schedule. • Obtain all necessary permits and license. • Provide and maintain all necessary support facilities and utilities. • Provide protection of existing utilities and system testing. 02/19/2026 92 • Conduct pre-construction photographs (250 photographs required minimum), referenced and compiled in an album. • Prepare the sites prior to beginning production work on the bid items and maintain the sites and surrounding areas during construction. • Demobilize labor, equipment, materials, supplies and personnel off the site after project completion. Payment for Mobilization & Demobilization shall be made at the lump sum amount bid based on the percent of completed Work as defined in the 2025 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. No more than 80% of bid price will be paid out prior to completion of construction. Payment for the remaining 20% will be made upon completion and final clean-up of the construction site. Such payment shall be full compensation for all mobilization of employees, equipment and materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site improvements, permits, clean-up, safety plan, and other plans/submittals not specifically covered in bid items, etc. all in conformance with the Contract Documents unless otherwise paid for in separate bid items. This bid item may not be more than ten percent (10%) of the total amount of Bid for schedules B and C. 1-09.14(2)B Construction Surveying, Staking, and As-Built Drawings (Bid Item A02) – Lump Sum Measurement for Construction Surveying, Staking, and As-Built Drawings will be per lump sum bid price and based on the percentage of total Work complete, by dollar value, at the time of measurement in conformance with the Contract Documents. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as constructed information by the Engineer. Payment may be prorated over the construction period based on the amount of work completed for construction surveying, staking and as-built information. Survey must be in accordance with Special Provision Section 1-05.4 and City of Renton Surveying Standards on Special Provision Section 1-11. The as-built survey will be per Special Provisions Section 1-11. The contractor shall provide the City with a set of red-line drawings with the as-built locations and elevations of all new utilities and construction work. Payment for Construction Surveying, Staking and As-Built Drawings shall be full compensation for all labor, materials, equipment, tools, all incidental work needed to provide construction surveying and of the improvements (including providing a Washington State licensed surveyor for said work), staking in advance of pipe laying, fittings and structure installation, surveying the horizontal and vertical locations of all potholed existing utilities within the work area, verification and recording of the elevations of existing roadway centerline, crown, and edge of pavement to ensure that all roadways can be reconstructed to existing grade, and preparation of cut-sheets. Said payment will be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide as-built surveying, preparing “red line” as-built drawings for pay estimate submittal with fittings and dimensions of existing and proposed facilities 02/19/2026 93 installed or encountered during the pay period, furnishing an electronic file with construction drawings stamped and signed by a licensed land surveyor that contains the as-built information and copies of field notes, furnishing and resetting property corners when disturbed by the contractor’s activities. 1-09.14(2)C Temporary Traffic Control (Bid Item A03) – Lump Sum Measurement for Temporary Traffic Control will be per lump sum bid price and based on the percentage of total Work complete, by dollar value, at the time of measurement in conformance with the Contract Documents. Payment for Temporary Traffic Control shall be based on the measured percentage of work completed during the pay period, multiplied by the lump sum bid price. This payment shall constitute full compensation for preparing new traffic control plans or revising the traffic control plans included in the Contract Documents, as well as for developing pedestrian handling plans. It shall also include all labor, tools, materials, and equipment necessary to perform the work in accordance with the approved Traffic Control and pedestrian handling plans. The lump sum bid price shall be full compensation for all work required under Section 1-10. Payment shall also include, but not be limited to, furnishing and implementing all measures necessary for public convenience and safety, including flaggers, a traffic control supervisor, construction signs, detours, barricades, sequential arrow boards, a minimum of four Portable Changeable Message Signs, traffic control devices, temporary pavement markings/striping, cleanup, and other related items. This work shall be performed in accordance with the traffic control plans included in the Contract Documents, as well as the preparation, submission, and implementation of new or revised traffic control plans, in compliance with the Manual on Uniform Traffic Control Devices (MUTCD) and as directed by the Engineer. 1-09.14(2)D Uniformed Police Officer (Bid Items A04) – Hour Measurement for Uniformed Police Officer will be measured per hour bid price with a minimum 4-hour shift per officer. Hours will be measured for each Uniformed Police Officer directing or monitoring traffic in accordance with an approved Traffic Control Plan. Contractor is responsible for coordinating, timely scheduling and cancellations with respective police office resource office. Any charges resulting in non-compliance per the respective police office’s guidelines will be at the Contractor’s cost, unless circumstances outside of the Contractor’s control have occurred. Payment for Uniformed Police Officer shall be full compensation for all labor, equipment, materials, tools, and incidentals to direct or monitor traffic in accordance with Section 1-10 and the approved Traffic Control Plans. Uniformed Police Officer is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 02/19/2026 94 1-09.14(2)E Site Specific Potholing Up to 6 Feet in Depth and Site Specific Potholing Deeper than 6 Feet (Bid Item A05 and A06) – Each Measurement for Site Specific Potholing Up to 6 Feet in Depth or Deeper than 6 Feet will be per each bid price in conformance with the Contract Documents. The length of pothole shall be measured perpendicular to an existing utility from the ground surface, with no measurement made for width of pothole. Any two or more utilities separated by 4 feet or less shall constitute one pothole. The contract price per each shall be full compensation for, but is not limited to, all labor, materials, tools, and all incidental work and equipment necessary to perform the work needed to pothole and to verify the depths and horizontal locations of existing underground utilities as shown in the Plans and/or as directed and approved by the Engineer. Payment for each pothole longer than 4 feet in length will be made based upon the fractional overage times the unit cost (e.g. a 5-foot-long pothole would be paid as 1.25 x unit price bid). The payment per each will also include the cost of using hydro excavation/vactor truck as necessary to pothole existing utilities. Included in the unit price per each for utility potholing are all costs for. • Locating all underground existing utilities and coordinating with the Engineer in advance. • Preparing, submitting, furnishing, implementing temporary traffic control plans and operations. • Coordinating with utility owners. • Sawcutting, removing, and disposing of existing asphalt and concrete pavement up to 23” in depth, sidewalks, curbs, gutters, debris, waste, and other surplus and unsuitable excavated materials. • Excavating and observation holes up to 6 feet depth or deeper than 6 feet. • Identification of utility types, sizes, and materials. • Furnishing hydro excavation/vactor truck for loosing fill and in-situ soil with high water pressure and/or air spade. • Removing and disposal of soils and slurry with a vactor truck and filling water in a vactor truck. • Hand digging and excavating with air spade. • Protecting existing utilities and tree roots from damage, including repairing of tree roots accidentally damaged. 02/19/2026 95 • Photographs and recording of potholing results including measurements from the ground surface to the top and from the ground surface to the bottom of existing utilities. • Furnishing photographs and recording results to the Engineer. • Furnishing, placing, and compacting imported fill in materials in potholes. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patch. Site Specific Potholing Up to 6 Feet in Depth or Deeper than 6 Feet is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)F Site Specific Potholing for Duct Banks or Utilities Encased in Concrete Up to 8 Feet in Depth (Bid Item A07) – Each Measurement for Site Specific Potholing for Duct Banks or Utilities Encased in Concrete Up to 8 Feet in Depth will be per each bid price in conformance with the Contract Documents. The length of pothole shall be measured perpendicular to an existing utility from the ground surface. A single pothole will be measured as up to 4 feet in length. No measurement will be made for width of pothole. Any two or more utilities separated by 4 feet or less shall constitute one pothole. The contract price per each shall be full compensation for, but is not limited to, all labor, material, tools, and all incidental work and equipment necessary to perform all work needed to pothole and to verify the depths and horizontal locations of existing duct banks or Utilities encased in concrete as shown in the Plans and/or as directed and approved by the Engineer. Payment for each pothole longer than 4 feet in length will be made based upon the fractional overage times the unit cost (e.g. a 5-foot-long pothole would be paid as 1.25 x unit price bid). The payment per each will also include the cost of using hydro excavation/vactor truck as necessary to pothole existing utilities. Included in the unit price per each for utility potholing are all costs for. • Locating all underground existing utilities and coordinating with the Engineer in advance. • Preparing, submitting, furnishing, implementing temporary traffic control plans and operations. • Coordinating with utility owners. • Sawcutting, removing, and disposing of existing asphalt and concrete pavement up to 23” in depth, sidewalks, curbs, gutters debris, waste, and other surplus and unsuitable excavated materials. • Excavating and observation holes up to 8 feet in depth. 02/19/2026 96 • Furnishing hydro excavation/vactor truck for loosing fill and in-situ soil with high water pressure and/or air spade. • Removing and disposal of soils and slurry with a vactor truck and filling water in a vactor truck. • Hand digging and excavation with air spade. • Protecting existing utilities and tree roots from damage, including repairing tree roots accidentally damaged. • Photographs and recording of pothole results including length and depth measurement from the ground surface to the top and from the ground surface to the bottom of existing duct banks or utilities encased in concrete • Furnishing photographs and recording results to the Engineer. • Placing, and compacting imported fill in materials in potholes. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patch. Furnishing Gravel borrows for filling in potholes will be paid under a separate bid item. Site Specific Potholing for Duct Banks or Utilities Encased in Concrete up to 8 feet in depth is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)G Erosion and Water Pollution Prevention (Bid Item A08) – Lump Sum Measurement for Erosion and Water Pollution Prevention will be per lump sum bid price and based on the percentage of total Work complete, dollar value, at the time of measurement in conformance with the Contract Documents. Payment for Erosion and Water Pollution Prevention shall be full compensation for all labor, material, tools, equipment, best management practices (BMPs), and other incidental costs and shall include but not be limited to the following: • Stockpiling erosion and sediment control materials on sites, ready for use. • Preparing, submitting, and revising the Construction Stormwater Pollution Prevention (CSWPP) Plan as described in Section 1-07.15. • Implementing the approved Construction Stormwater Pollution Prevention (CSWPP) Plan including Best Management Practices (BMPs). • Repair and maintenance of erosion and sediment control BMPs if necessary or if work is suspended. • Furnishing hydroseeding/hand seeding and straw mulching disturbed areas. • Furnishing, installing, maintaining, and removing temporary silt fencing and high visibility fencing. • Furnishing, covering, and recovering stockpiles with plastic sheeting. • Furnishing, installing, maintaining, and removing catch basin inserts. • Furnishing, installing, maintaining, and removing stabilized construction entrance materials near the city’s provided staging area. • Stabilizing the area around the northeast corner of the existing 2.0 MG reservoir as necessary. • Furnishing dust control, street cleaning, and vacuum sweeper as needed. 02/19/2026 97 • Furnishing, installing, maintaining, operating, and removing pumps, hoses, storage tanks, sedimentation tanks, mechanical filters, and filtration systems, and appurtenances necessary for collecting, pumping, and discharging construction water. • Collecting, hauling, and properly disposing of turbid water that cannot be discharged on site. • Furnishing, maintaining, and removing required additional erosion and sediment control BMPs deemed necessary per the City of Renton Surface Water Design Manual and proper construction practices. 1-09.14(2)H Construction Dewatering (Bid Item A09) – Lump Sum Measurement for Construction Dewatering will be per lump sum bid price and based on the percentage of total work complete, by dollar value, at the time of measurement in conformance with the Contract Documents. Payment for Construction Dewatering shall be full compensation for all equipment, labor, materials, planning, design, engineering, and submittals required to furnish and update the plan as required. The work shall include but not be limited to. • Preparation, submittal, and re-submittal of the construction dewatering plan. • Implementing the construction dewatering plan. • Preparing, submitting, and revising (if necessary) applications for King County Industrial Waste Program Authorization for Construction Dewatering. This includes all costs to prepare and submit plans and permit application materials and paying all permit applications, review, and discharge fees. • Performing monitoring, testing, and preparing reports if they are required by the King County Industrial Waste Program Authorization for Construction Dewatering. • Furnishing, installing, removing, relocating, and mobilizing temporary piping, pumps, sedimentation tanks, steel ramps, sump pumps, steel sheets, power-generator and other equipment and material to control or remove shallow ground water, perched or pocketed ground water. • Dewatering the area around the northeast corner of the existing 2.0 MG reservoir as necessary. All adjustments to the Construction Dewatering Plan and/or measures are considered incidental, and no additional payment will be made for adjustments. 1-09.14(2)I Trench Excavation Safety System (Bid Item A10) – Lump Sum Measurement for Trench Excavation Safety System will be per lump sum bid price and based on a percentage defined as the amount of storm/sewer/water pipelines installed divided by the total length of sewer/storm/water pipe shown to be installed in conformance with the Contract Documents. Payment for Trench Excavation Safety System will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, implementing, planning, design, 02/19/2026 98 engineering, and submittals necessary or incidental to the furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of Work in conformance with the Contract Documents. The work includes, but not limited to, the preparation and submittal of a shoring plan stamped by a professional engineer registered in the State of Washington, as required per section 2-09 at the preconstruction conference. 1-09.14(2)J Hot Mix Asphalt Overlay (Bid Items A11) – Ton Measurement for Hot Mix Asphalt Overlay will be measured in ton bid price based on the weight of material installed for final overlay in conformance with the Contract Documents, unless otherwise approved by the Engineer. Wasted materials will not be included in the measurement or payment. Only materials placed within the limits shown on the plans will be considered for payment. Material placed outside of the limits shown on the plans or as not approved by the Engineer will be deducted from the certified tickets. Payment for Hot Mix Asphalt Overlay shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Removal and disposal of existing asphalt pavement. • Milling, grinding, planing, chipping, jackhammering and/or sawcutting 2” in depth to prepare the asphalt surface for overlay. • Furnishing, placing, and compacting hot mix asphalt materials for final overlay. • Sealing all cold joints. • Tack coat, joint seal. • Asphalt Sidewalk Transitions. • Hauling, aggregate, sweeping. • Temporary pavement markings. • Preparing for subgrade and cleanup. • All other incidentals necessary to complete paving and restore the roadway grade to existing elevations. Hot Mix Asphalt Overlay shall be HMA Class 1/2" PG 58H-22 and is exempt from Section 1- 04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)K Project Signage (Bid Item A12) – Each Measurement for Project Signage will be per each bid price performed in conformance with the Contract Documents. The payment for Project Signage shall be full compensation for all labor, equipment, materials, tools, and other incidental costs as necessary to furnish and place the sign meeting the requirements of special provisions, Section 8-32. 02/19/2026 99 1-09.14(2)L Property Restoration (Bid Item A13) – Lump Sum Measurement for Property Restoration work will be per lump sum bid price and based on the percentage of total Work complete, by dollar value, at the time of measurement in conformance with the Contract Documents. Payment for Landscape Restoration shall be full compensation for all labor, equipment, materials, and supplies as necessary to restore the areas disturbed by the Contractor’s construction activities to their original or better conditions, including, but not limited to the following: • Photo-documenting and measuring existing conditions in areas to be disturbed. • Direct and repeated communication and coordination with property owners for protection, pruning, removal, storage, watering and replacement of landscaping vegetation and hardscaping. • Fine grading, protection and restoration of any slope/hill as needed. • Grubbing stumps and roots of plants and trees that have been removed. • Furnishing, planting, cultivating, salvaging, re-planting, maintaining, establishing, watering plant materials, sod and seeded lawns. • Removing, protecting, temporarily relocating, storing, watering, and replanting existing trees or shrubs as needed. • Furnishing and planting trees and shrubs, seeding and sodding lawns as needed. • Furnishing and placing fertilizer, topsoil, soil amendment, subgrade, wood mulch and bark mulch. • Placing and installing asphalt drainage berms. • Removing, relocating an existing stop sign. • Furnishing and installing a metal post including replacing existing wood signpost with metal and removing existing stop sign and re-installing it to the metal post. • Removing existing cement concrete traffic curbs and furnishing and installing new cement concrete traffic curbs. • Rototilling surfaces compacted by construction activities and associated hand work. • Excavating, removing, hauling, and disposing of unsuitable, surplus and/or waste materials. • Protecting, temporarily relocating, storing, and re-installing mailbox structures, and landscaping timbers. • Removing, hauling, and disposing existing fencing, slats, barbed wires. • Furnishing and installing new chain link fence, posts, barbed wires and appurtenances. • Removing and re-installing existing chain link gate to the new gate post. • Replacing, removing, and restoring any gravel pathways, rockery walls, concrete pavers, landscaping, and improvements (such as walkways, irrigation system, decking, mailboxes, drain lines, etc.) disturbed by construction activities as directed by the Engineer. • Site Cleaning-up. 02/19/2026 100 Any material quantities listed herein or shown on the Contract Plans are informational only, may vary greatly, and may not constitute a complete list of materials needed to restore the property. Such changes shall not be the basis for claiming additional compensation. Physical measures employed to protect existing surface features on private property, and in right of way, shall be incidental to and included in the Contract Price bid for the various items of work. Furnishing and Placing CSTC per gravel restoration details, and furnishing, compacting HMA to restore the existing drainage berms will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)M Remove and Replace Pavement Markings (Bid Item A14) – Lump Sum Measurement for Remove and Replace Pavement Markings will be per lump sum bid price and based on the percentage of total Work complete, by dollar value, in conformance with the Contract Documents at the time of measurement. Payment for Remove and Replace Pavement Markings shall constitute full compensation for all materials, equipment, tools, labor, and all other work necessary or incidental to removing and re-establishing existing pavement markings, pavement symbols, and channelization devices. This includes, but is not limited to, longitudinal pavement markings (double centerline, solid center/lane line, edge line, centerline, solid lane line, lane line, wide broken line, and dotted extension line, etc.), crosswalks, stop bars, traffic arrows, bicycle rider symbols, and raised pavement markers. The table below provides estimated quantities for pavement markings to be re-established. Pavement symbols, crosswalks, and stop bars shall be thermoplastic. All longitudinal pavement markings shall be profiled methyl methacrylate (MMA). Although removal and replacement of pavement markings will not be measured separately, the approximate quantities are provided for bidders’ convenience. Items Unit Quantity MMA Longitudinal Pavement Marking LF 5,000 Thermoplastic Crosswalk SF 1900 Thermoplastic Stop Bar LF 475 Thermoplastic Traffic Arrow EA 9 Thermoplastic Bicycle Rider Symbol EA 1 Raised Pavement Markers (RPM) HUN 1 1-09.14(2)N Apprenticeship Incentive (Bid Item A15) – Calculated Description, Measurement, and Payment for Apprenticeship Incentive shall be per section 1- 07.9(3). 1-09.14(2)O Apprenticeship Penalty (Bid Item A16) – Calculated Description, Measurement, and Payment for Apprenticeship Penalty shall be per section 1- 07.9(3). 02/19/2026 101 The following subsections provide the measurement and payment information of the Bid Items common to schedules B and/or C. 1-09.14(2)AA Minor Changes (Bid Item B01 and C01) – Estimated For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for Minor Change in the Proposal to become a part of the total bid by the Contractor. At the discretion of the Contracting Agency, all or part of this estimated amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item will be authorized in writing by the Engineer. Payment will be determined in accordance with Section 1-04.4 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the city. If no changes are authorized under this bid item final payment for this item will be $0 (zero). 1-09.14(2)AB Sawcutting Asphalt Pavement (Bid Item B02 and C03) – Linear Foot Measurement for Sawcutting Asphalt Pavement shall be made per linear foot at the bid unit price, based on the horizontal length measured along the completed joint seal of permanent asphalt patches only, regardless of pavement material or depth, and as approved by the Engineer. No payment will be made for any sawcuts performed prior to the final sawcuts for the permanent asphalt patch or for any sawcuts not approved by the Engineer. The existing asphalt pavement thickness to be sawcut is up to 23 inches. All other pavement cuttings shall be considered incidental to other bid items. Payment for Sawcutting Asphalt Pavement shall be full compensation for all tools, equipment, labor, materials, and incidentals required to complete sawcutting for permanent asphalt patch as specified in the contract documents. Sawcutting Asphalt Pavement is exempt from Section 1-04.6, and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)AC Controlled Density Fill (CDF)-Pipe Abandonment (Bid Items B03 and C05) – Cubic Yard Measurement for Control Density Fill (CDF)-Pipe Abandonment will be per cubic yard bid price in conformance with the Contract Documents. Certified delivery tickets shall be furnished with each load of materials delivered. Work shall include labors, equipment, and materials as necessary for abandoning the existing 12” in diameter of Asbestos Cement (AC) water mains or 12” in diameter of storm pipes by filling with Controlled Density Fill (CDF)-Pipe Abandonment after the new water main and/or storm pipe has been in successfully operation. Work also includes hauling and disposing of sections of existing storm pipes that are cut and removed from trenching prior to filling the existing storm pipes. 02/19/2026 102 Cutting, removing, and disposing existing Asbestos Cement (AC) Water Pipe will be paid for under the specific bid item set forth in the Proposal/Contract Documents. Payment for Control Density Fill (CDF)-Pipe Abandonment shall be full compensation for all work, labor, materials, equipment and all necessary required to furnish, deliver, and place the CDF in the existing 12” in diameter of storm pipes and/or AC water mains that are to be abandoned in place. Other work under this bid item shall include but not be limited to: • Locating existing underground utilities, AC water mains, and storm pipes and determining their vertical and horizontal locations. • Prepare, submit, and re-submit the CDF-Pipe Abandonment work plan prior to commencing work. • Protecting, and providing temporary support for existing utilities. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Excavation, removal, haul, and disposal of existing pavement, sidewalks, curbs, gutters, debris, surplus and unsuitable excavated materials. • Cutting, removing, and disposing sections of existing pipes. • Plugging the end of existing storm pipes or AC water mains as necessary. • Replacing, protecting and/or maintaining existing utilities • Placing and compacting backfill material. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing gravel borrow for backfill material will be paid for under the specific bid item set forth in the Proposal/Contract Documents. The Controlled Density Fill (CDF)-Pipe Abandonment bid item is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)AD Crushed Surfacing Top Course (CSTC) (Bid Items B04 and C06) – Ton Measurement for Crushed Surfacing Top Course (CSTC) will be measured in ton bid price and based on the weight of material installed into the Work in conformance with the Contract Documents. Certified weight tickets will accompany each load; a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed and compacted within the pay limits will be considered for payments. Material placed outside of the limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Payment for Crushed Surfacing Top Course (CSTC) shall be full compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install crushed surfacing top course (CSTC), hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste, and surplus materials, etc., required to install or place the crushed surfacing top course (CSTC) in conformance with the Contract Documents. Crushed Surfacing Top Course (CSTC) is exempt from Section 1-04.6, and no price adjustment will be made for variation in actual quantity used. 02/19/2026 103 1-09.14(2)AE Gravel Borrow for Backfill (Bid Items B05 and C07) – Ton Measurement for Gravel Borrow for Backfill will be measured in ton bid price and based on the weight of material installed into the Work in conformance with the Contract Documents. Certified weight tickets will accompany each load; a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed and compacted within the pay limits will be considered for payments. Material placed outside of the limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Payment for Gravel Borrow for Backfill shall be full compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install Gravel Borrow, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste, and surplus materials, etc., required to install or place the Gravel Borrow for Backfill in conformance with the Contract Documents. Gravel Borrow for Backfill is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)AF Permanent Asphalt Patch (Bid Items B06 and C09)-Ton The Work under this bid item shall include replacing all asphalt pavement (HMA) as shown in the Drawings. HMA used to restore private driveways and/or properties or public right-of- way that are damaged or removed during project construction will be paid under this bid item. Measurement for Permanent Asphalt Patch will be measured in ton bid price and based on the weight of material installed for final trench permanent asphalt patch of project improvements in conformance with the Contract Documents. Only materials placed within the limits shown on the plans will be considered for payment. Material placed outside of the limits shown on the plans or as not approved by the Engineer will be deducted from the certified tickets. Payment for Permanent Asphalt Patch shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Removal and disposal of existing pavement. • Furnishing, placing, and compacting hot mix asphalt materials for the final asphalt patch. • Sealing all cold joints. • Tack coat, joint seal. • Asphalt sidewalk transitions. • Hauling, aggregate, sweeping. • Temporary pavement markings. • Preparing for subgrade and cleanup. • All other incidentals necessary to complete paving and restore the roadway grade to existing elevations. 02/19/2026 104 Crushed Surfacing Top Course (CSTC) used for subgrades and the repair of gravel and asphalt shoulders, and driveways will be measured and paid as a separate bid item. Permanent Asphalt Patch shall be HMA class ½” PG 58H-22 and is exempt from Section 1- 04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)AG Cement Concrete Sidewalk (Bid Item B07 and C11) – Square Yard Measurement for Cement Concrete Sidewalk will be per square yard bid price to the nearest joint or the edge of the right-of-way line or as directed by the Engineer and based on square yardage of concrete sidewalk to match existing, restored to a saw-line cut in conformance with the contract documents. The Work under this bid item shall include removing and replacing all cement concrete sidewalk along the new storm pipe, water main, and PVC conduit alignment as shown in the Drawings. Payment for Cement Concrete Sidewalk shall be full compensation for all labor, equipment, materials, tools and incidentals to remove and replace cement concrete sidewalk in conformance with the contract documents and plans, and shall include but not be limited to the following: • Removal of existing cement concrete sidewalk, to nearest expansion joints, including sawcutting as required. • Disposal of existing concrete sidewalks, surplus, unsuitable and/or waste materials. • Placing and compacting CSTC for subgrade. • Furnishing, placing, and removing temporary hot mix asphalt patching. • Furnishing, installing, and removing temporary formwork. • Furnishing and placing concrete joint filler. • Furnishing and placing cement concrete for new concrete sidewalk. • Adjustment of utilities to grade. • Matching existing finish, including exposed aggregate and patterns, as applicable. • Curing concrete and cleanup. Furnishing CSTC for subgrade will be paid for under the specific bid item set forth in the Proposal/Contract Documents. 1-09.14(2)AH Cement Concrete Curb and Gutter (Bid Item B08 and C12) – Linear Foot Measurement for Cement Concrete Curb and Gutter will be per linear foot bid price to the nearest joint of the concrete curb and gutter repair required for the installation of new utilities in conformance with the Contract Documents. The Work under this bid item shall include removing and replacing all cement concrete curb and gutter along the new storm pipe, water main, and PVC conduit alignment as shown in the Drawings. Payment for Cement Concrete Curb and Gutter shall be full compensation for all labor, materials, tools, equipment required to remove and replace concrete curb and gutter 02/19/2026 105 specified in the contract documents and plans, and shall include but not be limited to the following: • Sawcutting, removing, hauling, and disposing of existing pavement as necessary to set concrete forms. • Removal and disposal of existing cement concrete curb and gutter, to nearest expansion of contraction joints, including sawcutting as required. • Disposal of surplus, unsuitable and /or waste materials. • Placing and compacting CSTC for subgrade. • Furnishing, placing, and removing temporary hot mix asphalt patching. • Furnishing, installing, and removing temporary formwork. • Furnishing, placing and cement concrete and joint filler for new curb and gutter. • Curing concrete and cleanup. Furnishing CSTC for subgrade will be paid for under the specific bid item set forth in the Proposal/Contract Documents. 1-09.14(2)AI Removal and Replacement of Unsuitable Foundation Materials (Bid Items B09 and C13) – Ton For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for Removal and Replacement of Unsuitable Foundation Materials in the Proposal to become a part of the total bid by the Contractor. Measurement for Removal and Replacement of Unsuitable Foundation Materials will be measured in ton bid price and based on the weight of materials in conformance with the Contract Documents. Removal and Replacement of Unsuitable Foundation Material will be measured only for the area(s) authorized by the Engineer. Certified tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for Removal and Replacement of Unsuitable Foundation Materials shall be full compensation for all labor, materials, tools, equipment, excavation, foundation material- Crushed Surfacing Base Course (CSBC) for pipe foundation in compacted conditions, haul, placement, water pipes, storm pipes, compaction, removal haul and disposal of waste material, etc., required to complete this item of Work in conformance with the Contract Documents. Payment for this item will be only for the Removal and Replacement of Unsuitable Materials requested by the city. Removal and Replacement of Unsuitable Foundation Materials is exempt from Section 1-04.6, and no price adjustment will be made for variation in actual quantity used. If no Removal and Replacement of Unsuitable Foundation Materials are authorized under this bid item, final payment for this item will be $0 (zero). 02/19/2026 106 1-09.14(2)AJ Construction Geotextile for Separation (Bid Items B10 and C14) – Square Yard For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for Construction Geotextile for Separation in the Proposal to become a part of the total bid by the Contractor. Measurement for Construction Geotextile for Separation will be per square yard bid price and based upon square yardage as measured by the length installed by the standard width of the trench/sections as shown on the Plans. All use of construction geotextiles shall be pre- approved by the Engineer. Payment for Construction Geotextile for Separation shall be full compensation for all material, equipment, tools, labor, and all necessary for and incidental to furnish and install geotextile in accordance with the Contract Documents and as directed by the Engineer. Construction Geotextile for Separation is exempt from Section 1-04.6, and no price adjustment will be made for variation in actual quantity used. If no geotextile for separation is authorized under this bid item, final payment for this item will be $0 (zero). 1-09.14(2)AK Removal of Unforeseen Obstructions and Debris (Bid Items B15 and C15) – Force Account For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for Removal of Unforeseen Obstructions and Debris in the Proposal to become a part of the total bid by the Contractor. In the event that existing and unforeseen obstructions or debris must be removed to complete the work, all or part of this estimated amount may be used in accordance with the procedure as outlined in Section 1-04.7 of the Standard Specifications. The unit contract price for Removal of Unforeseen Obstructions and Debris is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item will be authorized in writing by the Engineer. Payment will be determined in accordance with Section 1-09.6 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the City and shall be full compensation for all labor, tools, equipment, and materials required to perform the work in conformance with the Contract documents, including but not limited to the following: • Removal, hauling, and disposal of reinforced concrete, structural metal, concrete encased pipes, vehicles, etc. • Coordination with the Engineer and Owner. If there are no removals of unforeseen obstruction and Debris, the final payment will be $0 (zero). 02/19/2026 107 1-09.14(2)AL 4 and 6-inch Diam. Sanitary Side Sewer Pipe Relocation (For Storm or Water Conflict) (Bid Item B27, B28, C72 and C73) –– Linear Foot For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered a quantity for Sanitary Side Sewer Pipe Relocation (For Storm or Water Conflict) of the type and size specified in the Proposal to become a part of the total bid by the Contractor. Measurement for Sanitary Side Sewer Pipe Relocation (For Storm or Water Conflict) of the type and size specified will be per linear foot bid price and based on linear footage measured horizontally over the centerline of the installed pipe regardless of material specified. Payment for Sanitary Side Sewer Pipe Relocation (For Storm or Water Conflict) of the type and size specified shall be full compensation for all labor, materials, and equipment required to complete the work specified in the contract documents, regardless of material specified, and shall include but not be limited to the following: • Locating all existing utilities including sewer main, side sewer locations. • Determining side sewer horizontal and vertical locations. • Saw cutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Developing, implementing, furnishing, installing, and removing temporary storm and/or sanitary sewer bypass pumping and system. • Excavation, trench excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials, and existing side sewer pipes and fittings. • Cutting, removing, and disposing of existing side sewer pipes. • Furnishing, installing, laying and SDR 35 PVC side sewer pipes, joints, bends, fittings, and couplings of the size and type specified and all incidentals. • Connecting and re-connecting new side sewer pipes to existing side sewer pipes and existing sewer mains. • Furnishing and installing ethafoam pads (where needed). • Furnishing placing, and compacting pipe bedding material. • Furnishing water, cleaning, and testing side sewer pipes required in conformance with the Contract Documents. • Performing and furnishing closed circuit television (CCTV) inspection after the completion of side sewer relocations. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. • Furnishing final as-builts of new side sewer locations. Payment will only be made if damage and/or conflict of the existing side sewer to the new water main or new storm pipe are not avoidable when using normal standards of care during construction. No payment shall be made for existing side sewers that are in good conditions prior to construction but are damaged by Contractor’s operations. 02/19/2026 108 Sanitary Side Sewer Pipe Relocation (For Storm and Water Conflict) of the size specified will only be paid when any existing sanitary side sewers resulting from potholing field verifications require the relocations to avoid conflicts with the installation of new water mains or storm pipes. Furnishing Gravel Borrow for backfill material and CSTC for subgrade and potholing to determine the side sewer horizontal and vertical locations will be paid for under the specific bid items set forth in the Proposal/Contract Documents. This bid item is exempt from Section 1-04.6, and no price adjustment will be made for variation in actual quantity used. If there are no Sanitary Side Sewer Pipe Relocation (For Storm or Water Conflict) of type and size specified, the final payment will be $0 (zero). The following subsection provides the measurement and payment information of the Bid Items specific to Schedule B – Storm Water and Roadway. 1-09.14(2)BA Abandon Existing Storm Structure (Bid Item B11) – Each For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered a quantity for Abandon Existing Storm Structure in the Proposal to become a part of the total bid by the Contractor. Measurement for Abandon Existing Storm Structure will be per each bid price performed in conformance with the Contract Documents. Payment for Abandon Existing Storm Structure shall be full compensation for all labor, equipment, materials to remove, haul and disposal of up to top 12 feet of storm concrete structure, frames and covers, drill drainage holes, plug pipes, and fill remaining structure with backfill in accordance with the Contract Documents. This bid item is exempt from Section 1-04.6, and no price adjustment will be made for variation in actual quantity used. If there is no Abandon Existing Storm Structure, the final payment will be $0 (zero). Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)BB Remove Existing Storm Structure-Inlet and Manhole (Bid Item B12 and B13) – Each Measurement for Remove Existing Storm Structure-Inlet or Manhole will be per each bid price performed in conformance with the Contract Documents. Payment for Remove Existing Storm Structure-Inlet or Manhole shall be full compensation for all labor, materials, and equipment to remove, haul, and dispose of the entire storm structure; Inlet and Manhole in accordance with the Contract Documents. The work shall include but not be limited to the following. 02/19/2026 109 • Locating all existing utilities including storm structures including the covers under the pavement and determining their approximate horizontal and vertical locations. • Protecting and providing temporary support for existing utilities. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Furnishing, installing, implementing, and removing temporary storm bypass pumping and system. • Excavation, removal, haul, and disposal of existing storm structures (Inlet and Manhole) and of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)BC Remove Existing Storm Pipe (Bid Item B14) – Linear Foot Measurement for Remove Existing Storm Pipe will be per linear foot bid price in conformance with the Contract Documents. Payment for Remove Existing Storm Pipe shall be full compensation for all labor, equipment, materials, and equipment to remove, haul, and dispose of the entire various storm pipe sizes in accordance with the Contract Documents. The work shall include but not be limited to the following: • Locating all existing utilities including storm pipes and determining their approximate horizontal and vertical locations. • Protecting and providing temporary support for existing utilities. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Furnishing, installing, implementing, and removing temporary storm bypass pumping and system. • Excavation, removal, haul, and disposal of existing storm pipes, fittings, and of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials. • Plugging existing storm pipes with commercial concrete/ cement-based grout, where necessary. • Replacing, protecting and/or maintaining existing utilities. • Placing and compacting backfill and subgrade material. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. 02/19/2026 110 Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid in for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)BD Connect Existing Storm Pipe to New Storm Structure (Bid Item B16) – Each Measurement for Connect Existing Storm Pipe to New Storm Structure will be per each bid price in conformance with Contract Documents. Payment for Connect Existing Storm Pipe to New Storm Structure shall be full compensation for all labor, equipment, materials, excavation around and protection of existing pipe, furnishing, installing, and removing temporary bypass pumping, cleaning the existing storm pipe, furnishing core drilling, furnishing and installing pipe sleeve or other required fittings, connecting existing storm pipes to new storm structures, and removal and disposal of waste materials. 1-09.14(2)BE Connect New Storm Pipe to Existing Storm Structure (Bid Item B17) – Each Measurement for Connect New Storm Pipe to Existing Storm Structure will be per each bid price in conformance with Contract Documents. Payment for Connect New Storm Pipe to Existing Storm Structure shall be full compensation for all labor, equipment, materials, excavation around and protection of existing structure, furnishing, installing, and removing temporary bypass pumping, furnishing core drilling, cleaning the existing catch basin, furnishing and installing required pipe fittings or other materials, connecting new storm pipes to existing storm structures, and removal and disposal of waste materials. 1-09.14(2)BF 8-inch Diam. SDR 35 PVC Storm Pipe (Bid Items B18) – Linear Foot Measurement for SDR 35 PVC Storm Pipe of the size specified will be per linear foot bid price and based on linear foot measured horizontally over the centerline of the installed pipe from the center of structures in conformance with the Contract Documents. Payment for SDR 35 PVC Storm Pipe of the size specified shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including storm pipes and determining their horizontal and vertical locations. • Protecting and providing temporary support of existing utilities. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Furnishing, installing, implementing, and removing temporary storm bypass pumping and system. • Excavation, trench excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials. 02/19/2026 111 • Furnishing, installing, and laying the pipes of the size and material types required including gaskets, fittings, joints, bends, couplings, adaptors, and appurtenances required, and all incidentals. • Intercepting existing 6” concrete pipe. Furnishing and installing 6” concrete pipe to 8” SDR 35 PVC transition coupling. • Furnishing, placing, and compacting pipe bedding material. • Placing and compacting trench backfill and subgrade material. • Furnishing and installing ethafoam pads (if needed). • Furnishing water, cleaning, and testing storm pipes required in conformance with the Contract Documents. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. Removing of existing storm pipe will be paid for under the specific bid item set forth in the Proposal/Contract Documents. 1-09.14(2)BG 8, 12, and 18-inch Diam. Ductile Iron Storm Pipe (Bid Items B19 , B20, and B23) – Linear Foot Measurement for Ductile Iron Storm Pipe of the size specified will be per linear foot bid price and based on linear foot measured horizontally over the centerline of the installed pipe from the center of structures in conformance with the Contract Documents. Payment for Ductile Iron Storm Pipe of the size specified shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including storm pipes and determining their horizontal and vertical locations. • Protecting and providing temporary support of existing utilities. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Furnishing, installing, implementing, and removing temporary storm bypass pumping and system. • Excavation, excavating trench, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials. • Furnishing and installing pipes of the size and material type required including gaskets, fittings, adaptors, and appurtenances required, and all incidentals. • Furnishing, installing, laying and jointing pipe and fittings. • Furnishing, placing, and compacting pipe bedding material. • Placing and compacting trench backfill and subgrade material. 02/19/2026 112 • Furnishing and installing ethafoam pads (if needed). • Furnishing water, cleaning, and testing storm pipes required in conformance with the Contract Documents. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. Removing of existing storm pipe will be paid for under the specific bid item set forth in the Proposal/Contract Documents. 1-09.14(2)BH 12 and 18-inch Diam. Polypropylene Storm Pipe (Bid Item B21 and B22) –– Linear Foot Measurement for Polypropylene Storm Pipe of the size specified will be per linear foot bid price and based on linear footage measured horizontally over the centerline of the installed pipe. Payment for Polypropylene Storm Pipe of the size specified shall be full compensation for all labor, materials, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including storm pipes and determining their horizontal and vertical locations. • Protecting and providing temporary support for existing utilities. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Furnishing, installing, and removing temporary storm bypass pumping and system. • Excavation, trench excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials. • Plugging existing storm pipes with commercial concrete/ cement-based grout, where necessary. • Furnishing, installing, laying the pipes, gaskets, fittings, adaptors, and appurtenances required, and all incidentals. • Furnishing and installing ethafoam pads (when needed). • Furnishing placing, and compacting pipe bedding material. • Placing and compacting trench backfill and subgrade material. • Furnishing water, cleaning, and testing storm pipes required in conformance with the Contract Documents. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 02/19/2026 113 Removing of existing storm pipe will be paid for under the specific bid item set forth in the Proposal/Contract Documents. 1-09.14(2)BI Catch Basin Type 1 and Type 1L (Bid Item B24 and B25) – Each Measurement for Catch Basin of the type specified will be measured per each bid price in conformance with the Contract Documents. Payment for Catch Basin of the type specified shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and determining their horizontal and vertical locations. • Protecting and providing temporary support for existing utilities. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Furnishing, installing, implementing, and removing temporary storm bypass pumping and system. • Excavation, foundation excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials. • Furnishing, placing, and compacting foundation bedding material. • Furnishing and installing a precast concrete catch basin of the type specified, gaskets, catch basin frame and lid, installation, adjustment of frames to finished grades, appurtenances, Kor-N-Seal boots (or approved equal). • Connecting a new Catch Basin type of specified to new storm pipes. • Placing and compacting backfill and subgrade material. • Furnishing water, cleaning, and testing required in conformance with the Contract Documents. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. Maximum pay limit for selected backfill material around the structures shall be limited to 3- feet. 1-09.14(2)BJ 48-inch Diam. Catch Basin Type 2 (Bid Item B26) – Each Measurement for 48-inch Diam. Catch Basin Type 2 will be per each bid price in conformance with the Contract Documents. Payment for 48-inch Diam. Catch Basin Type 2 shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and determining their horizontal and vertical locations. • Protecting and providing temporary support for existing utilities. 02/19/2026 114 • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Furnishing, installing, implementing, and removing temporary storm bypass pumping and system. • Excavation, foundation excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials. • Plugging existing storm pipes with commercial concrete/ cement-based grout, where necessary. • Furnishing, placing, and compacting foundation bedding material. • Furnishing and installing a precast concrete 48-inch diameter catch basin type 2, gaskets, catch basin frame and lid, installation, adjustment of frames to finished grade, appurtenances, Kor-N-Seal boots (or approved equal). • Connecting a new 48-inch diameter Catch Basin Type 2 to new storm pipes. • Placing and compacting backfill and subgrade material. • Furnishing water, cleanup and testing required in conformance with the Contract Documents. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. Maximum pay limit for selected backfill material around structures shall be limited to 3-feet. 1-09.14(2)BK CCTV Inspection (Bid Item B29) – Linear Foot Measurement for CCTV Inspection will be per linear foot bid price and measured horizontally over the centerline of the storm pipe inspected in conformance with section 7-17.3(2)H and the Contract Documents. Payment for CCTV Inspection shall be full compensation for all labor, materials, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • CCTV inspection of all new open-cut installed storm pipes. • Delivery of the CCTV inspections entirely in a PACP compatible format database on an External HDD to the Engineer. Costs for additional CCTV Inspection required to verify corrections or replacement of storm pipes, or done solely for the Contractor’s convenience, shall be at the Contractor’s sole expense. 02/19/2026 115 1-09.14(2)BL Remove Existing Abandoned Traffic Detection Wire Loops (Bid Item B30) – Lump Sum Measurement for Remove Existing Abandoned Traffic Detection Wire Loops will be per lump sum bid price and based on the percentage of total Work complete, by dollar value, at the time of measurement in conformance with the Contract Documents. Payment for Remove Existing Abandoned Traffic Detection Wire Loops shall be full compensation for all labor, materials, equipment, and hauling to complete the work specified in the contract documents and plans and shall include and be not limited to: • Locating all existing utilities and existing abandoned traffic detection wire loops and determining their horizontal and vertical locations. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials. • Removing, hauling, and disposing of existing traffic detection wire Loops, associated conduits, wiring cabling, and lead-in cables, where as necessary. 1-09.14(2)BM 3-inch Diam. Schedule 80 PVC Conduit (Bid Item B31) – Linear Foot Measurement for 3-inch Diam. Schedule 80 PVC Conduit will be per linear foot bid price in conformance with the Contract Documents. Payment for 3-inch Diam. Schedule 80 PVC Conduit shall be full compensation for all labor, materials, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and determining their horizontal and vertical locations. • Protecting and providing temporary support of existing utilities. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, trench excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials. • Furnishing, installing, placing, and hauling 3-inch Diam. Schedule 80 PVC Conduit pipes, pipe connections, elbows, bends, caps, unions, fittings, etc. • Furnishing, installing, placing, and hauling electrical warning tapes and Nylon Pull Cords. • Furnishing, placing, and compacting pipe sand bedding material. • Placing and compacting backfill and subgrade material. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. • All costs associated with preparing, completing, submitting and re-submitting electrical permit applications and associated plans and documentation, requests, 02/19/2026 116 notifications, documentation, and compliance with permit and authorization requirements, application fees for the City of Renton Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. Concrete curb, gutter, and sidewalk removal and repair will be paid for under other bid items. 1-09.14(2)BN Locking LID STD. Duty J-Box Type 2 (Bid Item B32) – Each Measurement for Locking LID STD. Duty J-Box Type 2 will be per each bid price in conformance with the Contract Documents. Payment for Locking LID STD. Duty J-Box Type 2 shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and determining their horizontal and vertical locations. • Protecting and providing temporary support of existing utilities including existing fiber optic conduits and cables. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, foundation excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris surplus and unsuitable excavated materials. • Core drilling, grouting, cleaning the structure of new Locking LID STD. Duty Type 2. • Furnishing, installing, placing, and hauling Locking LID STD. Duty Type 2. • Connecting new 3” Schedule 80 PVC conduits and Nylon Pull Cords to Locking LID STD. Duty Type 2. • Removing existing junction box and reconnecting existing conduits and wires to new locking LID STD J-Box Type 2. • Terminating new 3” Schedule 80 PVC conduits and Nylon Pull Cords at new locking LID STD J-Box Type 2. • Furnishing, placing, and compacting foundation bedding material. • All costs associated with preparing, completing, and submitting electrical permit applications and associated plans and documentation, requests, notifications, documentations, and compliance with permit and authorization requirements, application fees for the City of Renton Concrete curb, gutter, and sidewalk removal and repair will be paid for under other bid items. 1-09.14(2)BO Small Cable Vault (Bid Item B33) – Each Measurement for Small Cable Vault will be per each bid price in conformance with the Contract Documents. 02/19/2026 117 Payment for Small Cable Vault shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and determining their horizontal and vertical locations. • Protecting and providing temporary support of existing utilities. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, foundation excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated materials. • Core drilling, grouting, cleaning the structure of new Small Cable Vault. • Furnishing, installing, placing, and hauling Small Cable Vault. • Connecting new 3” Schedule 80 PVC conduits and Nylon Pull Cords to Small Cable Vault. • Furnishing, placing, and compacting foundation bedding material. • All costs associated with preparing, completing, and submitting electrical permit applications and associated plans and documentation, requests, notifications, documentations, and compliance with permit and authorization requirements, application fees for the City of Renton Concrete curb, gutter, and sidewalk removal and repair will be paid for under other bid items. 1-09.14(2)BP Connection 3-inch Diam. Schedule 80 PVC Conduit to Existing Vault (Bid Item B34) – Each Measurement for Connection 3-inch Diam Schedule 80 PVC Conduit to Existing Vault will be per each bid price in conformance with the Contract Documents. Payment for Connection 3-inch Diam Schedule 80 PVC Conduit to Existing Vault shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and determining their horizontal and vertical locations. • Protecting and providing temporary support of existing utilities. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated materials. • Core drilling, grouting, cleaning the existing vault. • Connecting new 3” Schedule 80 PVC conduits and Nylon Pull Cords to Small Cable Vault. 02/19/2026 118 Concrete curb, gutter, and sidewalk removal and repair will be paid for under other bid items. 1-09.14(2)BQ Resolution of Utility Conflicts for Proposed Storm System (Bid Item B35) – Force Account. Payment will be made in accordance with Section 1-07.17(5). Resolution of Utility Conflicts for Proposed Storm System will be paid for by force account bid price in accordance with Section 1-09.6 of Stand Specifications and these special provisions. To provide a common basis for all bidders, the Contracting Agency has entered an amount for the item “Resolution of Utility Conflicts for Proposed Storm System” in the proposal form to become part of the total bid by the Contractor. Utility Conflicts due the Contractor’s actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. The unit contract price is given in the Schedule of Prices and shall not be changed by the bidder. Payment for this bid item will be only for the changes and amount approved by the city. If no changes are authorized under this bid item, final payment for this bid item shall be $0 (zero). The following subsection provides the measurement and payment information of the Bid Items specific to Schedule C – Water. 1-09.14(2)CA Permits (Bid Items C02)-Lump Sum Measurement for Permits will be measured per lump sum bid price and based on the percentage of total Work complete, by dollar value, at the time of measurement in conformance with the Contract Documents. Payment for this bid item shall constitute full compensation for all costs associated with preparing, completing, and submitting permit applications and all required plans and documentation, including requests, notifications, and compliance with all permit and authorization requirements. This includes application fees for the Puget Sound Clean Air Agency and the Department of Labor and Industries, as well as any fees or penalties imposed by jurisdictional agencies resulting from the Contractor’s non-compliance with regulatory requirements. Permits included in this bid item include, but are not limited to, the following: Puget Sound Clean Air Agency: • Asbestos/Demolition Project Notification for Contractors and the City (Contractor paid). State of Washington Department of Labor and Industries: • Notice of Asbestos Abatement Project (Contractor paid). 02/19/2026 119 Forms to be completed and submitted by the Contractor shall include, but not limited to the following: • City of Renton, Water Utility: Asbestos Cement Pipe – Waste Shipment Record (Transporter and Waste Disposal Site) • Washington State Department of Labor and Industries – Asbestos Project Notice of Intent and Instruction for Asbestos Project Notification. • Puget Sound Clean Air Agency – Asbestos/Demolition Notification. 1-09.14(2)CB Asbestos Cement (AC) Pipe Removal (Bid Items C04)-Linear Foot Measurement for Asbestos Cement (AC) Pipe Removal of the various sizes will be measured in linear foot bid price along the center line of the water main pipe removed including fittings in conformance with the Contract Documents. Payment for Asbestos Cement (AC) Pipe Removal of the various sizes shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including asbestos cement (AC) pipes and determining their horizontal and vertical locations. • Saw cutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Excavation, hauling, handling, and disposal of AC pipes, fittings, and its appurtenances. • Compliance with regulations governing friable AC pipes. • Furnishing specialized tools and equipment and safety clothing and safety apparatus. • Protecting and maintaining existing utilities. • Excavation, removal, haul and disposal of existing pavement, sidewalk, curb, gutters, debris, surplus and unsuitable excavated materials, and AC pipes and appurtenances. • Cutting, removing, bagging, and disposing of AC pipes, fittings, restrained joints, spools, sleeves, couplings, and appurtenance. • Secure temporary storage until hauled to disposal site. • Hauling and delivery of AC pipes to approved disposal site. • Coordinating with City’s Work Forces for water main isolations. • Properly draining and disposing water from AC pipes. • Delivery of all chain-of-custody documentation and disposal records to Engineer. 75 percent of payment shall be paid when the pipe is removed. The remaining 25 percent of payment shall be made once receipt of asbestos waste shipment record is received. This item is exempt from Section 1-04.6. There is no price adjustment for variation in actual quantity of removals and disposals. Furnishing Gravel Borrow for backfill material will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 02/19/2026 120 1-09.14(2)CC Asphalt Treated Base (Bid Items C08)-Ton Measurement for Asphalt Treated Base will be measured in ton bid price and based on the weight of material installed for the trench permanent asphalt patch in conformance with the Contract Documents. Payment for Asphalt Treated Base shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Excavation, grading, hauling, removal and disposal of in the excavation necessary for placing Asphalt Treated Base including but not limited to existing asphalt and concrete pavement, debris, surplus and unsuitable excavated materials. • Furnishing, placing, and compacting asphalt treated base. • Preparing for subgrade and cleanup. Permanent Asphalt Patch shall be HMA PG 58V-22 and is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. Crushed Surfacing Top Course (CSTC) used for subgrades will be measured and paid as a separate bid item. 1-09.14(2)CD Cement Concrete Driveway (Bid Item C10) – Square Yard Measurement for Cement Concrete Driveway will be per square yard bid price in conformance with the Contract Documents. Payment for Cement Concrete Driveway shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Excavation, removal, haul, and disposal of in the excavation necessary for the improvements including but not limited to existing asphalt and cement concrete driveway, debris, surplus and unsuitable excavated materials. • Sawcutting existing cement concrete driveway min. 6” in depth • Furnishing and installing new cement concrete driveway shown in the Plans. • Furnishing and installing formwork. • Furnishing and installing joint filters, expansion joints, and rebars. • Placing and compacting the subgrade material. Furnishing CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CE CLSM Encasement (Bid Item C16) – Cubic Yard Measurement for CLSM-Pipe Encasement will be per cubic yard in conformation with the Contract Documents. 02/19/2026 121 Payment for CLSM Encasement shall be full compensation for all materials, equipment, tool, labor, and all necessary to furnish, install, place the CLSM Encasement, submit, revise, and re-submit CLSM Encasement design and plan. This item is exempt from Section 1-04.6. There is no price adjustment for variation in actual quantity used. If there is no CLSM Encasement used, final payment for this item will be $0 (zero). 1-09.14(2)CF Survey Monument Replacement (Bid Item C17) – Each Measurement for Survey Monument Replacement will be per each bid price of survey monument replaced, including each witness monument placed in conformance with the Contract Documents. Survey Monument Replacement shall be per Special Provisions Section 1-05.4 and the City of Renton Surveying Standards in Special Provisions Section 1-11. The surveyor shall comply with WAC 332-120 Survey Monuments – Removal or Destruction. Payment for Survey Monument Replacement shall be full compensation for all labor, materials, equipment, travel, surveying, documentation, permit fees and applications, and replacement of each survey monument as shown on the plans. The work includes, but is not limited to: A. Locating and surveying all existing monuments and providing the city with a copy of the survey results. B. Cutting or coring of existing asphalt pavement. C. Excavation, removal, and disposal of the disturbed monument and cast, existing asphalt pavement, and waste materials. D. Hand excavation and hand backfill as may be required. E. Furnishing and installing the new monument and case. F. Furnishing, placing, and compacting backfill and subgrade material. G. Furnishing installing, and placing concrete base, grout, and others as shown in the standard plan. H. Providing the City with a copy of Application to Remove a Monument submitted to the State DNR for each monument. I. Resetting the monuments in the original positions or setting witness monuments if needed. All new monuments, discs, materials, and the work needed to set them are included. J. Providing the City with a copy of the Completion Report submitted to the State DNR for each monument. K. Submitting a City Monument Card to the City showing the new monument and monument ties. Existing monument ties will be used whenever possible. New ties shall be set where needed. New monuments and monument cards are subject to City review and approval. Any corrections or resurveying needed shall be incidental. L. All work shall be located per the City of Renton Survey Control Network. Coordinates shall be given for the new and existing monument. 02/19/2026 122 Up to 50 percent of the unit bid price for each monument will be paid after each existing monument is surveyed, and the city receives a copy of the Application to Remove a Monument submitted to the Washington State Department of Natural Resources. The remaining 50 percent of the unit bid price for each monument will be paid after each new monument is placed or replaced, a copy of the Completion Report and a new Monument Card is submitted to the city, and the city review and acceptance of the new/replaced monument and Monument Card. Survey Monument Replacement is exempt from Section 1-04.6, and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)CG Removal of Existing Fire Hydrant (Bid Item C18) – Each Measurement for Removal of Existing Fire Hydrant will be per each bid price in conformance with the Contract Documents. Payment for Removal of Existing Fire Hydrant shall be full compensation for all labor, materials, equipment required to remove and to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and determining their horizontal and vertical locations. • Sawcutting existing asphalt and concrete pavement up to approximately 23-inch in depth sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, trench excavation, removal, haul and disposal of existing sectional water mains, pavement, curbs, gutters, sidewalks, concrete pads, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Disconnecting the existing fire hydrant from the existing water mains. • Abandoning in place existing 6” water pipes in place with cast iron or ductile iron end caps. • Removing existing fire hydrant assembly including water pipes and structures and like salvaging, hauling, and delivering the existing fire hydrant to City Operation and Maintenance Facility. • Placing and compacting trench backfill and subgrade material. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, and removing temporary hot mix asphalt pavement patching. 1-09.14(2)CH Abandon Existing Gate Valves (Bid Item C19) – Each Measurement for Abandon Existing Gate Valve will be each bid price in conformance with the Contract Documents 02/19/2026 123 Payment for Abandon Existing Gate Valves shall be full compensation for all labor, materials, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Removing, abandoning, and disposal of existing gate valves and valve lids/boxes including the upper sections. • Furnishing and filling the bottom of the box with sand. • Furnishing and filling the valve box with cement concrete. • Excavation, removal, haul, and disposal of waste materials. 1-09.14(2)CI Abandon Existing Water Main (Bid Item C20) – Lump Sum Measurement for Abandon Existing Water Main will be per lump sum bid price and based on the percentage of total Work complete, by dollar value, at the time of measurement in conformance with the Contract Documents Payment for Abandon Existing Water Main shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Coordinating with City Forces prior to the system abandonment. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing and plugging existing water pipes with commercial concrete/cement-based grout per Special Provisions, Section 7-09.3(25). • Plugging and capping various sizes and types of existing water pipes with cast iron or ductile iron end caps for abandoned in-place pipes per Special Provisions, Section 7- 09.3(25). • Furnishing all required cast iron/ ductile iron end caps, plugs, blind flanges, fittings, etc. to abandon existing water system including as required for City’ work forces to perform each cut and cap of existing water main during the final connections of new water mains to existing water mains. • Placing and compacting void left by removed items with selected backfill material. • Placing and compacting trench backfill. • Draining and properly disposing of water from existing water pipes. • Replacing, protecting and/or maintaining existing utilities. 02/19/2026 124 • Furnishing, placing, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CJ Cut, Cap, and Block Existing Water Mains (Bid Item C21) –– Each Measurement for Cut, Cap, and Block Existing Water Mains will be per each bid price in conformance with the Contract Documents. Payment for Cut, Cap, and Block Existing Water Mains shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris; existing pipes and appurtenances, and structures, surplus and unsuitable excavated materials, and capping abandoned pipes. • Furnishing all required pipes, air release valves, fittings, blind flanges, adapters, couplings, ductile iron caps, and incidentals as required for City Forces to perform the cut and cap. • Furnishing, placing, and removing temporary concrete blocking. • Placing and compacting backfill and subgrade material. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CK 8, 10, 12, 16-inch Diam. Ductile Iron Class. 52 Restrained Joint Water Pipe & Restrained Joint Fittings with Polywrap (Bid Item C22, C23, C24, and 25) –– Linear Foot Measurement for Ductile Iron Class 52 Restrained Joint Water Pipe and Restrained Joint Fittings with Polywrap of the type and size specified will be per linear foot bid price and based on the actual lineal footage measured horizontally over the centerline of the installed pipe. Payment for Ductile Iron Class 52 Restrained Joint Water Pipe and Restrained Joint Fittings with Polywrap of the type and size specified shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and determining their horizontal and vertical locations. 02/19/2026 125 • Field adjustments to water main alignment and grade, as required, based on results of utility locates and potholing results and/or as directed by the Engineer. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, trench excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing, installing, laying and jointing restrained-joint Ductile Iron water pipes and restrained-joint fittings of the size, type and class as shown on the plans and as specified in Section 9-30.2(6) of the contract special provisions, polyethylene encasement, locate marking tape, special fittings including wedge type restrained- joint follower glands at all fittings with mechanical-joint ends, tees, crosses, reducers, spools, couplings, sleeves, horizontal and vertical bends, vertical crosses for poly- pigging stations, and all incidentals. • Deflecting the pipes and/or installing vertical bends with concrete blocking as required to cross over or under buried utilities based upon resulting of potholing and/or as directed by the Engineer. • Furnishing, placing, and compacting pipe bedding material. • Placing and compacting trench backfill and subgrade material. • Furnishing and installing ethafoam pad or approved equal where necessary at utility crossings. • Furnishing, installing, removing, and disposing all poly-pigging station materials including temporary concrete blockings, temporary air-vacuum release assemblies, and temporary blow-offs for testing. • Preparing, revising, submitting, and implementing a Testing and Disinfection Plan. • Polypigging, pressure-testing, disinfecting and flushing of new water mains, purity testing in accordance with the contract specifications and disposal and/or dechlorination of flushed water. • Replacing, protecting, restoring and/or maintaining existing utilities. • Hand digging as required to complete construction and protect existing improvements (i.e., rockeries, signs, mailboxes, decking, etc.) and utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt pavement patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CL Concrete for Concrete Blocking and Straddle Thrust Blocking and Tie Rod (Bid Item C-26) – Cubic Yard Measurements for Concrete for Concrete Blocking and Straddle Thrust Blocking and Tie Rod will be per cubic yard bid price as determined in the field. Concrete poured in excess of the required cubic yardage shall not be measured. 02/19/2026 126 Payment for Concrete for Concrete Blocking and Straddle Thrust Blocking and Tie Rod shall be full compensation for all work, labor, materials, and equipment necessary to furnish and place concrete for Concrete Blocking and Straddle Thrust Blocking and shall include but not be limited to the costs of concrete, steel rebar, pipe clamp and tie/anchor rods. No payment shall be made for excess cubic yardage under this bid item. The work shall include but not be limited to the following. • Locating all existing utilities, water main and services and determining their horizontal and vertical locations. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing and placing concrete for concrete blocking for vertical and horizontal blocking, straddle thrust blocking, steel rebar, shackle rods, tie rods, clamp assembly, anchor bolts, turnbuckles, concrete form work. • Placing and compacting trench backfill. • Replacing, protecting, and/or maintaining existing utilities. • Furnishing, replacing, compacting, and removing temporary hot mix asphalt pavement patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CM 4, 6, 8, 10 & 12-inch Diam. Gate Valve Assembly (Bid Items C27, C28, C29, C30, and C31) –– Each Measurement for Gate Valve Assembly of the size specified will be per each bid price in conformance with the Contract Documents. Hydrant Auxiliary 6” gate valve included in the payment for the fire hydrant assembly bid item and will not be included in this measurement item. Payment for Gate Valve Assembly of the size specified shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. 02/19/2026 127 • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing and installing valves, wedge type restrained-joint follower glands for valves with mechanical joint end(s), valve boxes and covers to grade, stem extensions, valve marker posts, pipe nipples, couplings, polyethylene encasement, and all incidentals. • Adjusting new gate valve boxes and covers to finished grade. • Furnishing, placing, and compacting for bedding material. • Placing and compacting trench backfill. • Replacing, protecting, restoring and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt pavement patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CN 16-inch Diam. Butterfly Valve Assembly (Bid Items C32) –– Each Measurement for Furnish and Install Butterfly Valve Assembly of the size specified will be per each bid price in conformance with the Contract Documents. Payment for Furnish and Install Gate Valve Assembly of the size specified shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing and installing valves, wedge type restrained-joint follower glands for valves with mechanical joint end(s), valve boxes and covers to grade, stem extensions, valve marker posts, pipe nipples, couplings, polyethylene encasement, and all incidentals. • Adjusting new gate valve boxes and covers to finished grade. • Furnishing, placing, and compacting for bedding material. • Placing and compacting trench backfill. • Replacing, protecting, restoring and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt pavement patching. 02/19/2026 128 Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CO Fire Hydrant Assembly (Bid Item C33) –– Each Measurement for Fire Hydrant Assembly will be per each bid price in conformance with the Contract Documents. Payment for Fire Hydrant Assembly shall be full compensation for labor, materials, tools, equipment required to complete the work specified in the standard plans, contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing and installing a new fire hydrant assembly, main line tee and 6-inch gate valve, standpipe, shoe, and 6-inch RJ DI piping up to 40 linear feet per hydrant run, Storz adapter, and blue pavement marker. • Furnishing and installing shut-off valve, valve box, valve extension. • Furnishing and installing shackles, corten steel tie rods, concrete blocking and wedge- type mechanical joint restraints follower-glands (i.e. Mega-lugs), polyethylene encasement, and raised blue pavement marker. • Furnishing, placing, and compacting washed drain rock. • Placing and compacting trench backfill. • Adjusting fire hydrant, new 6-inch gate valve boxes and covers to finished grade. • Furnishing and installing, concrete blocking, concrete shear block, and retaining wall (if needed) as shown on the standard plans. • Testing, disinfecting, and flushing of new fire hydrants. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. • Painting the fire hydrants with two field coats of paint as specified in the contract documents. • Moving, transplanting, potting, trimming, pruning shrubs and tree branches, and grading to create a clear zone around the new hydrant as specified in the Contract Documents. Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blocking will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 02/19/2026 129 1-09.14(2)CP 1-inch Diam. Air and Vacuum Release Valve Assembly (Bid Item C34) –– Each Measurement for Air and Vacuum Release Valve Assembly of size specified will be per each bid price in conformance with the Contract Documents. Payment for Air and Vacuum Release Valve Assembly of size specified shall be full compensation for labor, materials, tools, equipment required to complete the work specified in the standard plans, contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Sawcutting existing asphalt and concrete pavement 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing and installing new air and vacuum release valve assembly, corporation stop, tubing, swing joints, pipes, couplings, gate valves, meter box, lid, beehive strainer, fittings, etc. and appurtenances as specified in standard detail plans and contract documents. • Furnishing, installing, and painting marker post (if needed). • Furnishing, placing, and compacting washed gravel. • Placing and compacting trench backfill. • Testing, disinfecting, and flushing of the new air release valve assembly. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. • Furnishing and externally painting 2” galvanized iron pipe and 2” 180-degree return bend, open pattern in blue color as shown in STD. Plan 340.3. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CQ 2-inch Blow Off Assembly-Permanent (Bid Item C35) –– Each Measurement for Blow Off Assembly-Permanent of the size specified will be per each bid price in conformance with the Contract Documents. Payment for Blow Off Assembly-Permanent shall be full compensation for labor, materials, tools, equipment required to complete the work specified in the standard plans, contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. 02/19/2026 130 • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing and installing 4-inch blow off gate valve, tee, valve box and lid, flange, pipe, bend, adapter, cap, meter box and lid, etc. and appurtenances as shown in STD. Plan 340.1. • Furnishing and installing polyethylene encasement and concrete blocking. • Furnishing and installing mechanical joint restraints. • Furnishing, placing, and compacting bedding material. • Placing and compacting trench backfill. • Furnishing, installing, and painting marker posts. • Disinfecting, flushing, and testing the new blow off assembly. • Replacing, protecting, and/or maintaining utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blocking will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CR 1, 1.5, and 2-inch Diam. Water Service Connection (Bid Item C36, C37, and C38) –– Each Measurement for Water Service Connection of the size specified will be per each bid price in conformance with the Contract Documents. Payment for Water Service Connection of the size specified shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, trench excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Boring, hole-hogging, tunneling, mechanical or hand trenching to furnish and install new copper water service lines of the size specified. • Furnishing and installing new ball valve corporation stops, tapping the water main, laying and jointing the new copper water service lines and fittings, new couplers and adapters, new 3-part unions, new tapped tees, new meter setters, new valves, new 02/19/2026 131 valve boxes, new meter boxes and lids of the appropriate size and matching the Standard Plans as specified in the Plans. • Laying and jointing the new copper water service lines and fittings, new meter setter, new valves, new valve boxes, new tapped tees, new meter boxes and lids of the appropriate size and matching the Standard Plans as specified in the plans. • Testing, disinfecting, and flushing the new service lines in conjunction with the new water mains. • Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines. • Furnishing and installing the required fittings, brass reducing bushings for 3/4” x 5/8” meter, and materials, etc. and appurtenances. • Removing the existing water meter from the existing water meter box and re-installing the existing meter in the new meter setter and meter box. • Protecting the existing customer-side private service lines. • Coordinating and working with City’s workforces and the property owners • Abandoning existing water service lines from the existing main by cutting and crimping or capping. • Furnishing, placing, and compacting washed gravel and/or crushed rock base. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, and compacting bedding material. • Placing and compacting trench backfill. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. Restoring sidewalks, curb and gutters on public properties and restoring private properties will be paid for under the specific bid items set forth in the Proposal/contract Documents. 1-09.14(2)CS Connection to Existing 4-inch and 6-inch Diam. Sprinkler Water Service Line (Bid Item C39 and C40) –– Each Measurement for Connection to Existing Sprinkler Water Service Line of the size specified will be per each bid price in conformance with the Contract Documents. Payment for Connection to Existing Sprinkler Water Service Line of the size specified shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Field adjustments to water main alignment and grade, as required, based on results of utility locates and potholing results and as directed by the Engineer. • Coordinating with City Forces for shutting down existing water system prior to construction or connection. • Verifying inverts and fitting required for the connection prior to construction. 02/19/2026 132 • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing and installing ductile iron restrained joint water pipes of the size specified up to 30 linear feet per each connection including polyethylene encasement, vertical and horizontal bends, restrained fitting, shackle rods, and appurtenance. • Furnishing, all required pipes of the size specified, fitting, adapters, couplings, sleeves, spools, shackle rods, and incidentals as required for City’s water department’s personnel to perform the final connection of new water line to the existing water system. • Furnishing and installing ethafoam pad or approved equal where necessary at utility crossings. • Furnishing pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water. • Furnishing, placing, and compacting pipe bedding material. • Placing and compacting trench backfill material. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blockings will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CT Connection to Existing 6-inch Diam. Fire Hydrant Main Line (Bid Item C41) – – Each Measurement for Connection to Existing Fire Hydrant Main Line of the size specified will be per each bid price in conformance with the Contract Documents. Payment for Connection to Existing Fire Hydrant Main Line of the size specified shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Field adjustments to water main alignment and grade, as required, based on results of utility locates and potholing results and as directed by the Engineer. • Coordinating with City Forces for shutting down existing water system prior to construction or connection. • Verifying inverts and fitting required for the connection prior to construction. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. 02/19/2026 133 • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing and installing up 30 linear feet of 6” ductile iron restrained joint water pipes including polyethylene encasement, vertical and horizontal bends, tees, restrained fittings, shackle roads, and appurtenances. • Furnishing all required pipes, fitting, adapters, sleeves, couplings, spools, shackle rods, and incidental as required for City’s water department’s personnel to perform the final connection of the new water line to the existing water system • Furnishing and installing ethafoam pad or approved equal where necessary at utility crossings. • Furnishing pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water. • Furnishing, placing, and compacting pipe bedding material. • Placing and compacting trench backfill material. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blockings will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CU Connection to Existing 8-inch Diam. Sprinkler Water Service Line (Bid Item C42) –– Each Measurement for Connection to Existing Sprinkler Water Service Line of the size specified will be per each bid price in conformance with the Contract Documents. Payment for Connection to Existing Sprinkler Water Service Line of the size specified shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Field adjustments to water main alignment and grade, as required, based on results of utility locates and potholing results and as directed by the Engineer. • Coordinating with City Forces for shutting down existing water system prior to construction or connection. • Verifying inverts and fitting required for the connection prior to construction. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. 02/19/2026 134 • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing all required pipes, fitting, adapters, sleeves, couplings, spools, shackle rods, and incidental as required for City’s water department’s personnel to perform the final connection of the new water line to the existing water system • Furnishing and installing ethafoam pad or approved equal where necessary at utility crossings. • Furnishing pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water. • Furnishing, placing, and compacting pipe zone bedding material. • Placing and compacting trench backfill material. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blocking will be paid for under the specific bid items set forth in the Proposal/Contract Documents. Notes that furnishing and installing of 8” ductile restrained joint water pipes including polyethylene encasement, vertical and horizontal bends, tees, restrained fittings, and appurtenances will be paid under the specific bid item set forth in the Proposal/Contract Documents. 1-09.14(2)CV Connection A, B, C, D, E, F, G, H, I, J, K, L, M, N, O, P, Q, R, S, T, U, V, W, X, Y, Z, AA, and AB to Existing 8, 10, 12, and 16-inch Diam. Water Main (Bid Item C43, C44, C45, C46, C47, C48, C49, C50, C51, C52, C53, C54, C55, C56, C57, C58, C59, C60, C61, C62, C63, C64, C65, C66, C67, C68, C69, and C70) –– Each Measurement for Connections to Existing Water Main of type and size specified will be per each bid price in each connection for completion in conformance with the Contract Documents. Payment for Connections to Existing Water Main of type and size specified shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Field adjustments to water main alignment and grade, as required, based on results of utility locates and potholing results and as directed by the Engineer. • Coordinating with City Forces for shutting down of existing water system prior to construction or connection. • Verifying inverts and fitting required for the connection prior to construction. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. 02/19/2026 135 • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing ductile iron pipe spools, fittings, adapters, couplings, sleeves, shackle rods, and reducers of various diameter sizes including the size specified (8”, 10”, 12”, and 16”) as required for City’s water department’s personnel to perform the connections of new water mains to the existing water system. • Furnishing and installing ethafoam pad or approved equal where necessary at utility crossings. • Furnishing pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water. • Furnishing, placing, and compacting pipe bedding material. • Placing and compacting trench backfill. • Replacing, protecting and/or maintaining existing utilities • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CX Connections to Existing 12”x 8” DI Cross (Bid Item C71) – Each. Measurement for Connections to Existing 12”x8” DI Cross will be per each bid price in conformance with the Contract Documents. Payment for Connections to Existing 12”x8” DI Cross shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities including water main and services and determining their horizontal and vertical locations. • Field adjustments to water main alignment and grade, as required, based on results of utility locates and potholing results and as directed by the Engineer. • Coordinating with City Forces for shutting down of existing water system prior to construction, connection, or removal of existing gate valve. • Verifying inverts and fitting required for the connection prior to construction. • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Trench dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures in the excavation and the like. • Furnishing all required pipes, fitting, adapters, sleeves, couplings, spools, polyethylene encasement, blind flanges, and incidental as required for City’s water department’s 02/19/2026 136 personnel to perform the final connection of the new water main to the existing 12”x8” DI cross. • Furnishing pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water. • Furnishing, placing, and compacting pipe bedding material. • Placing and compacting trench backfill material. • Replacing, protecting and/or maintaining existing utilities. • Furnishing, placing, compacting, and removing temporary hot mix asphalt patching. Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blocking will be paid for under the specific bid items set forth in the Proposal/Contract Documents. 1-09.14(2)CY Adjust Existing Water Valve Box to Finished Grade (Bid Item C74) – Each. Measurement for Adjust Existing Water Valve Box to Finished Grade will be per each for completion in conformance with the Contract Documents. Payment for Adjust Existing Water Valve Box to Finished Grade shall be full compensation for labor, materials, tools, equipment required for adjusting the existing water valve box to finished grade in accordance with the specifications and contract documents. This item is exempt from Section 1-04.6. There is no price adjustment for variation in actual quantity used. 1-09.14(2)CZ Adjust Existing Manhole Cover to Finished Grade (Bid Item C75) – Each. Measurement for Adjust Existing Manhole Cover to Finished Grade will be per each for completion in conformance with the Contract Documents. Payment for Adjust Existing Manhole Cover to Finished Grade shall be full compensation for labor, materials, tools, equipment required for adjusting the existing manhole cover to finished grade in accordance with the standard plan, specifications, and contract documents. This item is exempt from Section 1-04.6. There is no price adjustment for variation in actual quantity used. 1-09.14(2)CAA Adjust Existing Gas Valve Box to Finished Grade (Bid Item C76) – Each. Measurement for Adjust Existing Gas Valve Box to Finished Grade will be per each for completion in conformance with the Contract Documents. Payment for Adjust Existing Gas Valve Box to Finished Grade shall be full compensation for labor, materials, tools, equipment required for adjusting the existing gas valve box to finished grade in accordance with the specifications and contract documents. This item is exempt from Section 1-04.6. There is no price adjustment for variation in actual quantity used. 02/19/2026 137 1-09.14(2)CAB Resolution of Utility Conflicts for Proposed Water System (Bid Item C77) – Force Account. Payment will be made in accordance with Section 1-07.17(5) Resolution of Utility Conflicts for Proposed Water System will be paid for by force account bid price in accordance with Section 1-09.6 of Standard Specifications and these Special Provisions. To provide a common basis for all bidders, the Contracting Agency has entered an amount for the item “Resolution of Utility Conflicts for Proposed Water System” in the proposal form to become part of the total bid by the Contractor. Utility Conflicts due the Contractor’s actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. The unit contract price is given in the Schedule of Prices and shall not be changed by the bidder. Payment for this bid item will be only for the changes and amount approved by the city. If no changes are authorized under this bid item, final payment for this bid item shall be $0 (zero). 1-09.14(2)CAC Additional Restrained-Joint Ductile Iron Fittings (Bid Item C78) – Pound Measurement for Additional Restrained -Joint Ductile Iron Fittings will be per Pound (LB) bid price. Measurement for Additional Restrained-Joint Ductile Iron Fittings will be based on the weight of fittings as listed in the AWWA Standards, ANSI/AWWA C110/A21.10-87, ANSI 21.53 not including accessories and cement linings. Fittings not listed in the above standards will be paid for at the weight listed in the Manufacturer’s catalog. Weight will be based on the fitting body only and will not include accessory items such as bolts, wedge type retainer glands, shackles, tie rods etc. Only those extra fittings required during construction, but which are not shown on the Plans and required for changes in horizontal and vertical alignment of water main as approved by the Engineer to avoid conflicts with other existing underground utilities, will be paid for under the bid item for additional ductile iron fittings. Payment for Additional Restrained-Joint Ductile Iron Fittings shall be full compensation to the Contractor including labor, equipment, tools, materials for providing and installing all extra restrained-joint ductile iron fittings used but not shown or implied on the Plans. Restrained-Joint Ductile iron fittings that are shown on the contract plans and which are not used or installed shall be credited to the city and shall be deducted for payment under this bid item on the basis on the published weight of the fittings per ANSI A21.53 and ANSI A 21.10 and Manufacturer’s catalog. Payment for Additional Restrained-Joint Iron Fittings shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical locations. 02/19/2026 138 • Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth, sidewalk, curb, and gutter. • Dewatering including but not limited to sump pumps and hoses, sedimentation tank, mobilization, assembly, maintenance, relocation, and removal. • Excavation, removal, haul, and disposal of existing pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including existing pipes and appurtenances, and structures, and appurtenances. • Additional excavation up to 8 feet depth from the roadway surface for the installation of vertical bends and fitting to clear conflicts with the existing utilities. • Furnishing and installing additional restrained-joint ductile iron fittings, wedge type restrained-joint follower glands at all fittings with mechanical joint ends, polyethylene encasement. • Installing and placing horizontal and vertical concrete thrust blocking. • Furnishing, placing, and compacting for bedding material. • Placing and compacting backfill material. • Placing and compacting trench backfill. Furnishing Concrete Blocking, Gravel Borrow for backfill material, and CSTC for subgrade will be paid for under the specific bid items set forth in the Proposal/Contract Documents. Additional Restrained-Joint Ductile Iron Fittings is exempt from Section 1-04.6, and no price adjustment will be made for variation in actual quantity used. If there are no Additional Restrained-Joint Ductile Iron Fittings, the final payment will be $0 (zero). 02/19/2026 139 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General (Project Special Provisions, PSP) Delete this section and replace it with the following: The Contractor shall provide all required flaggers, spotters, traffic control supervisors, signs, and any other traffic control devices not furnished by the Contracting Agency. These measures shall be implemented to minimize public inconvenience, protect workers, and safeguard motorists, bicyclists, and pedestrians during construction activities while supporting timely completion of the work. The Contractor shall install and maintain all construction, warning, and detour signs, as well as any other traffic control devices needed to continuously warn and protect the public from injury or damage resulting from the Contractor’s operations on highways, roads, streets, sidewalks, or paths. No work shall begin on or adjacent to any traveled way until all required signs and traffic control devices are fully in place. When the bid proposal includes an item for “Temporary Traffic Control,” the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing, installing, maintaining, and removing traffic barricades, cones, barrels, flashers, construction signs, temporary no parking signs, temporary pavement marking, and other channelization devices and signs. 2. Furnishing traffic control labor, equipment, flaggers, spotters, and traffic control supervisor(s) for all traffic control labors. 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs, street closure signs, business open signs, temporary no parking signs, construction warning and detour signs and other applicable traffic control devices. 4. Furnishing labor and vehicles for patrolling and maintaining in position all the construction signs and the traffic control devices. 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Preparing, developing, and submitting new traffic control plans, as well as revising the traffic control plans included in the Contract Documents, and designating the individual responsible for traffic control at the Work site. All new or revised traffic control plans shall describe the traffic control methods and devices to be used by the Contractor and all subcontractors. These plans shall be submitted at or before the preconstruction conference, or as required by the Contract Documents, and are subject to review and approval by the Engineer. All new or revised traffic control plans shall be prepared by a certified Traffic Control Supervisor or a licensed Professional Traffic Operations Engineer. 02/19/2026 140 7. Contacting police department, fire department, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 8. Assuring that all traveled portions of roadways are open to traffic outside of working hours as specified in Section 1-08.0(2), subject to the limitations and allowances specified in Section 1-10.3(4) and the conditions of the traffic control permit, or as directed by the Engineer. 9. Promptly removing or covering all non-applicable signs during periods when they are not needed. 10. Furnishing, installing, maintaining, and removing steel plating, pins, shim and all incidental to the Temporary Traffic Control bid item. 11. Furnishing, installing, maintaining, and removing portable changeable message sign (PCMS) boards, sequential arrow boards, truck-mounted attenuator, and sandbags on traffic control device bases, as needed. 12. Painting and removing lines and reflective pavement markers used for traffic control. 13. Implementing all traffic control plans/detour plans. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods, and equipment used will be subject to the approval of the Owner. Traffic control plans, traffic control devices, and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices (MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Parking and Storage in the Right of Way Construction vehicles and equipment are subject to all parking regulations, including 24-hour continuous parking limitations, unless others are exempted or authorized in writing by the Engineer. The Contractor is responsible for all violations of parking regulations and for securing appropriate locations to park vehicles and equipment and for storage of materials. When on-street parking and storage is authorized by the Engineer, all construction vehicles equipment and materials must be located within the active work zone, as designed by the Engineer, after work hours. Vehicles, equipment, and materials within the right of way must be properly barricaded (reflectorized cones, lighted barrels, etc.) to warn motorists, bicyclists, and pedestrians, and must not impede access to adjacent properties. Parked or stored equipment must not block driver’s sight distance from roadways or driveway. In the case of temporary no street parking zone, the contractor shall. • Comply with MUTCD in all work in city right-of-way. • Furnish and place traffic control devices and/or No Parking signs. • Post notices of dates and time of Temporary No Parking Zone, with at least two signs 02/19/2026 141 per block, 72 hours in advance of effective date and time. • Complete a city’s provided form that must be attached to each Temporary No Parking Sign on the project site. Use of brightly visible paper stock is recommended if printing the form. • Remove traffic control devices and/or Temporary No Parking Signs immediately when work is done, or no construction activities are happening. If deemed abandoned, city crews may remove them. All the works described in this section will be considered incidental to “Temporary Traffic Control” Bid item. 1-10.2(1)B Traffic Control Supervisor (Project Special Provisions, PSP) Paragraphs 1 and 2 are revised as follows: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS is someone other than the construction superintendent or the foreman and shall have the authority to direct the activities all on-site employees, contractors, and sub-contractors working within the right of way. Contractor shall provide the Engineer with a copy of TCS’s WSDOT certificate. An additional dedicated pedestrian escort not designated as the TCS may also act as a dedicated escort for pedestrians needing to navigate through the worksite. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45- minute period after notification by the Engineer. Only training with WSDOT TCS cards and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 https://www.nwlett.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 or (425) 814-3868 https://www.esc.org 02/19/2026 142 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 https://altssa.com/training Integrity Safety 13912 NE 20th Ave. Vancouver, WA 98686 (360) 574-6071 https://www.integritysafety.com US Safety Alliance (904) 705-5660 https://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave. Everett, WA 98201 (800) 343-4049 https://www.kndservices.net 1-10.2(2) Traffic Control Plans (Project Special Provisions, PSP) Section 1-10.2(2) is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plans (TCP) and take prompt action to correct any problems that become evident during construction. Traffic control plans, traffic control devices, and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices (MUTCD). When Traffic Control Plans (TCP) have been included in Appendix D of the Contract Documents, the Contractor may use these plans to complete the work. The Contractor shall always maintain continuous two-way traffic during the project unless specifically shown in the plans. The Contractor shall obtain City’s approval for all new TCPs prior to commencing the Contractor’s work within the City’s right-of-way to the satisfaction of the Engineer. Any days lost due to improper Traffic Control shall be charged against the Contractor’s allowable contract time and shall not be the cause for a claim for extra days to complete the Work. 02/19/2026 143 The Contractor is alerted that no work affecting traffic operations (including work in clear zones) shall be performed until the TCP is approved. The Contractor shall prepare and submit Traffic Control Plans (TCP) included in the bid documents, new Traffic Control Plans (TCP) and/or revising approved TCP included in the contract documents to the City of Renton Public Works Transportation Systems Division via e-mail at TCP@Rentonwa.gov for City’s approval. The link to the TCP application is as follows: https://www.rentonwa.gov/city_hall/public_works/transportation_systems/operations/traff ic/traffic_control_plans To help ensure a prompt and successful review of new traffic control plans (TCPs) and/or revising TCPs included in the bid documents, they shall show all lane marking, driveaway, sign distance, intersection geometry, signs and traffic control device locations, lane tapers, work area, and other site-specific features that affect the traffic control implementation. Standard details from the MUTCD, or WSDOT, without a project specific plan showing where the details apply shall be deemed insufficient and shall be rejected. Processing times for TCPs vary and it is recommended that the Contractor submit any TCP weeks in advance of the planned work. Significant revisions to approved TCPs and road closure/detour request may take several weeks to review, approve, and give notice. Plan accordingly. At a minimum, the submittal of a Traffic Control Plans (TCP) shall require seven (7) calendar days review period, not including holidays, for each submittal by Public Works Transportation Systems Division. Additional review days may be required depending on the complexity of the traffic control plans. Any work within 150 feet of an intersection must be submitted fifteen (15) working days before the date of work. Based upon the complexity of a project, a suitable sequence of construction shall be discussed with City Staff prior to fully developing the new and/or revising TCPs included in the bid documents. Each construction phase shall be provided with appropriate work zone traffic control, and the impacts of utility relocation, traffic delays, detours and capacity restrictions shall be considered and addressed. No more than one (1) TCP shall be in use at any given time for a single project. If multiple new and the modification of TCPs included in the bid documents are submitted for review and approval at one time, then the TCPs shall be clearly labelled as separate plans. Previously approved TCPs cannot be combined into a new TCP without review and approval by Public Works Transportation Systems Division. The Contractor, at his or her sole expense, may seek approval for extended or modified working hours. Such Plans shall be approved by the City. The existing lighting system shall remain operational until the new system is functioning. The Engineer may approve partial interruptions required due to staging. 02/19/2026 144 The Contractor shall always maintain continuous two-way traffic during the project unless specifically authorized by the Engineer. Road closures lasting more than twenty-four (24) hours are subject to approval by the City Council, which may take up to eight (8) calendar weeks after the submittal of Traffic Control Plans, confirming the use of the traffic control plans included in the bid documents, and/or requests for road closures. Prior to closing a roadway, including half road closures, Portable Changeable Message Signs (PCMS) shall be required to be placed near the proposed road closure at least seven (7) calendar days prior to the road closure. The Contractor shall request approval from City of Renton Transportation if the Contractor chooses to use static signs in place of PCMS. Road closure notice messages must include at least the following: ROAD WILL BE CLOSED MONTH/DAY – MONTH/DAY _AM - _PM Detour routes shall provide access around construction and shall also include the directions back to NE 12th St and NE Sunset Blvd. Contractor shall maintain local access to all businesses and residences at all times. All work on arterial (Sunset Blvd NE-northbound & southbound of the intersection), collector street (NE 12th St between Camas Ave NE and Shelton Ave NE & on Edmonds Ave NE), and other locations shown in the TCPs included in the contract documents shall require portable changeable message signs (PCMS) and lighted arrow boards to warn the public of construction activities, lane closures and traffic delays. PCMS shall be operating at least five (5) days prior to the start of construction. Lane closures or road closures are not allowed in any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday, or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After *** 2:00 p.m. *** on the day prior to a holiday or holiday weekend, and 4. Before *** 7:00 a.m. *** on the day after the holiday or holiday weekend. 5. Renton’s special event day(s). 6. WSDOT I-405 project temporary closure(s). Existing pedestrian access shall be maintained, with the least possible inconvenience or delay. Any work impacting sidewalks, pedestrian crossings, other pedestrian facilities, and bike facilities shall be closed with appropriate signing, barricades, and/or channelizing devices. Appropriate detour(s) shall be provided and always maintained, including construction and non-working hours. Pedestrian detours utilizing the roadway surface as a temporary pedestrian walkway shall be protected by water filled barriers between the travel lane and the temporary pedestrian walkway. Pedestrian push buttons shall be APS, ADA accessible, and placed in line with crosswalks. Pedestrian access, including crossings and curb ramps, shall meet ADA at all times during construction and non-working hours. 02/19/2026 145 If temporary traffic signals are required, they shall be reviewed and approved by the City of Renton Public Works Transportation Systems Division and shall meet MUTCD and ADA requirements. TCPs requiring modifications to existing traffic signal phasing, signal timing, or traffic signal cabinet, or within one hundred and fifty (150) feet of a signalized intersection shall be a minimum of four (4) calendar week review period. The Contractor shall include and identify in the TCP submittal all necessary traffic signal modification or temporary traffic signals, including pedestrian activation. The TCP Submittal shall also include necessary phasing and sequencing diagrams to clarify the proposed order of work and work zones. Sample sequencing and Construction Channelization Plans are included in the Contract Documents which may be used as a basis for this submittal. However, Traffic Control Plans and Phasing and Sequencing Plans are the sole responsibility of the Contractor. If the Contractor’s operations are shown to significantly impede traffic flow during peak hours, the Engineer, in coordination with Transportation Systems Manager, shall have authority to restrict the Contractor’s time of operation in the right of way. The City of Renton Public Works Transportation Systems Operations Manager or Engineer shall notify the Contractor in writing of any change in the closure hours. When traffic control plans (TCPs) have been included in Appendix D of the Contract Documents, the Contractor may use these plans to complete the work related to the removal or existing storm system and the installation of new storm and water system. The Contractor shall provide a written request and submit the city’s traffic control plan application to the Engineer to use the Contract Document TCPs in Appendix D. All Contract requirements shall apply to these TCPs. Should the Contractor want to deviate from the TCPs in the Contract Documents, the Contractor may develop alternate plans that meet all requirements of the Contract Documents at no additional costs to the city. The Contractor shall provide a written request to the Engineer to use an alternate TCP. Modification of the approved Traffic Control Plans shall be prepared and developed by a certified Traffic Control Supervisor (TCS), certified Traffic Control Design Specialist or licensed Professional Traffic Operations Engineer, using traffic control software (or other software modified to clearly show all aspects of the traffic control zone). The certified party shall stamp or affix their name, current certification number, expiration date and contact information on the plans. One set of alternate TCPs shall be submitted to the Engineer to preview. If permission is granted to submit an alternate TCP for review, the alternate TCP and City’s traffic control plan application shall be completed and submitted to the Engineer in advance of any construction activities utilizing the alternate TCP. Approval of an alternate TCP is not guaranteed. The Engineer shall only approve traffic control plans and detours, which can be shown to not significantly impede traffic flow, cause unreasonable amount of delay, or cause a significant traffic safety problem. Rejection or modification of the Contractor’s alternate TCP shall not be a bias for claim for additional compensation or for a time extension. 02/19/2026 146 Traffic Control Plan Preparation and Submittal The Contractor shall prepare and submit the city’s traffic control plan application for any additional Traffic Control Plans (TCPs), not included in the Contract Documents, for the Engineer’s review and approval. These additional TCPs shall cover other project-related work, including but not limited to the following approximate locations and proposed activities. • ~Sta. 10+06A, LT and RT near NE 12th St and Edmonds Ave NE Intersection; Utility Potholes, installation of new 12” RJ DI W (565), installation of a permanent blow-off, performing polypigg, disinfection and testing. • Between ~Sta. 17+00A, LT and ~Sta. 17+50A, LT; Utility potholes, installation of new 3” PVC conduits, and replacement of existing curbs, gutters, and sidewalk. • Between ~Sta. 24+00A, LT and ~Sta. 24+70A, LT near NE 12th St and Jefferson Ave NE Intersection; Utility potholes, connection new 12” DI W to existing 12” DI W, existing water gate valve abandonments, existing 8” CI W abandonments, removal of existing eastern and western gate valve, and installation of new blind flanges. • Between ~Sta. 31+00A, LT and ~Sta. 32+00A, LT; Utility potholes, installation of new 1” and 1.5” service line, connection of new 6” DI W to exiting 6” FH Water, connection of new 6” DI Water to existing 6” Water fire service line. • Existing Side Sewer Relocations (where necessary). • Existing Pipe Abandonments (where necessary). • Pavement Overlay, Restoration Pavement Markings and Channelization. • Existing Utility Lid/Cover Adjustments (where necessary) at and/or near each project intersection. TCPs shall be prepared by a certified Traffic Control Supervisor (TCS), certified Traffic Control Design Specialist, or licensed Professional Traffic Operation Engineer, using traffic control software (or other software modified to clearly show all aspects of the traffic control zone). The certified party shall stamp or affix their name, current certification number, expiration date and contact information on the plans. The designed traffic control plans shall include pedestrian traffic control for sidewalk closures and incorporated the constraints and requirements described elsewhere in these special provisions. All pedestrian routes shall be maintained to meet ADA standards to the maximum extent feasible. Where required, detour routes shall provide access around the construction area and include directions returning to NE 12th St and NE Sunset Blvd. The Contractor shall maintain local access to all businesses and residences at all times. In accordance with WAC 206-155-305, the Contractor shall furnish all certified personnel for flagging and qualified personnel for the set-up, maintenance, and removal of all traffic devices and construction signs necessary to control traffic and pedestrian during construction operations. 02/19/2026 147 Proper signing, waring devices barricading, and the like shall be provided, maintained, and removed by the Contractor. Whenever directed by the Engineer, supplemental signs and barricades, including lanterns and/or high-rise waring devices, shall be provided. City of Renton shall not be held liable for any claims resulting from accidents or damages causes by the Contractor’s failure to comply with traffic and public safety regulations during the construction period. The Contractor shall be held liable for any claims resulting from improper installation and/or maintenance of traffic control devices. The costs associated with preparing, submitting, and implementing any additional Traffic Control Plans (TCPs) required for the work described in this section, or for any other project work where approved traffic control plans are not included in the Contract Documents, shall be incidental to and included in the “Temporary Traffic Control” bid item. Payment for this bid item shall also include all labor, equipment, materials, signs, and related efforts necessary for furnishing, placing, maintaining, and relocating traffic control devices in accordance with the required additional Traffic Control Plans. 1-10.3 Traffic Control Labor, Procedures, and Devices (Feb 3, 2025, Renton GSP) Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers during hours of darkness. Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. The Contractor shall conduct the work in such a manner that reduces obstructions and inconveniences to vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall conduct their operations so as to have under construction no greater length or amount of work than Contractor can prosecute vigorously, and Contractor shall not open up sections of the work and leave them in an unfinished condition. See Section 1-07.23(1) for additional driveway closure requirements. The Contractor shall provide traffic cones, barricades, and drums, with warning lights in sufficient number and in good condition as required to protect the work and the public throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary striping shall be used to channelize traffic through construction zones. Opposing lanes of traffic shall be separated by pylons when clearance for drums is not adequate. All signing and channelization shall be per current MUTCD standards. 02/19/2026 148 Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or retroreflective tubular markers as required at the direction of the Engineer. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8-23 of the Specifications. 1-10.3(1)B Other Traffic Control Labor (Project Special Provisions, PSP) Section 1-10.3(1)B is supplemented with the following: Uniformed Police Officer Definitions: Uniformed Police Officer as used in this specification is a “General Authority Washington Peace Officer” as defined by RCW 10.93.020 (3), or a “Specially Commissioned Washington Peace Officer” as defined by RCW 10.93.020(5). Law Enforcement Agency as used in this specification is a “General Authority Washington Law Enforcement Agency” as defined by RCW 10.93.020 (1). The Contractor shall arrange for off-duty Uniformed Police Officers to be present for the following activities: 1. For all activities within 150 feet of signalized intersections where the operation of the signal will be adversely affected. Including the commissioning of a new traffic signal, or the recommissioning of an existing traffic signal which has been upgraded. 2. Countermanding a traffic signal indication at a signalized intersection. 3. Directing vehicle and pedestrian traffic when a traffic signal indication is turned off or is inoperative. 4. Where the Engineer deems it necessary for safety, including work during hours of darkness. 5. If the Contractor’s activities adversely affect traffic through a signalized intersection (e.g. traffic is backed up through the intersection or approaching the intersection), the Engineer may order the Contractor to suspend the construction activities until there are lower traffic volumes and/or provide additional off-duty uniformed police officers to control and direct traffic. It shall be the Contractor’s responsibility to secure the off duty Uniformed Police Officer as required by the contract, including the costs to arrange, coordinate, and supervise. The following contact information is supplied for the Contractor’s convenience: 02/19/2026 149 Agency Police Officer Contact: Renton Police Department Phone: (425) 430-7500 County Deputy Sheriff Contact: King County Sheriff’s Officers Phone: (206) 957-0935 ext. 1 Washington State Patrol Contact: Washington State Patrol Officers Phone: (425) 401-7788 The services provided under the bid item “Uniformed Police Officer” shall be considered a subcontractor with the attendant requirements and responsibilities. The Uniformed Police Officer shall be in addition to all other personnel required for flagging according to the approved traffic control plan. • A Uniformed Police Officer shall be provided in the event of accidental power outages or disruption of a signalized intersection as a result of Contractor’s Work and remain in place until the intersection becomes satisfactorily operational as determined by Agency Engineer or his/her representative. • The Uniformed Police Officer shall be capable of issuing legal tickets for offenders and providing their Agency Police Vehicle with active light bars for night visibility. The uniformed police officer hours, as stated in the proposal are the City’s estimate, without knowledge of the Contractor’s specific method of operation and has been presented for the purpose of providing a common amount for all bidders. Uniformed Police Officers will be scheduled for a minimum of four (4) hours for any shift worked. The Contractor shall use the City of Renton Police Department unless it is unable to respond to a request to assist with the Work. The Uniformed Police Office shall remain in place until the intersection becomes satisfactorily operational as determined by the City of Renton Police Department. “Uniformed Police Officer” will be measured by the hour. Hours will be measured for each fully equipped Uniformed Police Officer, including vehicle, if required, directing or monitoring traffic, as shown on an approved Traffic Control Plan. 1-10.3(3)A Construction Signs (Feb 3, 2025, Renton GSP) Section 1-10.3(3) is supplemented as follows: 02/19/2026 150 The Contractor shall fabricate, install, and maintain project signs for “Businesses Open During Construction” (minimum one sign per direction of traffic) and “Business Access” to alert and guide the public to businesses in the project area (minimum one sign per affected business). No separate pay item shall be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-10.3(3)C Portable Changeable Message Sign (Project Special Provisions, PSP) Section 1-10.3(3)C is supplemented as follows: The Contractor shall provide up to four portable changeable message signs (PCMS) and required lighted arrow boards per the approved TCPs as incidental costs to “Temporary Traffic Control” bid item to alert the public of road closures, lane adjustments, and/or other traffic control changes. The Contractor shall provide a minimum of seven (7) calendar days’ notice of closure utilizing PCMS and lighted arrow boards at the closure locations. 1-10.3(4) Traffic Control Constraints (Project Special Provisions, PSP) Section 1-10.3(4) is a new section: The modification of Traffic control plans included Appendix D of contract documents and new Traffic Control Plans shall be reviewed and approved by the City. Pedestrian and vehicular access shall be maintained throughout the work to the greatest extent practical. Minimum travel lane width is 10 feet. Traffic control zones shall be limited to one block per street and one intersection per street at a time, unless otherwise approved by the Engineer and subject to the constraints in the Contract Documents. Traffic control shall not be permitted on adjacent north-south streets simultaneously unless approved by the Engineer. A maximum of 400-feet of trench, including that which is steel plated, may be open on a street at any time. The Contractor shall provide a pedestrian traffic control plans (if requested) as an incidental cost and included in various bid items for sidewalk closures. The maximum closure time between demolition and completion for any curb ramp or street corner shall be 7 calendar days. Pedestrian routes shall be restored to clean and hazard-free surface meeting ADA standards to the maximum extent feasible before they are re-opened to the public. The Contractor shall clean the work zone and reopen the roadway at the end of the workday unless otherwise permitted in the Contract Documents or approved by the Engineer. All open trenches shall be protected with steel plates overnight. Steel plates used for trench protection shall be secured to the roadway. All trenches shall be temporarily patched or steel-plated and in a clean and orderly condition from the time the contractor stops work until work resumes. Furnishing, installing, maintaining, and removing steel plats shall be incidental cost to various bid items. Any traffic detours shall be maintained in accordance with the approved traffic control plans. 02/19/2026 151 The city has provided project’s staging and storage area at the Highlands Reservoir for the duration of the project. The Contractor is responsible for the costs of the additional staging and storage areas. The city shall not allow the right-of-way to be used for the project’s storage area. Access to fire stations, schools, businesses, and residences shall be maintained at all times. Property owners and tenants shall be notified by the Contractor of traffic control restrictions in accordance with Section 1-07.23(1). “Business Open During Construction” signage, paid under “Temporary Traffic Control” bid item, is required where traffic control is in place in a commercial area. Mail delivery service shall not be impeded. Street parking may be closed in traffic control zones as necessary to provide detours. Traffic control affecting Renton School shall be coordinated with the Renton School District as follows. • Transportation – Dispatch, Transportation.Dispatch@rentonschools.us; • Kathryn (Kathy) Silvernale, kathryn.silvernale@rentonschools.us; • Cynthia Rigtrup, cynthia.rigtrup@rentonschools.us. Road closures and any work in the vicinity of Renton School shall be restricted in the mornings and afternoons during the school year. Traffic control affecting Renton Fire Station shall be coordinated with the Renton Fire Department, Mark Seaver, mseaver@rentonrfa.org. Traffic control affecting Republic Services shall be coordinated with David Barrientos, DBarrientos@republicservices.com All traffic control coordination shall be considered incidental to the other bid items of the Contract. King County Metro Traffic control affecting bus routes shall be subject to the requirements of King County Metro. Minimum 12-ft travel lane width shall be provided on bus routes. Temporary bus stop closures or relocations shall be necessary and are limited to a single stop in each direction at a time. Bus route detours, closures or relocations, Contractor shall coordinate directly with King County Metro to mitigate impacts of construction on operation of bus stop on NE 12th St, Kirkland Ave NE, and Harrington Ave NE and to obtain King County Metro Approval. King County Metro Traffic Control Coordination shall be considered incidental to the other items of the Contract. King County requires several business days’ notice in advance excluding weekends and/or holidays prior to the start of work that impacts service. Such notice must include the required information. The Contractor shall be responsible for notifying and submitting all required information to King County Metro including but not be limited to the following. (1) Location of the project. (2) Locations of any bus stops that you would like to relocate. 02/19/2026 152 (3) Start and end dates of the project. (4) Daily start and end time of work. (5) Nature of the work. (6) Company Name. (7) Name and cell phone numbers of the primary and alternate onsite contacts. (8) Approval of traffic control plans for the project. Provide any other information requested by King County Metro including a detailed schedule of work that shows which days construction work shall be performed that potentially impacts back stop operation. King County Metro Contact Information is construction.coord@kingcounty.gov , (206) 477- 1140 office, Mon-Fri. 5:00 am to 1:00 pm. 1-10.4 Measurement (Project Special Provisions, PSP) Section 1-10.4 is replaced with: No specific unit of measurement shall apply to the lump sum item of “Temporary Traffic Control”. No adjustment in the lump sum bid amount shall be made for overtime Work or for use of relief flaggers. 1-10.5 Payment (Project Special Provisions, PSP) Section 1-10.5 is replaced with: Payment for all labor, materials, equipment, new traffic control plan preparations, revising TCPs included in bid documents and the implementations described in Section 1-10 (excluding Uniformed Police Officer) shall be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: “Temporary Traffic Control,” Lump Sum. The payment shall also include the contractor’s time for all traffic control coordination including coordinating with King County Metro and with the City’s Transportation Department regarding any changes to the video detection signal at the NE 12th St and NE Sunset Blvd Intersection. Also, included in the lump sum bid price is the cost to furnish traffic control services and equipment for construction surveying, staking, and as-built drawings. 02/19/2026 153 1-11 RENTON SURVEYING STANDARDS (Feb 3, 2025, Renton GSP) The following is a new section with new subsections: 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton’s Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 02/19/2026 154 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page, and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner’s location on the ground. Monument: Any physical object or structure of record, which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single-family building. Control or Base Line Surveys shall consist of 02/19/2026 155 such number of permanent monuments as are required such that every structure may be observed for staking or “as-builting” while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented, and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18- inch by 24-inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22-inch by 34-inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton’s Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications, and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station – Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines 02/19/2026 156 for station-offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station–Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot’s error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be “as-built” (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The “as-built” survey must be based on the same base line or control survey used for the construction staking survey for the improvements being “as-built ”. The “as-built” survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the “as-builting” surveyor is therefore required. All “as-built” surveys shall satisfy the requirements of Section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for “as-built” shall meet the requirements of Section 1-11.1(4) herein and submitted with stamped and signed “as-built” drawings which includes a statement certifying the accuracy of the “as-built”. The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all “as-built” surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1- 11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set in 02/19/2026 157 the curbs on the extension of said line with the curb.” In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1- 11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non-corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2-inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor’s identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plan H031 and permanently marked or tagged with the surveyor’s identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plan H031. 02/19/2026 158 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description (Project Special Provisions, PSP) Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor’s operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor’s expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. Contractor shall be responsible for verifying and protecting existing irrigation system located within right-of-way. Any existing irrigation system including sprinkler heads and pipes, which are damaged by Contractor, shall be replaced in kind at Contractor’s expense. Unless otherwise specified in the Plans or other sections of the Special Provisions, private property owners are responsible for removing or relocating any irrigation equipment, trees, shrubs, curbing, ornamental plants, and other decorative landscaping materials within the construction limits that they wish to retain. The Contractor shall coordinate with the property owner and provide a minimum of 10 days’ written notice before removing any landscaping materials. Any landscaping materials remaining within the construction limits after this notice period shall be removed and disposed of by the Contractor in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal of landscaping materials, trees, shrubs, etc. Clearing and Grubbing shall be considered incidental to and included in all bid items. 2-01.2 Disposal of Usable Material and Debris (Project Special Provisions, PSP) Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site. 2-01.3(4) Roadside Cleanup (Project Special Provisions, PSP) Section 2-01.3(4) is supplemented with the following: 02/19/2026 159 “Roadside Cleanup” shall be considered incidental to and included in all bid items requiring trenching or excavation and no additional compensation shall be considered. The Contractor shall prepare and submit a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. For any proposed storage on private property outside the easement or work/staging area provided by the city, the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall prepare and submit a Work Plan that shall include the following: A. Proposed Construction Sequence and Schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Construction Stormwater Pollution Prevention (CSWPP) plan for all stages of the project. D. New Temporary Traffic Control Plans and/or revising the approved temporary traffic control plans (if any). E. Shoring Systems plan/provisions. F. Construction Dewatering Plan. G. Identify Disposal Sites for various waste materials and provide copies of the site’s permits, licenses, and approvals. H. Pedestrian Handling Plan. I. Health and Safety Plan and Accident Prevention Program. The Work Plan shall be submitted to the City for review and approval within 45 calendar days of the Contract Notice of Award. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.2(2) Removal of Unforeseen Obstructions and Debris (Project Special Provisions, PSP) Section 2-02.2(2) is a new section: Known obstructions and debris are shown in the Plans but other obstructions may not be shown. The removal and replacement of identified and minor obstructions, whether identified or not, shall be anticipated and accomplished. Minor obstructions consist of those ordinarily encountered in the due course of excavation and able to be excavated with appropriate and typical excavation equipment, including, but not limited to, rocks, boulders, logs, roots, stumps, concrete, etc. Major obstructions encountered that are not shown in the Contract Drawings and could not have been foreseen by visual inspection of the site prior to bidding shall immediately be brought to the attention of the Engineer in writing. Major obstructions are those which require special equipment, personnel, or an inordinate 02/19/2026 160 amount of time to remove, such as reinforced concrete, structural metal, concrete encased pipes, vehicles, etc. The Engineer will decide if an obstruction is major and unforeseen and will decide for proceeding with the work. If the Engineer finds that the obstruction adversely affects the Contractor’s costs or schedule for completion, measurement of Removal of Unforeseen Obstruction and Debris will be measured by Force Account (FA) unit bid price. Additional information, see bid item description in Section 1-09.14. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (Project Special Provisions, PSP) Section 2-02.3(3) is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary hot mix asphalt patching shall be required. Temporary patching shall be placed as specified in Section 5-06. All costs for removal, disposal, and saw cutting shall be considered incidental to and included in the unit price of other units of Work. 2-02.4 Measurement (Project Special Provisions, PSP) Section 2-02.4 is a new section: "Sawcutting Asphalt Pavement, Full Depth, per linear foot. When specified for payment in the Contract, measurement for sawcutting is by the linear foot along the slope of the surface cut. Sawcutting not specified for payment in the Contract will not be measured. The existing asphalt pavement depth ranges from 6-inches to 23-inches. 2-02.5 Payment (Project Special Provisions, PSP) Section 2-02.5 is supplemented as follows: "Sawcutting Asphalt Pavement, Full Depth, per linear foot. The Bid Item price for Sawcutting Asphalt Pavement, Full Depth includes all costs for the work required to sawcut asphalt pavement. No payment will be made for sawcutting asphalt pavement done at the option of the Contractor when indicated or specified as incidental in the Contract, or when specified as being included in the payment of other Bid Items. 02/19/2026 161 Sawcutting will only be paid at the limits of removal specified for payment in the Contract. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements (Project Special Provisions, PSP) Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils (if required by the Engineer) shall be used for filling in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used (if requested by the Engineer) for filling shall be free of organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native 02/19/2026 162 materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials to the optimum moisture content. If sufficient acceptable native soil is not available or requested by the Engineer to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soil, as determined or requested by the Engineer, is not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications, shall be used. 2-03.3(14)E Unsuitable Foundation Excavation (Project Special Provisions, PSP) Section 2-03.3(14)E is supplemented with the following: Excavation required and approved by the Engineer to remove unsuitable subgrade materials shall be measured and paid under “Removal and Replacement of Unsuitable Foundation Materials” for which a unit price bid item has been provided in the Proposal. This unit bid price is applicable for removal of unsuitable subgrade beneath utility trenches, and beneath sidewalks, curbs, and private driveways. All excavated unsuitable foundation materials shall be disposed of by the Contractor. Measurement and payment for “Removal and Replacement of Unsuitable Foundation Materials shall be limited to a depth of one (1) foot beneath proposed subgrade surface. Backfill of unsuitable foundation shall be with materials meeting the requirements for crushed surfacing base course (CSBC) in accordance with Section 9-03.9(3) of the Standard Specifications. If excessive unsuitable foundation is encountered, and at the direction of the Engineer, the Contractor shall furnish and install Construction Geotextile for Separation per 2-12 of the Standard Specifications. Construction Geotextile for Separation shall be measured and paid, per square yard of material placed, under its respective bid item. The Contractor is advised that “Removal and Replacement of Unsuitable Foundation Materials” is contingent on the presence of unsuitable foundation materials. A quantity has been provided in the Bid Proposal solely to provide a common basis for bidders. The quantity may be greatly increased, decreased or reduced to zero. Payment shall be only for actual work performed based upon the unit contract price and shall be considered full compensation for the Work. 02/19/2026 163 2-03.4 Measurement (Project Special Provisions, PSP) Section 2-03.4 is supplemented with the following: If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. All cost associated with hauling and disposal of the excavated unsuitable foundation materials shall be considered incidental to the unit contract price for “Removal and Replacement of Unsuitable Foundation Materials.” Any excavation beyond the set limits, unless ordered by the Engineer in writing, shall not be paid for. The Contractor, at Contractor expense, shall provide all work and material required to return these over excavated areas to their set limits or original conditions. 2-03.5 Payment (Project Special Provisions, PSP) Section 2-03.5 is supplemented with the following: Payment will be made in accordance with Section 1-09.14 for the following bid items when included in the proposal: “Removal and Replacement of Unsuitable Foundation Materials”, per Ton. 2-04 HAUL 2-04.5 Payment (Project Special Provisions, PSP) Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of Work. 2-05 CONTAMINATED SOIL AND GROUND WATER (Project Special Provisions, PSP) Section 2-05 is a new section: 02/19/2026 164 2-05.1 Description If Soil and contaminated ground water with petroleum hydrocarbons are found, the work consists of identifying, notifying, handling, transporting, and disposing of contaminated soil and water generated in connection with the project. 2-05.2 Vacant 2-05.3 Construction Requirements The Engineering Geology and Geologic Hazards Review and Supplement Engineering Geology Evaluation, which is a supplemental project information but not part of Contract Documents, have not identified locations of soil and groundwater contaminated with petroleum hydrocarbons. If contaminated soil and groundwater with petroleum hydrocarbons are found during project construction, the contractor shall. 1. Immediately secure or otherwise isolate such conditions. 2. Stop all work in connection with such conditions in affected areas thereby. 3. Notify the Engineer to keep the project on schedule and avoid delays. 4. Have a qualified expert to evaluate such condition or take corrective actions including testing suspicious contaminated soil and groundwater within two (2) working days (excluding weekends) of notification, The Contractor shall provide analytical results and direction on soil disposition to the Engineer within three (3) working days (excluding weekends) of sample collection and submittal to the analytical laboratory. 5. Not resume Work in connection with contaminated soil and groundwater in any affected area until receiving a city’s approval. If or when contaminated soil and ground water occurs, the contractor shall continue the construction process on other aspects of the project whenever possible while the Contractor is waiting for lab testing results, an approval from a disposal facility, etc. Contractors shall properly handle and dispose of contaminated soils and ground water in accordance with all local and federal regulations and laws. The payment including labor, equipment, and materials related to the use of a qualified expert, the lab testing, hauling, disposal and removal of contaminated soil and groundwater, disposal fees and permit preparation will be paid under bid item-Minor Changes, per force account (FA) in accordance with the standard specifications. 2-06 SUBGRADE PREPARATION 2-06.2 Subgrade to be Incidental. (Project Special Provisions, PSP) Section 2-06.2 is a new section: 02/19/2026 165 Subgrade preparation and maintenance, including watering, shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. Protection of subgrade from excessive moisture and/or disturbance once prepared and approved by the Engineer shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. Failure to protect subgrade that results in over-excavation and material replacement directed by the Engineer shall be paid for by the Contractor and no additional compensation shall be made. 2-09 STRUCTURE EXCAVATION 2-09.1 Description (Project Special Provisions, PSP) Section 2-09.1 is supplemented by adding the following: This Work also includes the excavation, haul, and disposal of all unsuitable foundation materials. 2-09.3(1)D Disposal of Excavated Material (Project Special Provisions, PSP) Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for loading, hauling and disposing of excavated materials including those from all Excavation Class B, Shoring or Extra Excavation Class B within or external to the project limits shall be incidental to the work and/or pipe installations. 2-09.3(1)E Backfilling (Project Special Provisions, PSP) Supplement this section with the following: The native material shall not be used for structural and trench and imported backfill unless it is requested by the Engineer. Gravel borrows shall be used for trenching and importing backfill. 2-09.3(2) Classification of Structure Excavation (Project Special Provisions, PSP) Supplement this section with the following: All excavation will be classified as Class B. 02/19/2026 166 2-09.3(4) Construction Requirements, Structure Excavation Class B (Project Special Provisions, PSP) Supplement this section with the following: Where excavation equals or exceeds a depth of 4 feet, the Contractor shall provide, construct, maintain, and remove as required, trench safety/shoring systems that meet the requirements of the Washington Industrial Safety and Health Act, RCW 49.17, including WAC 296-155. Sloping of excavation sides may be used instead of shoring, sheeting, or bracing to the extent that such sloping is practical. Sloping of excavation sides will not be permitted, where the sloping of the excavation extends past the right of way or easement boundary, where the sloping infringes, on the other work or existing facilities, or where sloping excessively impacts the surrounding areas, as determined by the Engineer. All provisions required to protect and support adjacent and crossing utilities during trenching and the construction of the Work shall be included as part of the trench safety/shoring system. The Contractor shall prepare and submit a Trench Safety and Shoring Plan that identifies the proposed method of excavation and type of trench safety/shoring that will be used for each segment of construction. The trench safety systems/shoring plans shall be designed and prepared by (or under the direction of) a professional engineer registered in the State of Washington and shall carry the professional engineer’s signature, and seal. The Contractor shall submit written trench safety systems/shoring plans and receive the city’s approval prior to beginning work, showing proposed construction methods and details for all construction excavations 4 feet or more in depth in accordance with Section 1-05.3. For trench boxes and hydraulic shoring systems, manufacturers’ certified plan may be submitted to accordance with Section 2-09.3(4). A sheet pile system, if constructed, shall be installed using a variable electric moment hammer or similar method to limit vibration inducted settlement. The Contractor shall furnish, install, and operate all necessary equipment to keep excavations above the foundation level free from water during construction and shall dewater and dispose of the water so as not to cause injury to public or private property, damage to the utility systems, or nuisance to the public. Sufficient pumping equipment in good working condition shall be available at all times for all emergencies, including power outage, and the Contractor shall have available at all times competent workmen for the operation of the pumping equipment. Payment for the work associated with shoring or extra excavation and as required to comply with safety regulations will be included in lump sum bid price for “Trench Excavation Safety System.” 02/19/2026 167 DIVISION 4 BASES 4-05 ASPHALT TREATED BASE (ATB) (Project Special Provisions, PSP) Section 4-05 is a new section: 4-05.1 Description Asphalt treated base (ATB) consists of a compacted course of base material which has been weatherproofed and stabilized by treatment with an asphalt binder. The Work shall consist of one or more courses of asphalt treated base placed on the Subgrade in accordance with these Specifications and in conformity with the lines, grades, thicknesses, and typical cross-sections shown in the Plans or as staked. 4-05.2 Materials Materials shall meet the requirements of the following sections: Asphalt 9-02.1 Anti-Stripping Additive 9-02.4 Aggregates 9-03.8 The grade of ATB shall be dense-graded and have a wide gradation band. The ATB, typically ½” or 3/8” HMA, should have lower asphalt content than typical HMA mixes. The grade of paving asphalt binder shall be PG58V-22. 4-05.3 Construction Requirements 4-05.3(1) Asphalt Mixing Plant Asphalt mixing plants for asphalt treated base shall meet the following requirements: Heating The plant shall be capable of heating the aggregates to the required temperature. Proportioning The mixing plant shall be capable of proportioning: the aggregates to meet the Specifications, and the asphalt binder will be introduced at the rate specified in the approved mix design. If the aggregates are supplied in two or more sizes, means shall be provided for proportioning or blending the different sizes of aggregates to produce material meeting the Specification requirements. Recycled asphalt pavement (RAP) may be used in the production of ATB. If utilized, the amount of RAP shall not exceed 30 percent of the total weight of the ATB. The final gradation and asphalt binder content will conform to the approved Job Mix Formula (JMF). ATB will be evaluated under Commercial Evaluation as shown in section 9-03.8(7). Va limts under 9-03.8(7) are excluded from ATB evaluation criteria. 02/19/2026 168 Mixing The mixer shall be capable of producing a uniform mixture of uniformly coated aggregates meeting the requirements of these Specifications. 4-05.3(2) Preparation of Aggregates Aggregates for asphalt treated base shall be stockpiled before use in accordance with the requirements of Section 3-02. The aggregates shall be heated as required by the Engineer. 4-05.3(2)A Mix Design The mix design requirements for asphalt treated base shall be as described in Section 5- 04.2(2). Ndesign will be 100 gyrations for all ATB design applications. The asphalt binder shall be PG 64-22 unless specifically altered in the project specifications. The proposed mix design will be submitted for review on WSDOT Form 350-042 with included notes applicable to the ATB design evaluation. 4-05.3(3) Vacant 4-05.3(4) Mixing The asphalt treated base shall be mixed in accordance with the requirements of Section 5- 04.3(6). 4-05.3(5) Spreading and Finishing Asphalt treated base shall be spread with a spreading machine equipped with stationary, vibratory, or oscillating screed or cut-off device, subject to the approval of the Engineer. Approval of the equipment shall be based on a job demonstration that the finished product will meet all requirements of the Specifications. Automatic controls will not be required. Unless otherwise directed by the Engineer, the nominal compacted depth of any ATB layer shall not exceed 0.40 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. The internal temperature of the ATB mixture at the time compaction is achieved shall be a minimum of 185°F. Rollers shall only be operated in static mode when the internal temperature of the mix is less than 175°F. 4-05.3(6)A Subgrade Protection Course Unless otherwise specified by the Engineer, the Contractor shall place the asphalt treated base as a protection for the prepared Subgrade on all sections of individual Roadways which are to receive asphalt treated base as soon as 10,000 square yards of Subgrade is completed. This requirement shall not be limited to contiguous areas on the project. 02/19/2026 169 The surface of the Subgrade protection layer when constructed on a grading project shall conform to grade and smoothness requirements that apply to the Subgrade upon which it is placed. 4-05.3(6)B Finish Course The final surface course of the asphalt treated base, excluding Shoulders, shall not deviate at any point more than ⅜ inch from the bottom of a 10-foot straightedge laid in any direction on the surface on either side of the Roadway crown. Failure to meet this requirement shall necessitate sufficient surface correction to achieve the required tolerance, as approved by the Engineer, at no expense to the Contracting Agency. When Portland cement concrete pavement is placed on an asphalt base, the surface tolerance of the asphalt base shall be such that no elevation lies more than 0.05 feet below nor 0.00 feet above the plan grade minus the specified plan depth of Portland cement concrete pavement. Prior to placing the Portland cement concrete pavement, any such irregularities shall be brought to the required tolerance by grinding or other means approved by the Engineer, at no expense to the Contracting Agency. 4-05.3(7) Density The asphalt treated base shall be compacted to a density of not less than 80% percent of the maximum theoretical density established for the mix by WSDOT FOP for AASHTO T 209. The density of the base shall be determined by means of tests on cores taken from the Roadway or with the nuclear gauge in accordance with Section 5-04.3(10). The frequency of these tests shall be at the discretion of the Engineer, but in no case shall it be less than one control lot for each normal day’s production. The use of equipment which results in damage to the materials or produces substandard workmanship will not be permitted. 4-05.3(8) Anti-Stripping Additive An anti-stripping additive shall be added to the asphalt binder material in accordance with Section 9-02.4 in the amount designated in a WSDOT mix design/anti-strip evaluation report for a dense graded hot mix asphalt design from the same gravel source within the last 24 months or as evaluated separately by an accredited lab using current WSDOT test methods (AASHTO T324 – Hamburg or WSDOT TM T718 – Modified Lottman). Alternately, the ATB may be evaluated for anti-strip additive using ASTM D3625 (Standard Practice for Effect of Water on Bituminous-Coated Aggregate Using Boiling Water) by an accredited lab. The anti-stripping additive required will be the minimum amount necessary to achieve a passing evaluation. 4-05.4 Measurement Asphalt treated base including paving asphalt will be measured by the ton. 02/19/2026 170 4-05.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal: “Asphalt Treated Base” per ton. “Anti-Stripping Additive”, if required by one of the evaluation methods allowed in 4-05.3(8), shall be added and included in the unit contract price for Asphalt Treated Base, PG58V-22, per ton. There will be no separate additional payment for the required anti-strip additive. Payment for asphalt treated base shall be full compensation for all labor, equipment, materials for hauling, furnishing, placing, and compacting to complete the work in confront with the contract documents 02/19/2026 171 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (Project Special Provisions, PSP) Delete Section 5-04 and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. 02/19/2026 172 The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; 02/19/2026 173 • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324 or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives, and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 02/19/2026 174 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55◦F 45◦F 0.10 to .20 45◦F 35◦F More than 0.20 35◦F 35◦F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply, The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed, and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder 02/19/2026 175 shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field-testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a canvas cover or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include or are forecast to include precipitation or an air temperature of less than 45°F or when time from loading to 02/19/2026 176 unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying to the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 02/19/2026 177 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless otherwise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to lay down by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, 177lanning177ry, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 02/19/2026 178 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Pre-leveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of pre-leveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across pre-leveled areas by the compaction equipment. Equipment used for the compaction of pre-leveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one-part water to one-part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. 02/19/2026 179 Cleaning: Ensure that cracks are thoroughly clean, dry, and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components, and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent Portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the Portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: 02/19/2026 180 1. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required number of mineral materials, asphalt binder, recycling agent and anti- stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder 02/19/2026 181 throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. 02/19/2026 182 When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1- 06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A 02/19/2026 183 For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates –2 percent for the aggregate passing the 1½ʺ, 1ʺ, ¾ʺ, ½ʺ, ⅜ʺ, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 02/19/2026 184 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors 02/19/2026 185 For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½ʺ, 1ʺ, ¾ʺ, ½ʺ, ⅜ʺ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests 02/19/2026 186 The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3(9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using an LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Field compaction tests for HMA maximum density shall be performed by the Contractor. The field HMA compaction tests and furnishing HMA compaction test reports shall be incidental 02/19/2026 187 to various bid items. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core 02/19/2026 188 and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of 02/19/2026 189 the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1- 06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 02/19/2026 190 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection – A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation, or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection – An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection – A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PF for any constituent or the CPF of a lot in progress is less than 0.75. 02/19/2026 191 5-04.3(11)G Rejection – An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or 191lanning is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that Is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. 02/19/2026 192 Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Con-struct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛-inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼-inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. 02/19/2026 193 Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5- 04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre-planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and pre-leveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. 02/19/2026 194 Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure, or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 02/19/2026 195 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections are partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s195 planing and paving. Briefly describe the se-quencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordination to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 02/19/2026 196 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities and coordinating with other entities and the public, as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, streetcar rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type of equipment to be used. If more 02/19/2026 197 pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. The Contractor shall notify all affected residents in writing at least 72 hours in advance (not including weekend and holidays) of pavement operations. The Engineer will provide the written notice to residents for the Contractor to distribute. The Contractor shall also notify affected agencies (e.g., Metro Transit, Renton School District, USPS, garbage haulers, etc.) if pavement operations will affect normal service delivery. The Contractor shall accommodate and/or assist the affected agencies to ensure normal service delivery is provided. The Contractor shall furnish and install temporary “No Parking” at least 72 hours in advance of paving (one sign per dwelling). Such signs shall clearly indicate the following. • Date. • Time of Parking Restrictions. • Reason for the “No Parking” requirements. • Contractor’s name and phone number. The Contractor shall be responsible for contacting residents, whose vehicles are parked in the area to be paved so that they can be removed. A 72-hour advance notice will be provided the necessary lead time to allow the Police Department to cite, impound and tow away vehicle that remain in the right of way. Pavement and sealing operations shall not occur in the two (2) weekends preceding nor the weekday after the major holidays listed below: • Memorial Day. • Fourth of July. • Labor Day. • Thanksgiving Day. • Christmas Day. • New Year Day. The Engineer at his sole discretion may adjust the paving schedule to address specific project circumstances and traffic needed. All costs associated with providing advance notice and furnishing and installing temporary signs shall be deemed included in and incidental to the bid item for Temporary Traffic Control. 02/19/2026 198 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3(17) Construction Joint Sealing (Project Special Provisions, PSP) Add New Section 5-04.3(17): Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway surface with minimal overbanding. This work is considered incidental to the bid item “Hot Mix Asphalt Overlay”. 5-04.3(18) Incidental Uses for HMA (Project Special Provisions, PSP) Add New Section 5-04.3(18): Incidental uses for HMA shall consist of restoration and adjustment to paved areas and other such uses as directed by the Engineer. Incidental uses for HMA shall be measured and paid under the “Hot Mix Asphalt Overlay” bid item for the overlay related HMA. 5-04.3(19) Temporary Pavement Marking (Project Special Provisions, PSP) Add New Section 5-04.3(19): The furnishing, installing, and removing temporary pavement marking shall be as described in Section 8-23. All temporary pavement marking is considered Short Duration (Removable) per Standard Specifications, Section 9-34.5(1). 5-04.3(20) Permanent Pavement Patching and Overlay (Project Special Provisions, PSP) Add New Section 5-04.3(20): 02/19/2026 199 All final pavement cuts shall be made by sawcut. Sawcuts shall be a minimum of one foot (1’) outside the trench width. The top two inches (”") of asphalt shall be ground down to a minimum distance of one foot (1’) beyond the actual outside edges of the trench and shall be replaced with two inches (2”) of HMA Class ½” PG 58H-22. Lane-width or a full street-width overlay will be determined by the Engineer based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant modification overlay requirements by the Engineer. 1. Trenches (Road Crossings): a. The minimum width of a transverse patch (road crossing) shall be six and one-half feet (6.5’). b. Any affected lane will be ground down two inches (2”) and paved for the entire width of the lane. c. Patch shall be a minimum of one foot (1’) beyond the excavation and patch length shall be a minimum of an entire traveled lane. d. Patch depth shall match the existing thickness or at minimum 8-inches where the existing pavement section is composed partially or wholly of concrete and shall be 8” where the existing pavement section is not composed of any concrete. e. If the outside of the trenching is within three feet (3’) of any adjacent lane line, the entire adjacent traveled lane affected will be repaved. f. An area including the trench and one foot (1’) on each side of the trench but not less than six- and one-half feet (6.5’) total for the entire width of the affected traveled lanes will be ground down to a depth of two inches (2”). A two-inch (2”) overlay of asphalt will be applied per City standards. 2. Trenches Running Parallel with the Street: a. The minimum width of a longitudinal patch shall be four and one-half feet (4.5’). b. Patch depth shall match the existing thickness or at minimum 8-inches where the existing pavement section is composed partially or wholly of concrete and shall be 8” where the existing pavement section is not composed of any concrete. c. If the trenching is within a single traveled lane, an entire lane-width overlay will be required. d. If the outside of the trenching is within three feet (') of any adjacent lane line, the entire adjacent traveled lane affected will be overlaid. e. If the trenching is greater than, or equal to 30% of lane per block (660-foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid. Minimum overlay shall include all patches within the block section. f. The entire traveled lane width for the length of the trench and an additional ten feet (10’) at each end of the trench will be ground down to a depth of two inches (2”). A two-inch (2”) overlay of asphalt will be applied per City standards. 3. Potholes and Other Small Patches: 02/19/2026 200 Potholes and other small patches shall meet the same requirements as trenching and pavement restoration. Patch shall extend to a minimum of one foot (1’) beyond the excavation on all sides. All affected lanes will be ground down to a depth of two inches (2”) and paved not less than six-and-one-half feet (6.5’) wide for the entire width of the lane. Patches greater than five feet (5’) in length, width or diameter shall be restored to trench restoration standards. In all cases, potholes and other small patches shall be repaired per Renton Standard Plan 110. Restoration requirements utilizing vactor equipment will be determined by the engineer. The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches (2”) of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. The Engineer may determine in the field that a full street-width (edge-of-pavement to edge- of-pavement) overlay is required including but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor’s equipment. 2. The trench width increased significantly, or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. All street surfaces, walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches (") for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen (15) working days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying the final patch or overlay work is subject to the Engineer’s approval. The Engineer may deem it necessary to complete the work within the fifteen (15) working daytime frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. 5-04.4 Measurement (Project Special Provisions, PSP) 02/19/2026 201 Add this section with the following: “HMA Cl. ½-Inch PG 58H-22 for Permanent Asphalt Patch” and “HMA Cl. ½-Inch PG 58H-22 for Hot Mix Asphalt Overlay” will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. 5-04.5 Payment (Project Special Provisions, PSP) Add this section with the following: Payment will be made for each of the following Bid items that are included in the Proposal: “Permanent Asphalt Patch”, per ton. “Hot Mix Asphalt Overlay”, per ton. 5-05 CEMENT CONCRETE PAVEMENT 5-05.3(8) Joints (Project Special Provisions, PSP) Section 5-05.3(8) is supplemented with the following: When new pavement abuts an existing pavement, the locations of the joints in the new pavement shall match with the joints in the existing pavement unless otherwise shown on the plans. 5-05.3(8)D Isolation Joints (Project Special Provisions, PSP) Section 5-05.3(8)D is supplemented with the following: The joint alignment shall be at right angles to the pavement structure centerline unless otherwise specified in the Contract. Isolation joints shall be constructed with pre-molded material, 3/8-inch in thickness and conform to Section 9-04.1(2) Pre-molded Joint Filler for Expansion Joints and as shown on the Standard Plans in these Specifications. The joint material and backer rod shall be held accurately in place during the placing and finishing of the concrete by a bulkhead, a holder, metal cap or other approved method. The joint shall be perpendicular to the paved surface, and the holder shall be in place long enough to prevent sagging of the joint material. A wood filler strip or metal cap shall be placed on the top of the backer rod and pre-molded joint filler to form the groove and shall remain in place until after the finishing and the concrete is sufficiently set to resist sloughing in the groove. The joint filler shall be stapled 02/19/2026 202 together at the ends to preserve continuity. Immediately after removal of side forms, the edges of the pavement shall be carefully inspected and wherever the joint filler is not fully exposed, the concrete shall be chipped down until the edge of the filler is fully exposed for the entire depth. Add New Section 5-05.3(8)E: 5-05.3(8)E Sealing Through Joints (Project Special Provisions, PSP) Section 5-05.3(8)E is new section as follows: After the pavement is cured and before carrying any traffic, the space left by the removal of the wood filler strip, the metal cap, above the top of the backer rod and expansion joint filler strip, or construction joint shall be thoroughly cleaned of all loose material. The groove shall be completely free of any projecting concrete from the sides and the groove shall be continuous across the slab to each edge. It shall then be filled level with the pavement surface with joint sealant meeting the requirements of Section 9-04.2 Joint Sealants. The joint sealant material shall be heated and placed in accordance with the manufacturer’s instructions. Burned material will be rejected. The through joint groove shall be dry at the time of pouring the sealing compound. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA (Project Special Provisions, PSP) Section 5-06 is new Section with the following: 5-06.1 Description Existing pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to the use by vehicular or pedestrian traffic. The Contractor must use temporary pavement to allow vehicular traffic to travel over construction areas. Temporary pavement shall be placed around trench steel plates or other devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials Hot mix asphalt patching shall be used for all temporary trench patching within the traveled way. Cold mix asphalt may be allowed for temporary paving outside of the traveled way. Hot mix asphalt patching and cold mix asphalt to Temporarily restore the existing pavement area shall be incidental cost to various bid items including but not limited furnishing labors, equipment, materials for placing, removing, hauling, disposing, compacting and removing hot mix asphalt patch or cold mix asphalt in the temporary paved areas. The cold mix asphalt shall be EZ Street or approved equal. All temporary paving shall be placed with a minimum 02/19/2026 203 thickness of 2 inches. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements The Contractor shall maintain temporary asphalt trench patches during the work to the satisfaction of the governing road agency and the Engineer, until said patch is replaced with permanent hot mix asphalt trench patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt trench patches shall be approved by the Engineer before placement. Placement of temporary pavement without prior approval from the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary asphalt trench patches to be removed and replaced shall also be approved by the Engineer before placement. This work shall also include the removal of the temporary asphalt trench patches prior to paving of final asphalt pavement. The permanent hot mix asphalt patch shall be placed and sealed as specified in Section 5-04. All temporary asphalt trench patches shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 02/19/2026 204 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, WATER MAINS, AND CONDUITS 7-00 General (Project Special Provisions, PSP) This is a new section as follows: In the locations shown on the Construction Plans, the Contractor shall remove and replace existing drainage structures and pipes and replace removed portion with new pipe and structures. The Contractor shall review pipe segments and drainage structures to be removed and replaced with the Engineer prior to ordering to verify lengths, depths, and pipe sizes. 7-04 STORM SEWERS 7-04.2 Materials (Project Special Provisions, PSP) The first paragraph of Section 7-04.2 is revised as follows: Unless a pipe material is specifically called out on the Plans, materials shall meet the following requirements. Size Pipe Material Allowed Specification 8-36” Polypropylene Storm Sewer Pipe SDR 35 PVC Storm Sewer Pipe Ductile Iron Storm Sewer Pipe 9-05.24(1) 9-05.12(1) 9-05.13 The second paragraph of Section 7-04.2 is supplemented as follows: The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor’s own expense. 02/19/2026 205 Dense foam Pad shall meet Section 9-05.52 of these Special Provisions. 7-04.3(1) Cleaning and Testing (Project Special Provisions, PSP) Section 7-04.3(1) is supplemented with the following: Before pipe testing begins, the Contractor shall prepare and submit the testing plan to the Engineer for review and approval. The testing plan shall include testing procedures, methods, equipment, and tentative schedule. The costs including labor, equipment, and materials for the preparation, submittal, revision of testing plan, and conducting pipe testing shall be incidental and included in various storm sewer pipe bid items. Contractor shall repair, correct, and retest sections of pipe which fail to meet specified requirements, when necessary, at the sole expense of the Contractor. Pipe testing shall be performed as work progresses. Schedule testing so that no more than 1000 linear feet of installed pipeline remains untested at one time. Perform testing shall be under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. All flexible pipes shall be tested for maximum pipe deflection by pulling a rigid mandrel through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall not exceed 5%. Mandrel testing shall conform to ASTM D3034 and be performed no sooner than 30 days after backfilling and prior to final acceptance testing of the segment. Submit test results to the Engineer. 1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance package”" shall not be considered in mandrel sizing. 2. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi without being deformed. Mandrel shall have nine or more "runner”" or “leg” if total number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrels shall not have adjustable or collapsible legs which would allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying each size mandrel. 3. Furnish “proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide bar steel to diameter 0.02 inches larger than approved mandrel diameter. 4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3 above. “Testing Storm Sewer Pipe”, per linear foot shall be incidental to and included in various storm sewer pipe bid items. 02/19/2026 206 7-04.3(2) CCTV Inspection (Project Special Provisions, PSP) Section 7-04.3(2) is a new added section: All new storm sewer pipes constructed under this project shall be inspected by closed-circuit television (CCTV) prior to substantial completion. All costs associated with performing this inspection shall be included in the “CCTV Inspection” bid item. All CCTV inspections for new storm sewer pipes shall conform to Section 7-17.3(2) H. 7-04.3(3) Temporary Storm Bypass Pumping and System (Project Special Provisions, PSP) Section 7-04.3(3) is a new added section as follows: It shall be the Contractor’s responsibility to maintain operation of the existing storm system throughout the duration of the project without any disruption of service until the new storm system has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm sewer based on scheduling approved by the Engineer. Preparing Temporary Storm Bypass Pumping and System Plan, furnishing labor, equipment, materials necessary to implement and remove temporary storm bypass Pumping Plan and System shall be incidental to various stormwater bid items. A temporary storm bypass shall be capable of bypassing at least the 2-year peak flow during construction. The Contractor shall submit proposed methods for providing the Temporary Storm Bypass Pumping and System to the Engineer for approval minimum 14 calendar days prior to Preconstruction Meeting. The bypasses shall have the least impact on property owners and traffic flow through the site. The bypasses shall be installed, operated, and maintained only when needed where the existing storm system must be demolished to allow construction of the new storm system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. If bypass pumping is used, it shall be always scheduled for continuous operation with backup equipment available on site for periods of maintenance and refueling or failure of the primary bypass pumping system. The Contractor shall submit a Temporary Storm Bypass Pumping and System Plan in accordance with Section 1-07.15. The Contractor’s operation shall be sized to handle, at a minimum, the flow rates in the table specified below or can be reduced to a size determined by the Contractor if the temporary bypass can be timed to coincide with a period of little to no rain. The Contractor’s proposed plan shall be reviewed and approved by the Engineer before the plan is implemented. The review of the temporary storm bypass pumping system plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his responsibility to provide a bypass system that conveys encountered flows 02/19/2026 207 without property damage or damage to the project or construction area. Any risk associated with sizing the temporary storm bypass pumping system and impacts to construction is borne by the Contractor. Existing Storm Drain Pipe Diameter (in) Minimum Temporary Bypass Flow (gpm) 6 20 8 50 10 80 12 130 15 240 18 400 21 600 24 900 30 1,500 36 2,500 48 5,400 02/19/2026 208 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements (Project Special Provisions, PSP) Section 7-05.3 is supplemented by adding the following: All manholes shall be in accordance with the Standard Plans. All manholes shall have eccentric cones and shall have ladders. Connection to manholes or catch basins for storm pipe less than 24-inch shall be “Kor-n-Seal” boot or approved alternate. Sanitary sewer pipe to sanitary sewer manhole connections shall be “Kor-n-Seal” boot or approved alternate. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (Project Special Provisions, PSP) Section 7-05.3(1) is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, inlets, frames, covers, and boxes affected by a pavement overlay to new finished grades, shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per COR STD. Plan 106 prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6” above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed rock surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section and be compacted in accordance with the typical roadway section. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made, and cast-iron frame be set after forms have been placed and 02/19/2026 209 checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed; at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete grade rings and mortar. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in asphalt also. The concrete shall extend to a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will be butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared. Existing structure, including valve box covers affected by a pavement overlay, or in need of adjustment to finished surface grade, shall normally be adjusted to grade within three (3) working days after the pavement overlay. If the City determines that the structure is critical to operations, immediate adjustment may be required. Monuments and cast-iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. Adjusting new Manholes Lids, Catch Basin Inlets, and frames, covers and boxes to finished grade shall be incidental and included in various bid items. 7-05.3(2) Abandon Existing Manholes (Project Special Provisions, PSP) Where abandonment of an existing manhole is required, the structure shall be demolished to a minimum depth of 4 feet below the revised surface elevation, and all pipe connections shall be securely plugged with cement grout. Drainage holes shall be drilled in the manhole base to prevent water accumulation. The remaining structure shall then be filled with CDF, sand, or gravel borrow compacted to 90 percent density, in accordance with Section 2- 02/19/2026 210 03.3(14) C. The ring and cover shall be salvaged if requested by the Engineer, and all other surplus materials shall be properly disposed of. 7-05.3(2)A Abandon Existing Storm Sewer Pipes (Project Special Provisions, PSP) Section 7-05.3(2)A is a new section: Where it is shown on the plans that existing 12” storm sewer pipe is to be abandoned, the contractor shall cut, remove short sections and fill the existing storm sewer pipe with controlled density fill (CDF) for utility abandonment in accordance with Section 9-03.22 of the Special Provisions. Existing storm sewer pipes smaller than 12” in diameter shall be abandoned in place with commercial concrete/cement-based grout plugs at least 24-inches long in each end of the pipe at every location where the pipe is exposed or accessible. The cost including labor, equipment, and materials, associated with plug existing storm sewer pipes with commercial concrete/cement-based grout shall be in incidental and include in various storm sewer bid items. Work related to abandoning and filling the existing 12” storm sewer pipe with CDF, including all labor, equipment, and materials as necessary to perform the work will be paid under bid item, Controlled Density Fill (CDF)-Pipe Abandonment, measured in cubic yard unit price. 7-05.3(3) Connections to Existing Manholes (Project Special Provisions, PSP) Section 7-05.3(3) is supplemented by adding the following: Where indicated on the Plans, new storm sewer pipes shall be connected to existing storm pipes, catch basins, curb inlets, and/or manholes. The Contractor shall core drill into the existing structure, shape the new pipe to provide a proper fit, and re-grout the opening in a workmanlike manner. Connections to existing storm sewer manholes shall be made by core drilling and using couplings equal to “Kor-n-Seal” boots or GPK sanded adapters. Existing manholes shall be cleaned, repaired, and re-channeled as necessary to accommodate the new storm sewer pipe configuration, in accordance with the Construction Plans. Connections to existing sanitary sewer pipes, where necessary shall be made with a ductile iron sleeve-style coupling, ROMAC or approved equal, conforming to ASTM C219 and sized specifically for the pipe size and materials being connected. For measurement and payment purpose, a “connection to existing” item is intended to apply only where a new pipe is connected to an existing structure. This item will not be allowed for locations involving new installations, relocations, or adjustments of manholes, catch basins, or curb inlets. 02/19/2026 211 Any damage to existing pipe or structure that is to remain in place resulting from the Contractor’s operations shall be repaired or replaced at her/his own expense. 7-06 CONSTRUCTION DEWATERING (Project Special Provisions, PSP) Section 7-06 is a new section as follows: 7-06.1 Description This section specifies definition, responsibilities, and execution for control of water. Control of water shall consist of the design and submittal, furnishing, installation, operation, maintenance, applying for required discharge permit(s) and paying for the disposal fees, disposal of construction watering, and removal of a construction dewatering system or systems to achieve proper completion of all work performed under this Contract. Work covered in this section includes all labor, materials, tools, and equipment and performing all incidentals necessary to dewater the excavations, structures, and other work areas during construction. Dewatering includes removal and proper discharge of all water, including, but not limited to, groundwater, surface water, and precipitation. Dewatering the area around the northeast corner of the existing 2.0 MG reservoir when it is necessary shall be included in the “Construction Dewatering” bid item. The Contractor shall implement appropriate Best Management Practices (BMPs) to prevent street water runoff from entering the trenching area. No additional compensation will be paid by the city if the Contractor fails to prevent such runoff. 7-06.1(1) Design Requirements Before the commencement of any dewatering, the Contractor shall obtain acceptance by the Engineer for the design, materials, method, installation, and operation and maintenance details of the construction dewatering system(s) and/or monitoring system the Contractor plans to install. Acceptance by the Engineer of the design, materials, method, installation, and operation and maintenance details submitted by the Contractor shall not in any way relieve the Contractor from responsibility for errors therein or from the entire responsibility for complete and adequate design, materials, installation, operation, maintenance and performance of the system in controlling the water level in the excavated areas. The Contractor shall bear sole responsibility for proper design, installation, operation, maintenance, and any failure of any component of the dewatering system for the duration of this Contract. Before the commencement of any construction dewatering, if the Contractor plans to dispose of construction dewatering water to King County facility, the discharge permit(s) must be obtained. The Contractor shall provide, operate, maintain, and decommission the construction dewatering systems that consist of trench sumps. The Contractor shall control ground water to prevent softening of the bottom of excavations, or formation of “quick” conditions or 02/19/2026 212 “boils” during excavation. The Contractor shall design, install, maintain, and operate the dewatering system to prevent removal of the natural soils. The Contractor shall provide backup systems for all ordinary emergencies, including power outage and flooding, and will always be available competent workers for the continuous and successful operation of the construction dewatering system. The Contractor shall not disable or shut-down the construction dewatering system between shifts, on holidays, or weekends, or during work stoppages, without written permission from the Engineer. The Contractor shall be responsible for maintaining all electric power service connections to the construction dewatering system components and for the cost of electric power used in the operation of the dewatering system. The Contractor shall control surface runoff to prevent entry or collection of water in excavations or in other isolated areas of the site. The Contractor shall employ sumps to pump any pocketed or undrained water not otherwise collected or removed. However, the Contractor shall not rely solely upon open and cased sumps for construction dewatering. The Contractor shall design the construction dewatering system using accepted and professional methods of design and engineering consistent with sound modern practices. The Contractor may have or may employ the services of a subcontractor who has experience in the field of construction dewatering system design, installation, operation, and maintenance. After initiating construction dewatering operations, the Contractor shall operate, maintain, and monitor the construction dewatering system(s) for the duration of the contract until specifically authorized in writing by the engineer to cease operation, maintenance, or monitoring. The Contractor shall install, operate, and maintain a water treatment system to provide for settling of suspended solids or other requisite water quality treatment. The Contractor shall dewater and dispose of the water in a manner that will not cause injury to public or private property, or to cause a nuisance or a menace to the public (i.e. there shall be no overflow of sewer or storm drain systems). The Contractor shall not allow the water discharged from the sumps to degrade the water quality of the receiving waters. 7-06.1(2) QUALITY ASSURANCE: The Contractor shall include, at minimum, all the elements necessary for furnishing, installing, operating, and maintaining the construction dewatering system. The Contractor shall employ materials, equipment, and construction methods commonly used and proven as suitable for the duration of construction dewatering. The Contractor shall provide submittals and/or product data that demonstrate the suitability of the materials and equipment proposed for use on the construction dewatering system. The Contractor shall test the construction dewatering system to the reasonable satisfaction of the Engineer and make any operational prior to excavation. 02/19/2026 213 The Contractor shall integrate all construction dewatering, shoring and excavation activities to ensure that dewatering, shoring and excavation activities does not impede or conflict to the detriment of the work. The Contractor shall be responsible for any impacts to the project from conflicts between construction dewatering, shoring and/or excavation. The contractor shall control excavation dewatering to prevent damage from settlement due to possible lowering of the adjacent groundwater table. The release of groundwater to its static levels shall be performed in such a manner as to maintain the undisturbed state of the foundation soils, prevent disturbance of backfill and prevent movement of all structures and utilities. Settlement monitoring devices shall be installed to detect potential settlement issues at the direction of the City or Engineer. 7-06.1(3) SUBMITTALS: Minimum 14 calendar days prior to a pre-construction meeting, the Contractor shall submit drawings and complete design data showing methods and equipment the Contractor proposes for dewatering. The Contractor shall submit sufficient information for the Engineer to understand the proposed construction dewatering system including, but not limited to the following: 1. Specifications and manufacturer’s literature of the materials and a description of the methods proposed for use in the construction of dewatering system. 2. Capacities of pumps, prime movers, and standby equipment. 3. Dewatering schedule, operation, maintenance, and abandonment/removal procedures. 7-06.1(4) AVAILABLE SUBSURFACE DATA The Contractor may use the information presented in the following Technical Memorandums: 1. Engineering Geology and Hazards Review, RH2 Engineering Technical Memorandum, September 30, 2016. 2. Supplemental Engineering Geology Evaluation, RH2 Engineering Technical Memorandum, November 6, 2017. However, the Contractor shall assume responsibility for the interpretation or use of all the information presented in the above Technical Memorandums. The use of the available data and information in no way relieves the Contractor from the sole responsibility for proper design, installation, operation, maintenance, and any failure of any component of the dewatering systems for the duration of this Contract. 02/19/2026 214 7-06.2 Construction Requirements 7-06.2(1) Standby Equipment: The Contractor shall furnish and maintain on site sufficient power-generating and other equipment and materials to ensure continuous and successful operation of the dewatering system. The Contractor shall maintain on site, ready to operate, sufficient standby electrical generating capacity to operate all pumps. The Contractor shall test all backup electric systems monthly in the presence of the Engineer. These tests include at least 24 hours of operation under full system load. The Contractor shall have on site, a backup pump for each type of pump in the dewatering system and sufficient pipe and fittings for any repair. 7-06.2(2) Discharge Points and Pipes: Discharge piping shall be designed and installed in a manner which minimizes impacts to excavation or construction activities. Acceptable discharge points require approved by the Engineer. Discharge of construction dewatering water shall be restricted such that it does not cause surcharging or overflow of the receiving storm or sanitary sewer system (if approved by the City or King County). Discharge to the storm or sanitary sewer system is limited by receiving pipe size as follows, however, field conditions may necessitate more restrictive flowrates: Pipe Diameter (inches) 24 18 12 10 8 Flowrate (gpm) 2880 1638 752 522 344 Flowrate (MGD) 4.15 2.36 1.08 0.75 0.50 7-06.2(4) Water Supply for System Installation and Electrical Service: The Contractor shall provide water supply and electrical service needed as incidental cost for the dewatering systems. The Contractor shall provide a separate power source for the dewatering system electric service with its own meter, and which shall be dedicated solely for the dewatering system and separate from all other electric service. 7-06.2(5) Dewatering System Protection: The Contractor shall take reasonable precautions to ensure continuous successful operation of the construction dewatering system. This includes establishing and/or maintaining adequate marking of pump and pipeline locations. Wherever discharge lines require crossing for access into, out of, or around an excavation, steel ramps as an incidental cost to Construction Dewatering bid item shall protect the system from vehicular traffic. All steel ramps must have the strength to support the heaviest equipment on site and should provide at least one foot of clearance between the dewatering system element and the underside of the ramp. The Contractor shall clearly identify all vehicular access points across the construction dewatering system with brightly colored or flagged 8-foot-high poles on each 02/19/2026 215 side of the access point. The Contractor shall valve all ramped pipelines on both sides of the ramp. 02/19/2026 216 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)A Trenches (Project Special Provisions, PSP) Section 7-08.3(1)A is supplemented by adding the following: Trench Excavation and backfill for water main, storm sewer and sanitary sewer construction shall be in accordance with the trench limits outlined in the table below. Existing soil conditions are variable, and areas of soil instability may exist. The Contractor is responsible for protecting and maintaining the trench integrity and shall be held accountable for liability of trench construction, maintenance, and incidental trench deficiencies or accidents. Incidents that result in loss of trench integrity will not be eligible for a change order. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site, unless otherwise approved by the Engineer. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Pipe Type Water, Sewer, or Storm Drain Water, Sewer, or Storm Drain Water, Sewer, or Storm Drain Trench Depth <8-ft 8 through 16-ft >16-ft Trench Pay Width (ft) 4 6 8 Where a 3-inch Schedule 80 PVC conduit is installed longitudinally alongside the water main, an additional 1-foot trench width will be included as a joint utility trench. Where a 3-inch Schedule 80 PVC conduit is transversely installed, the trench shall have a minimum width of 2-foot regardless of the proposed conduit depth, the trench excavation related costs shall be incidental to “3-inch Diam. Schedule 80 PVC Conduit” bid item. Where water service lines are installed, the trench shall have a minimum width of 2-foot, regardless of the proposed water main depth. The trench excavation related costs shall be incidental to the water service connection bid items. Handling and disposal of materials shall adhere to all transportation requirements, receive pre-approval from a disposal facility. The excavations may require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown in the table above shall be at no additional expense to the City. Trench Backfilling Trench backfilling shall be accomplished in accordance with Section 2-09 Structure Excavation of the Standard Specifications as modified herein: 02/19/2026 217 In paved areas, trench backfill material shall be compacted to 95% maximum dry density per 2-03.3(14)D Compaction and Moisture Control Tests of the Standard Specifications. In unpaved areas, trench backfill material shall be compacted to 90% maximum dry density per Section 2-03.3(14)D Compaction and Moisture Control Tests of the Standard Specifications. Placing and compacting trench backfill are incidental to and included in the various bid items of work. Furnishing imported backfill materials (from a Contractor-supplied source) will be paid for under the specific bid item(s) set forth in the proposal/Contract Documents. Structure Backfilling Backfilling shall be accomplished in accordance with Section 2-09 Structure Excavation of the Standard Specifications as modified herein: In paved areas, backfill material shall be compacted to 95% maximum dry density per 2- 03.3(14)D Compaction and Moisture Control Tests of the Standard Specifications. In unpaved areas, backfill material shall be compacted to 90% maximum dry density per Section 2-03.3(14)D Compaction and Moisture Control Tests of the Standard Specifications. Placing and compacting structure backfill are incidental to and included in the various bid items of work. Furnishing imported backfill materials (from a Contractor-supplied source) will be paid for under the specific bid item(s) set forth in the proposal/Contract Documents. Wet Weather Earthwork The Contractor shall perform all wet weather earthwork in small sections to minimize exposure to wet conditions. All excavations or removal of unsuitable soils shall be immediately followed by placement and compaction of replacement fill to depth as required. Limit type of construction equipment to prevent soil disturbance. The Contractor shall slope and seal the ground surface within the construction area with a smooth drum vibratory roller to prevent ponding and promote rapid runoff of water. All soils shall be compacted to avoid absorption of water. Soils which become too wet for compaction shall be removed and replaced at no additional cost to the Owner. 7-08.3(1)C Bedding the Pipe (Project Special Provisions, PSP) Section 7-08.3(1)C is supplemented by adding the following: Storm and Water Main Pipe Bedding material shall meet the requirements of Crushed Surfacing Base Course (CSBC) for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.9(3). The 3-inch Schedule 80 PVC Conduit Bedding Material shall be per Standard Specification Section 9-03.13, Sand Drain. The conduit bedding material shall be considered incidental to the 3-inch Schedule 80 PV Conduit bid items, and no further compensation shall be made. 02/19/2026 218 For all pipe bedding, compaction of the bedding materials under the pipe haunches will be required. Pipe bedding should provide a firm uniform cradle for supporting the pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. The existing soils shall not be reused as for pipe bedding material. 7-08.3(1)D Pipe Foundation (Project Special Provisions, PSP) Section 7-08.3(1)D is a new section: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be Crushed Surfacing Base Course (CSBC) and conform to the requirements of Section 9-03.9(3) of the Standard Specifications. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as silt/clay, or organic rich soils, the Contractor shall notify the Engineer immediately. The Engineer may direct the Contractor to use a geotextile separator fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for by the square yard under the bid item “Construction Geotextile for Separation”. If excess excavation causes a faulty grade line, the grade shall be corrected by backfilling with foundation gravel as specified above and thoroughly compacted to the required grade line at no expense to the City. 7-08.3(2)A Survey Line and Grade (Project Special Provisions, PSP) Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying – General (Project Special Provisions, PSP) Section 7-08.3(2)B is supplemented by adding the following: 02/19/2026 219 Pipe shall be laid up-grade beginning at the downstream point of connection unless specifically requested by the Contractor in writing and approved by the Engineer. Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2” or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the crown elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed at no additional cost to the Owner. The Contractor shall inspect each pipe and fitting prior to installation to ensure that there are no damages, defects, or deformities. Any defective, damaged, or unsound pipe shall be repaired or replaced at no additional cost to the Owner. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day’s operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other’ similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipes shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints (Project Special Provisions, PSP) Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over inserting the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 02/19/2026 220 7-08.3(2)H Sewer Line Connections (Project Special Provisions, PSP) Section 7-08.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre- manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be as follows: A. Vitrified Clay Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). B. Concrete Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). C. PVC & C900 PVC Main Core-drilled with Romac Saddle (or approved equal) or cut in new “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal).. D. Ductile Iron Main Core-drilled with Romac Saddle (or approved equal). E. Lined Sewer Main Connection to sewer mains that have been lined (CIPP, Etc.); cut in new “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). F. HDPE Core-Drilled with Romac Saddle. “Inserta-Tee” may be used on sewer mains 12” diameter or larger. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(3)A Backfilling Pipe Trenches (Project Special Provisions, PSP) Section 7-08.3(3)A is a new section supplementing 7-08.3(3): Import Trench Backfill shall meet the requirements of gravel borrow in accordance with WSDOT Standard Specification 9-03.14(1). The existing soils shall not be reused as trench backfill. The structural trench backfill should be moisture conditioned to within approximately 3 percent of optimum moisture content or less as necessary to achieve the specified compaction. Trench Backfill shall be densely compacted in a systematic manner using methods that consistently produce adequate compaction levels. During placement of the initial lifts, the 02/19/2026 221 trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment shall not be permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Contractor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed in accordance with the Shoring Plan. Moreover, attention must be paid to ensuring good compaction around manholes. Placing and compacting trench backfill are incidental to and included in the various bid items of work. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor’s expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at no cost to the City. All trench excavated materials shall be disposed of off-site at approved contractor-provided disposal site. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. Special care must be taken to obtain good compaction up to the edges of the excavation as the shoring is removed. Moreover, attention must be paid to ensuring good compaction around manholes. 7-08.3(4) Plugging Existing Pipe (Project Special Provisions, PSP) Section 7-08.3(4) is replaced as follows: Where shown in the Plans or where designated by the Engineer, existing storm sewer or sanitary sewer pipes smaller than 12” in diameter shall be abandoned by plugging on the inlet end for a distance minimum 24 inches with commercial concrete/cement-based grout. Care shall be used in placing the concrete in the pipe to see that the opening pipe is completely filled and thoroughly plugged. The costs of furnishing and placing commercial concrete/cement-based grout and plugging existing pipe with commercial concrete/cement-based grout including labor, equipment, and materials shall be in incidental in the Contract and/or included in various bid items. 7-08.4 Measurement (Project Special Provisions, PSP) Second paragraph of Section 7-08.4 is replaced as follows: The cost related to Plugging Existing Pipe including labors, equipment, and materials shall be considered incidental to the Contract. 02/19/2026 222 7--09 WATER MAINS 7-09.3 Construction Requirements 7-09.3(1) General (Project Special Provisions, PSP) Section 7-09.3(1) is supplemented as follows: For the convenience of the Contractor, the Plans show approximate locations of various existing utilities and other obstructions. This information, if shown, has been obtained from records and is not guaranteed to be accurate. The Contractor is responsible for checking for conflicts by calling utility locates and by potholing ahead of the excavations. Before beginning work and finalizing locations and depths of new water mains, hydrants, water service lines and appurtenances of each site, the Contractor shall first do potholing of all buried crossing and nearby existing utilities and shall notify the Engineer of potential conflicts. The Contractor shall then plan water alignment and depth adjustments, as required and/or as directed by the Engineer before start of excavation at each site. The Contractor shall adjust location and/or depths of proposed infrastructure per the Engineer's feedback. When air release valve assemblies are shown on the Plans, Contractor shall plan and construct water main in such a manner that water main high point occurs at the air release valve assembly tapping location. Contractors shall plan depth of new water mains to avoid vertical bends, except when shown on the Plans or except as required to avoid utility conflicts at the point of connection to existing water mains. Contractors shall plan depth of new water mains so it can be installed flat or with constant slope, without localized high or low spots that either trap air or that would prevent fully draining the new water main for future maintenance. The Contractor shall excavate around and under existing utilities with care. The Contractor shall support and maintain any exposed existing utilities. Where it is required to cut, move, or reconnect any utility, the Contractor shall make arrangements with the owners and bear all costs involved unless specified bid items are provided in the Proposal/Construction Contract. It is foreseeable that a variety of subsurface conditions may be encountered when excavating. Excavation may be affected by the presence of groundwater, soil type, soil cohesion, over- consolidated soils, organic soils, and the Contractor’s construction means and methods. Bidders are advised, with the assistance of their own geotechnical professional, to make their own assessment of how these factors may influence the work. Where water main crosses above or below sanitary sewer, on full length of water pipe shall be used with the pipes center for maximum joint separation. 02/19/2026 223 Removal, haul, and disposal of existing water mains and appurtenances shall be incidental to various water main bid items. This work would include removing, hauling, and disposing of the existing water system, including but not limited to crosses, butterfly valves, gate valves, reducers, end caps, fittings, concrete blocking and structures, and various types and sizes of existing water pipes that conflict or a#ect the new water mains or system installations. 7-09.3(1)A Asbestos Cement Pipe Removal, Handling, and Disposal (Project Special Provisions, PSP) Section 7-09.3(1)A is a new section and read as follows: When working with Asbestos Cement (AC) Pipe, the contractor is required to maintain workers’ exposure to asbestos material at or below the exposure limit as prescribed in WAC 296-62-07705 State/Federal Guidelines and Certification and the Puget Sound Air Pollution Control Agency (PSCAA). A certified sub-contractor may be required for the work associated with the removal and abandonment of existing AC pipes. When necessary, AC pipe shall be cut with a hand-operated carbide cutter with control flowing water. 12-inch or larger AC pipe segments shall be filled with CDF and left to be buried in the trench. 8-inch or smaller AC pipe segments shall be filled with commercial cement concrete grout minimum 2-foot from the end and left to be buried in place. Contaminated clothing shall be transported in sealed impermeable bags and labeled in accordance with WAC 296-62-07721. All work on AC pipes shall be performed by a licensed asbestos abatement contractor. An asbestos demolition shall be filed with PSCAA when necessary. The AC pipe to be removed shall be disposed of in accordance with the PSCAA requirements. The Contractor shall remove all asbestos-cement pipe where such pipe is designated for removal on the Plans, as may be required where out-of-service asbestos-cement water main intrudes or may intrude into or otherwise interfere with the Work, and/or as may be directed by the Engineer. The Work under this section also includes handling and disposing the asbestos-cement pipe, together with any asbestos containing waste materials such as pipe fragments, protective clothing, HEPA filters, decontamination rinse water, asbestos- contaminated containers, and debris. For the purposes of this contract, and regulatory compliance, asbestos-cement pipe shall be considered nonabsorbent, friable asbestos-containing material and the Contractor performing the asbestos pipe removal shall be a certified (current) asbestos abatement Contractor receiving certification from the Washington Department of Labor and Industries (L&I). For the purposes of Chapters 296-62 and 296-65 WAC, the Work under this section shall be classified as “Class II asbestos work.” Asbestos is classified as a Class 9 hazardous material, Identification Number NA 2212, under CFR Title 49 “Transportation.” The Contractor shall ensure that the removal and handling including haul and disposal of the waste asbestos meet the requirements of EPA regulation 40 CFR Part 61, local health department regulations, Federal Motor Carrier Safety Act, all other applicable regulations, and these contract provisions. 02/19/2026 224 Prior to performing any contract work, the Contractor shall obtain all permits from, and provide notification to, the Washington State Department of Labor and Industries, the Puget Sound Air Pollution Control Authority (PSCAA), and other permitting and regulatory agencies with jurisdiction over the Work involving asbestos as the law requires. Prior to commencing asbestos related work, the Contractor shall provide the Engineer with written verification, including copies of approvals and notifications that have been given and/or obtained from the required jurisdiction agencies, and the Contractor’s schedule for all Work involving asbestos removal and handling including haul or disposal. The schedule shall include the sequencing and scheduling of asbestos related Work and identify the proposed waste disposal site. The proposed waste disposal site shall be located in the State of Washington and shall be permitted to accept asbestos waste material. If any portion of the Work under this section will not be performed by the Contractor, the Contractor shall submit a subcontract request as provided in Section 1-08.1, including any proposed independent or commercial hauling companies. Subject to the provisions of State law and interpretation by the Washington State Department of Labor and Industries, a certificate of registration in compliance with RCW 39.27 may not be necessary for independent or commercial hauling companies. However, in all cases, independent and commercial hauling companies are required to file Statements of Intent to Pay Minimum Prevailing Wages and Affidavits of Wages Paid in accordance with the requirements of State law as administered by the Department of Labor and Industries and the provisions of RCW 39.12 may be applicable as noted in Section 1-08.1. The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS) to personally supervise the removal, handling, and disposal of the asbestos as an incidental cost to “Asbestos Cement (AC) Pipe Removal” bid item and to ensure that the Work involving the asbestos is accomplished by certified asbestos workers pursuant to the requirements of the Washington State Department of Labor and Industries and federal law. The CAS shall be on-site during removal and handling of the asbestos, including cutting the pipe, placing and sealing the asbestos in containers, labeling the containers for transport and disposal, and loading the containers into the transport vehicle(s) that will remove the material from the site. Prior to commencing asbestos-related work, the Contractor shall furnish the Engineer with copies of the current certifications for the CAS and asbestos workers. The Contractor shall ensure the safety of all workers, visitors to the site, and the general public in accordance with all applicable laws, rules, and regulations. Work areas involving asbestos, including areas of removal and handling asbestos-cement and associated materials, shall be controlled, clearly marked with barrels and asbestos warning signs, and have access restrictions as set forth in Section 4.05(b) of the PSCAA’s Regulation III. Wet methods using appropriate equipment, wetting agents, and methods as set forth in Section 4.05(b) of the PSCAA’s Regulation III and not prohibited under AC 296-62-07712(4), are the presumed standard engineering controls and practices for the work. More specifically, following the work procedures described in Appendices A and C in the 02/19/2026 225 “Evaluation of Asbestos Exposures During Selected Procedures Involving Underground Asbestos Containing Pipe” (by Schumacher and Associates under contract with the Snohomish County PUD, as published by the Washington Education Training and Resource Center, WETRC) for cutting pipe with a carbide wheel, cutting pipe with a hand saw, installing a repair band onto a pipe, cutting pipe with a snap cutter, and installing a tap while the pipe is under pressure have been evaluated and determined to keep asbestos exposure below the permissible exposure limits. Use of alternative engineering controls and practices as recognized in Chapter 296-62 WAC, or that may result in time-weighted average or excursion concentrations exceeding permissible exposure limits, will require initial and subsequent air monitoring, exposure assessments, supplemental control measures, establishment of regulated area, and associated actions as provided in WAC 296-62-07712(10)(f) and WAC 296-62-07711. All asbestos-cement water pipe designated for removal as shown on the Plans that has been determined to potentially or actually interfere with the Work, or as may be directed by the Engineer for removal, and any asbestos containing waste materials including pipe fragments, protective clothing, HEPA filters and asbestos-contaminated containers and debris shall be sealed in a leak tight container or containers as soon as possible after removal, but no later than the end of each work shift. If disposal bags are used to contain and transport the removed asbestos cement materials, the bags shall be: specifically formulated and approved for asbestos material removal, haul, and disposal; a minimum thickness of 6-mil.; and yellow in color. All containers shall be labeled, including asbestos warning, in accordance with regulatory requirements. Immediately following placement and sealing of the asbestos containing materials in a bag or bags, the sealed bags shall be placed and sealed in a second bag. Each leak-tight container shall be permanently marked with the name of the waste generator (i.e., City of Renton, Water Utility), date, location (address) of the generated waste, and quantity of material within the container. Properly sealed and labeled containers of removed asbestos shall be hauled from the site and disposed at a waste site permitted to accept such waste. Such containers of removed asbestos may be temporarily stored in an on-site location agreed to by the Contractor, Contracting Agency, and jurisdictional road agency, provided that the location is secured and signed in accordance with applicable rules and regulations. In the event that a mutually acceptable on-site location for the secure, temporary storage of the containers cannot be determined, the Contractor shall remove the containers from the site no later than the end of each work shift. In no event shall the Contractor allow the removed asbestos and containers to remain on private property, to be transshipped to an intermediate off-site storage area, or comingled with other materials. The Contractor shall dispose asbestos within ten (10) days of removal in accordance with the provisions of Section 4.07 of the PSCAA’s Regulation III. Transportation vehicles and drivers that move the asbestos waste material from the project to the disposal site shall comply with federal and state labeling, shipment record-keeping, and licensing requirements. 02/19/2026 226 The Contractor shall be responsible to track the removed asbestos using the Contracting Agency’s prescribed Waste Shipment Record form and to ensure that the requisite signatures are obtained of the material transfer and disposal process. The material information on the form shall provide a direct correlation between the removed asbestos, the sealed and labeled containers of removed asbestos, and the transported and disposed containers of removed asbestos. The Contractor shall provide the original copy of the completed Waste Shipment Record form(s) to the Engineer within ten (10) calendar days following disposal. 7-09.3(5) Grade and Alignment (Project Special Provisions, PSP) Section 7-09.3(5) is revised as follows: The depth of trenching for water mains shall be such as giving a minimum cover of 48 inches over the top of the pipe unless otherwise specified on the Plans or in Special Provisions. Any deviations must be approved by the City of Renton prior to construction. Deeper excavation may be required due to localized breaks in grade, or to install the new mains under existing storm pipes or other utilities where necessary. Where the profile of the pipeline and the ground surface is shown on the Plans, the pipeline shall be laid to the elevation shown regardless of depth. The excavation shall be to such depth that the minimum cover over valve operating nuts shall be 1-foot. 7-09.3(15)A Ductile Iron Pipe (Project Special Provisions, PSP) Section 7-09.3(15) is revised to read as follows: Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed 50% of the manufacturer’s printed recommended deflections. The Contractor shall submit to the Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation indicating deflections are within allowable AWWA specification tolerances. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When additional fittings not shown on the Plans are required to meet field conditions, payment will be made under a separate bid item for additional fittings. 02/19/2026 227 When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. Where pipe installation on curves requires the use of special fittings, wedge type restrained follower glands and concrete blocking shall be used per Section 7-09.3(21). Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe manufacturer’s recommendations to the Engineer for approval. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) (Project Special Provisions, PSP) Section 7-09.3(15)B is revised as follows: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement (Project Special Provisions, PSP) The title and text of section 7-09.3(17) have been revised as follows: The Contractor shall lay ductile iron pipe and fitting with a polyethylene encasement (same as “Polywrap as shown in Contract Plans). Pipe and polyethylene encasement shall be installed in accordance with AWWA C105 and the manufacturer’s recommendations. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. The cost for the polyethylene encasement installation including all new water pipes, fittings, valves at the connection points shall be considered incidental and included in various water main/pipe bid items. No additional payment shall be allowed. Laying pipe shall include the following: • In paved area, provide a neat vertical cut in existing pavement by sawcutting. • Excavate the trench to proper grade. • Hauling and disposing of unsuitable or surplus excavated materials. • Placing and compacting pipe bedding material to support the water pipe. • Furnishing and laying the pipe on the prepared grade. • Connecting the pipe to valves and fittings. • Placing and compacting trench backfill. • Furnishing and installing concrete thrust blocking. • Flushing, cleaning, disinfecting, and testing the newly installed water pipes. 02/19/2026 228 7-09.3(19)A Connections to Existing Mains (Project Special Provisions, PSP) Section 7-09.3(19) is revised as follows: The Contractor shall not operate any valve on existing Water Main. The City of Renton Water Operations and Maintenance staff will make all connections to charged water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. Draining of existing water mains will be done by City water maintenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water prior to disposal. Connections to the existing water main shall not be made without the contractor first making the necessary scheduling arrangements with the City and Engineer in advance. The Contractor shall request water main shut-offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypigg, disinfected and flushed per Contract requirements. City’s water operations and maintenance staff will notify in writing all water customers affected by the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut-offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut-offs shall occur during non-holiday weekdays unless otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust the above shut-off periods to address specific project circumstances and customer needs. No water main shutoffs affecting public schools will be allowed during scheduled school hours. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior to trenching of the new water mains. Before the installation of the new water mains, the Contractor shall field verify, in the presence of the Engineer, the actual location 02/19/2026 229 and depth of the existing water mains where new connections will be made to assure proper fit. Care shall be taken not to disturb existing thrust blocks and soil bearing areas. After excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the exposed water main. The Contractor shall immediately notify the Engineer if the connection cannot be made as specified by the Contract Plans in order that the connection detail may be revised. When necessary, the profile shall be adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment of the water main and connection. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary for the City Water Maintenance personnel to install all connections to existing water mains as indicated on the contract plans and contract documents, including fittings, couplings, pipe spools, shackle materials to complete the connections. The City Water Operations and Maintenance staff will: a. Deactivate and dewater the existing and new water main to perform the connections. The Contractor shall provide pumping and disposal of the water from the draining of the water mains including de-chlorination. b. Cut, remove and dispose pipe sections as necessary to install the new Materials with Contractor’s assistance. c. Swab all connecting pipes and fittings with 5-6% chlorine solution. d. Perform the connection work. e. Reactivate and flush the Water Main. The Contractor shall furnish and install the polywrap on all pipes, fittings, and valves at the connection points and shall furnish and install concrete thrust blocks per Contract standard plans and specifications. In addition to those connections shown on the Plans, segments of a new Water Main may be placed in service prior to completion of the new Water Main. All connection between the charged and uncharged segments of the new Water Main, including connection to a new Tapping Tee and Valve will be done by the City of Renton Water Operations and Maintenance staff. Connections to existing water mains which include the cutting of the existing water main for the installation of new in-line tee and valves shall be done in two steps: Step 1: Cut-in of existing water main for installation of in-line tee, valves, and appurtenances. The Contractor shall provide all materials as part of bid items necessary for the City Water Maintenance personnel to cut the existing water main as indicated on the contract plans for the installation of the in-line tee and valves, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-line tee and valves by City personnel, the Contractor shall provide and install concrete blocking 02/19/2026 230 and polyethylene encasement behind the tee and other fittings. A minimum 3-day curing period is for all concrete blockings before a connection can be made to the new water mains or new tapping valve. Step 2: Connection of new water main to the above cut-in tee and valves, or to a new tapping valve on existing water mains. 7-09.3(21) Concrete for Concrete Blocking and Straddle Thrust Blocking and Tie Rod (Project Special Provisions, PSP) Section 7-09.3(21), with title change, is revised as follows: Concrete for Concrete blocking and straddle thrust blocking and Tie Rod shall be placed at bends, tees, dead ends, crosses and on other fittings in conformance with the City of Renton Standard Plans, Construction Plans latest revised Contract Plans, and/or as directed by the Engineer. Concrete for Concrete blocking and straddle thrust blocking and tie rod shall be installed at locations shown on the plans and shall be in conformance with the Standard Plans and contract Plans. Reinforcement steel shall be Grade 40 or better. Concrete Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum compressive strength at 28 days of 3,000 psi. All concrete shall be mechanically mixed; hand-mixed concrete and mobile concrete mixers are not allowed. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete for Concrete blocking and straddle thrust blocking and tie rod shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped and properly formed with plywood or other acceptable forming materials so as not to obstruct access to the joints of the pipe, bolts, or fittings. The forms shall be removed prior to backfilling. Unacceptable concrete blocking and straddle thrust blocking and tie rod shall be replaced at the Contractor’s expense. Where unfavorable ground conditions are encountered, special blocking may be required as directed by the Engineer in the field. When digging near fittings of existing water mains, temporary wood blocking as incidental costs shall be installed to prevent blowouts. The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring concrete blocking and straddle thrust blocking and tie rod and 1 Working Day advance notice for inspection and approval of all concrete blocking and staddle thrust blocking and tie rod prior to backfilling. 7-09.3(23) Hydrostatic Pressure Test (Project Special Provisions, PSP) Section 7-09.3(23) is revised to read as follows: The Contractor shall prepare a Testing and Disinfection Plan as incidental to various water main bid items for review by the Engineer. The Plan shall provide detail on which segments 02/19/2026 231 of the water lines will be tested together and in which order. Submit this plan a minimum of 20 calendar days prior to the first scheduled test. The Plan shall describe all elements of pressure testing, flushing, pigging, and disinfection. All new water mains and appurtenances including water service connections to the meter setters shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. The Contractor shall obtain a hydrant meter permit from the City by completing a permit application, making the required security deposits, and paying for fee of the used water at its own expenses. The Contractor shall use the City’s issued hydrant meter with an attached backflow prevention assembly to draw water from the City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a charge for the water used for filling, testing, cleaning, and disinfection of the water mains. The costs associated with the preparation of a hydrant meter permit application, security deposits, and a charge for the water used shall be incidental to various bid items. Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor’s crews, be tested to qualify the crew and the materials. Pipe laying shall not continue more than an additional 1,000 feet until the first section has been tested successfully. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Concrete thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking as incidental to various water main bid items and remove it after testing. Before applying the specified test pressure, the water main shall be slowly filled, and air shall be expelled completely from the pipe, valves, and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed, and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The Contractor shall perform a leakage test concurrently with the pressure test. The pressure test shall be conducted for a 2-hour period. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2 hours, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. 02/19/2026 232 A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l. The acceptability of the pressure test and leakage test will be determined by two factors as follows: 1. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 2. The quantity of water lost from the main and appurtenances shall not exceed the number of gallons during the 2-hour test period as listed in the following table. Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period Nominal Pipe Diameter in inches Test Pressure in psi 4” 6" 8" 10" 12" 16" 20" 24" 400 0.60 0.90 1.20 1.50 1.80 2.40 3.00 3.60 375 0.58 0.87 1.16 1.45 1.74 2.33 2.91 3.49 350 0.56 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.50 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.47 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.45 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.42 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: L= SD√P__ 266,400 where: L = Allowable leakage in gallons/hour S = Gross length of pipe tested, feet 02/19/2026 233 D = Nominal diameter of the pipe in inches P = Test pressure during the leakage test in psi The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Engineer or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing Laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re-run at the Contractor’s expense until a satisfactory test is obtained. 7-09.3(24)A Flushing and "Poly-pigging" (Project Special Provisions, PSP) Section 7-09.3(24)A, with title change and is revised as follows: Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated materials that may have entered or become lodged in the pipes during installation. The "Poly-pig" shall be light density foam (1-2 lbs/cubic-foot) with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow-off assemblies as shown and, on the Contract, Plans and/or Standard Plans. 02/19/2026 234 If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel, i.e., receiving water, waters of the State, including wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. The costs associated with disposal of treated water flushed from mains shall be incidental to various bid items. If approved by the Engineer and by the local authority responsible for the sanitary sewer system, disposal of treated water from mains may be made to an available sanitary sewer, provided the rate of disposal will not overload the sewer. 7-09.3(24)D Dry Calcium Hypochlorite (Project Special Provisions, PSP) Section 7-09.3(24)D is replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period (Project Special Provisions, PSP) Section 7-09.3(24)K is revised as follows: Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After the retention period, the chlorine residual shall be tested at all pipe extremities and at other representative points and shall measure at least 25 mg/L. If a measurement of less than 25 mg/L is obtained repeat disinfection is required. 7-09.3(24)N Final Flushing and Testing (Project Special Provisions, PSP) Section 7-09.3(24)N has been revised as follows: Following chlorination, treated water shall be flushed from the newly laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. After flushing the treated water from the pipes, a 16-hour rest period is required before any water quality sampling can be taken from the new pipes. 02/19/2026 235 A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, and after a 16-hour rest period, two sets of satisfactory reports taken at least 15 minutes apart from each sampling point shall be received from the local or State Health Department or from a State accredited testing laboratory on samples collected from representative points in the new system. Samples will be collected, and bacteriological tests obtained by the Engineer. Following the retention period, the installation of new mains requires that two sets of samples for coliform analysis are collected using the following methods: AWWA C651-14 Option B 1. Provide rest period of at least 16 hours. 2. Collect first set of samples from representative points. 3. Provide wait period of at least 15 minutes. 4. Collect second set of samples from representative points. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. The costs associated with final Flushing and Testing shall be incidental to various water main bid items. 7-09.3(25) Abandoning Existing Water Main (Project Special Provisions, PSP) Section 7-09.3(25) is a new section: When existing water mains as shown in the Plans or at other locations as determined by the Engineer is no longer in service following the installation of new water main, hydrant, valves, fittings, concrete thrust blocking, water service connections etc., the contractor shall abandon the existing water main as follows. • Existing 4” CI water pipes must be abandoned in place with cast iron or ductile iron end caps. • Existing 8” AC water pipes must be abandoned in place with commercial cement concrete/cement-based grout minimum 2-foot from the end. • Existing 8” CI and 8” DI water pipes must be abandoned in place with cast iron or ductile iron end caps. • Existing 10” CI and 12” DI water pipes must be abandoned in place with cast iron or ductile iron end caps. 02/19/2026 236 • Existing 12” AC water pipes must be abandoned in place with controlled density fill (CDF) per Section 9-03.22 for the entire AC water pipe sections and in compliance with Section 7-08.3(4). • Existing 16” CI water pipes must be abandoned in place with cast iron or ductile iron end caps. • Existing fire hydrant runs must be capped with cast iron or ductile iron end caps. Abandoned water mains shall be emptied of all water and capped to ensure they are not penetrable by ground water. Where any portion of the existing water main is to remain in service after removal of the designated water main, hydrant assembly, or water service connection, the Contractor shall install a permanent cast-iron or ductile-iron cap or plug, along with any necessary fittings and thrust blocking. Measurement for Abandon Existing Water Main will be per lump sum bid price. Payment for Abandoning Existing Water Main shall be full compensation for all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans. Notes that the costs including labors, equipment, materials, excavations, sectional removals and disposals of with the removal and disposal of existing sections of AC water mains will be paid separately under “8-inch and 12-inch Asbestos Cement Pipe Removal” bid item. Notes that the costs including labors, equipment, materials, excavations, disposals, and filling in existing 12” storm cement concrete pipe or 12” AC water mains with CDF will be paid separately under “Controlled Density Fill (CDF)-Pipe Abandonment” bid items. Work to be performed by City Forces will include the following. 1. Operate all valves to accomplish shutdowns and subsequent reactivation, where necessary. 2. Cut and remove pipe sections as necessary to abandon the water main. 3. Swab or spray all connecting pipe and fittings with 5 to 6 percent (5% to 6%) chlorine solution, where necessary. 4. Install caps and plugs furnished by Contractor on the portions of water mains to remain active. Work to be performed by the Contractor will include. 1. Notify the Engineer at least 24 hours in advance of abandoning each water main and provide safe access for the completion of the process. 2. Provide pumping and disposal of the water from the draining of the existing water mains, including dechlorination of the water prior to disposal, if necessary. 3. Indicate the exact extents of the existing water main to be removed. 02/19/2026 237 4. Provide all saw-cutting, removal, and disposal of existing surface improvements, excavation, haul, and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for connection. 5. Dispose of sections of pipe cut and removed by the city. 6. Provide all materials necessary for City Forces to perform the abandonments shown in Construction Plans or directed by the Engineer and described in Contract Documents, including but not limited to the required fittings, couplings, pipe spools, and shackle materials to complete the connections. 7. Furnish and Install cast iron or ductile iron caps, plugs, or CDF fill in existing AC water pipes on the water main to be abandoned. Furnish cast iron and ductile iron end caps to the portion of existing water mains to be active. 8. Furnish and install concrete blocking, pipe end for all pipes and fittings, backfill, and surface restoration at the locations shown in the Construction Plans for the points of connection to the existing water system. 7-12 VALVES FOR WATER MAINS 7-12.3 Construction Requirements (Project Special Provisions, PSP) Section 7-12.3 is supplemented with the following: Gate Valves, butterfly valves, and/or insertion valves shall be installed in accordance with manufacturer’s recommended procedures. Where the valve operating nut is more than 3 feet below finished grade, a stem extension shall be installed as shown in STD Plan. 330.7. 2” galvanized iron pipe and 2” 180-degree return bend, open pattern as shown in STD. Plan 340.3, 1” Air and Vacuum Release Valve Assembly shall be painted 2 coats of Sherwin Williams Industrial Urethane Alkyd B54T00154 SW4086 Safety Blue. 7-12.3(1) Installation of Valve Marker Post (Project Special Provisions, PSP) Section 7-12.3(1) is replaced as follows: Where required, a valve marker post as an incidental cost to various gate valve bid items shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. 7-12.3(2) Adjust Existing Water Valve Box to Finished Grade (Project Special Provisions, PSP) 02/19/2026 238 Section 7-12.3(2) is a new section: Where necessary or where the existing water valves are affected by a pavement overlay, the existing water valve boxes shall be adjusted to conform to final finished grades in the same manner as for manholes, as detailed in Section 7-05.3(1) of City of Renton STD. Plan. Valve box adjustments shall include, but not be limited to, the approximate locations shown on the Plans. If the existing water valve boxes are plugged in or blocked with debris, the Contractor shall use whatever means necessary as an incidental cost to remove such debris, leaving the existing valve in a fully operable condition. The existing water valve boxes shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. Raising the existing valve box shall be accomplished by adjusting the existing top section of the valve box or replacing the valve box. If the valve box base section needs to be extended, the Contractor shall install a 4-inch diameter cast iron soil pipe, with the bell end of the soil pipe inserted over the top of the existing valve box base section. The spigot end of the soil pipe shall be located a minimum of 6 inches and a maximum of 9 inches below finished grade. The valve box top section shall be slipped over the soil pipe and adjusted to the final grade. A polyethylene sheet, 8-mil thick, shall be placed between the valve box and soil pipe to prevent metal to metal contact where the sections overlap. In asphalt concrete pavement and overlay areas, excavation of the valve box to be raised shall be accomplished by saw cutting or neat line jack hammering the pavement a minimum of 12 inches around the perimeter of the valve box. The final adjustment of valve boxes shall be done within 24 hours after paving. Paving, repaving, and patching shall be completed within 72 hours. Adjustment of valve box covers located in unpaved areas shall be the same as in paved areas. 7-14 HYDRANTS 7-14.3 Construction Requirements 7-14.3(1) Setting Hydrants (Project Special Provisions, PSP) Section 7-14.3(1) is revised as follows: Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be set 2- inches minimum and 7-inches maximum above the concrete shear block finished grade. For each hydrant requiring vertical adjustment, see Section 7-14.3(6). 02/19/2026 239 Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" and 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2-foot burial where 12" and larger pipe is shown unless otherwise noted in the Plans. After the installation, new hydrants shall be subjected to a hydrostatic test as specified in Section 7-09.3(23). The hydrant excavation shall be backfilled and compacted when installation and testing are complete and accepted by the Engineer. A concrete shear block as an incidental cost to Fire Hydrant Assembly bid item as shown by the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. The Contractor shall flush, test, and disinfect furnished hydrants and hydrant barrel extensions according to Section 7-14.3(6). Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly- Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal. Any hydrants that are not in service shall be identified by covering them with a burlap or plastic bag properly secured. Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE) up to 40 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 1-1/4" washed drain rock, blue reflective pavement marker, 16"x8"x4" (minimum) concrete blocks under hydrant and gate valve, 4'x4'x6" concrete shear block around hydrant, and mechanical joint restraint (wedge-type restrained retainer glands) with poured-in-place concrete thrust block behind the hydrant shoe or two 3/4-inch diameter Cor-Ten steel tie rods. 7-14.3(7) Remove and Salvage Existing Fire Hydrant (Project Special Provisions, PSP) Section 7-14.3(7) is added as follows: Existing fire hydrants shall be removed where shown in the Plans. Removed existing fire hydrants shall be delivered to the City of Renton Shops by the Contractor. The existing fire hydrant lateral tee shall be removed from the main. The cost to remove and salvage the existing fire hydrant shall be included in the “Removal of Existing Fire Hydrant” bid item. 02/19/2026 240 7-14.3(8) Abandoned Existing Gate Valves (Project Special Provisions, PSP) Section 7-14.3(8) is added as follows: All existing gate valves to be abandoned shall be abandoned in the closed position, unless shown otherwise, by removing a minimum of the top twenty-four inches of the valve box and then filling the bottom of the box with a minimum of 8-inches of sand. The remaining portion of the valve box shall be filled with concrete having an f’c of at least 2000 psi. 7-14.3(9) Cut, Cap, and Block Existing Water Mains (Project Special Provisions, PSP) Section 7-14.3(9) is added as follows: The City Forces will cut and cap the existing pipes at the locations shown on the drawings and install an approved ductile-iron cap. The Contractor shall excavate as required, including sawcutting, removing, hauling, and disposing of existing asphalt pavement. The Contractor shall furnish the ductile-iron caps, furnish, install and remove the temporary concrete blocking. City Forces will remove the ductile-iron caps prior to connecting the new pipe to the existing pipe. 7-15 SERVICE CONNECTIONS 7-15.3 Construction Requirements (Project Special Provisions, PSP) Section 7-15.3 is revised as follows: All pipe materials for new water service lines and for extension or replacement of existing water service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch or less and connection to ductile iron water main shall be copper type “K” annealed tubing and seamless (ANSI H33.1). Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for 1-inch service lines. All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reduced couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. All installations shall be considered open cut, and the contractor shall locate and avoid other underground utilities during installation. The Contractor may install service lines utilizing a trenchless percussion and impact method (hoe-hogging) method but must obtain written approval from the Engineer. 02/19/2026 241 Where shown in the Plans, the Contractor shall: • Furnish and install new water service lines from the new water main to the new meter setters and new meter boxes near the existing meters. • Furnish and connect new water service lines from the new water main to the existing water service lines. • Furnish and install adaptors for the relocation of the existing water meters to the new meter setters and re-install the existing meters in the new meter setters. • Connect the new meter setters to the customers’ private service lines. • Restore disturbed areas to their approximate original conditions as directed by the Engineer. Existing service connections shall not be transferred to the new mainline until the new mainline has been successfully flushed, disinfected, tested, and approved by the Engineer. When transferring services from the existing mainline to the new mainline, the Contractor shall take sanitary precautions to protect the potable water supply in both the existing and new mains. New meter setter and boxes shall be installed at the locations set forth on the Contract Plan or as directed by the Engineer in accordance with the STD. details. Meter boxes shall match finished grade and shall be located within the public right of way boundaries. When a new meter box and/or new meter setter will replace the existing, the Contractor shall remove and dispose of the existing meter box and/or setter at incidental costs. When a new water meter is needed, the City of Renton will remove the existing meter and install a new meter. The Contractor shall coordinate the installation of the new meter setter with the Engineer and provide at least a 48-hour notice (not including weekends and holidays) to schedule the installation of the new water meter by the City forces. When the existing meter will be re-used, the Contractor at incidental costs shall remove and re-install the existing meter and furnish any adapters needed to make the connections. 7-17 SANITARY SEWERS 7-17.2 Materials (Project Special Provisions, PSP) Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer’s technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as 02/19/2026 242 specified for maximum dimensional tolerance of the respective pipe. Materials shall meet the requirements of the following sections: SDR 35 Sewer Pipe (ASTM D3034 & ASTM F679) Section 9-05.12(1). Ductile Iron Sewer Pipe Section 9-05.13. C900 Sewer Pipe (AWWA) Section 9-30.1(5)A All pipes shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities (Project Special Provisions, PSP) Section 7-17.3(1) is supplemented as follows: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. 7-17.3(1)A Temporary Sewer Bypass Systems It shall be the Contractor's responsibility to maintain operation of the existing sewer systems throughout the duration of the project without any interruption of sewer service. The Contractor shall divert all flows around each segment of the pipe designated for rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and discharging it to a manhole downstream of the rehabilitation operation. This can be accomplished via a combination of pumping and/or gravity flow. After the work is completed, flow shall be returned to the sewer system. The area affected by the bypass operation shall be fully restored. Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be on-site and available for periods of maintenance, refueling or failure of the primary bypass pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to damage private or public property or create a nuisance or public menace. The bypass- pumping pipe shall not block any driveways or intersections unless approved by the Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately protected from traffic. The discharge of raw sewage to private property, city streets, sidewalks, storm 02/19/2026 243 sewer, or any location other than an approved sanitary sewer is prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fines should the Contractor's operation cause any backups or overflows. The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe capacity in each subject line removed from service. If flow conditions are greater than full pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the subject line from service. Working days will not be charged for the period of time during which the flow is greater than full pipe. No additional payment will be made for periods of high flows during which the Contractor elects to wait for lower flows. Once the Contractor removes a section of line from service, he/she is responsible to bypass all flow in the system during construction, even in the event the system surcharges and exceeds the full pipe capacity, until the line is returned to service. All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing sewer system shall be submitted by the Contractor for review and approval. The Contractor's plan for bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to commence bypass pumping. The sewage bypass pumping plan shall include an emergency response plan to be followed in the event of a failure of the bypass pumping and a security plan for continued operation and protection of the bypass system. The review of the bypassing system and equipment by the Engineer shall in no way relieve the Contractor of his responsibility and public liability. The Contractor shall coordinate activities with impacted property owners. Property Owners shall be notified that their side sewer will be out of service for a specified period of time, as approved by the Engineer. Where there exists a situation where impacted properties cannot be disconnected, plugged, or subjected to any other service interruption, i.e. hospitals, care facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary sewer system shall be required. The contractor shall verify whether a property is able to be interrupted prior to bypassing operations. The preparation and implementation of approved temporary sewer bypass systems and plan shall be incidental cost to and included in the various bid items. 7-17.3(2)H Television Inspection (Project Special Provisions, PSP) Section 7-17.3(2)H is supplemented by adding the following: CCTV Inspection 1. All newly installed and newly rehabilitated (public and private) Sanitary Sewer and Storm Drain main lines shall be inspected by means of remote CCTV. CCTV inspections and reports shall be submitted to the City of Renton inspector assigned to the project prior to receiving approval to install project curbs, gutters and/or pavement. 2. The Contractor shall perform all CCTV inspections in accordance with the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification 02/19/2026 244 Program (PACP). 3. All CCTV operators shall have current NASSCO PACP certification. 4. CCTV inspections shall be recorded in a GraniteNet compatible format database using the latest software version and submitted with electronic links between the data and the video on an External HDD, DVD or Flash Drive. 5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear footage between manholes along the existing pipeline centerline from the start of pipe to end of pipe. 6. All Owner and PACP required header information must be fully and accurately entered on all CCTV reports. Work not following these specifications will be rejected and the Contractor shall be required to re-CCTV the work. 7. The documentation of the work shall consist of PACP CCTV Reports, PACP database which will have a .MDB or .MDF File extension, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, and deposits, but should not, at any time, be faster than 30 feet per minute, except as noted otherwise in this document. 8. The camera must be centered in the pipe to provide accurate distance measurements to provide locations of features in the sewer and these footage measurements shall be displayed and documented on the video. All PACP Observations shall be identified by audio and on a PACP log. All videos must be continuously metered from manhole to manhole. All video recording shall be continuous from structure to structure with no “pausing” of the video recording during each pipeline inspection. The pipe shall be cleaned prior to the CCTV inspection to ensure all defects, features and observations are seen and logged. 9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and recording, water (containing dye) shall be introduced into the upstream manhole of each pipe segment until it is observed and recorded flowing past the camera’s field of vision in its entirety. 10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.) attached that has ¼” markings to show the depth of water in the pipe during the CCTV inspection. 11. All manholes shall be channeled and coated prior to CCTV inspection. 12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have no more than ½” of ponding to be considered acceptable. 7-18 SIDE SEWERS 7-18.1 Description (Project Special Provisions, PSP) Section 7-18.1 is supplemented with the following: Further, this work shall consist of identifying potential vertical conflicts between existing sanitary side sewers and new water mains and/or storm pipes and resolving the conflicts to 02/19/2026 245 obtain 18-inch minimum vertical separation, where it is possible between existing side sewer and new water mains and/or storm pipes. Identifying potential vertical conflicts including the use of closed-circuit television (CCTV) inspection of existing sanitary sewer, where necessary, to determine location of side sewer branches shall be incidental costs and included in various bid items. 7-18.2 Materials (Project Special Provisions, PSP) Section 7-18.2 is supplemented with the following: Material of side sewers shall polyvinyl chloride (PVC) rubber gasketed ASTM D 3034, SDR 35, or ductile iron class 50. Material of side sewers may need to match that of the existing sewer main unless otherwise shown on the Plans or directed by the Engineer. Fittings and connections shall be per City of Renton Standard plan 406.1. 7-18.3(6) Sanitary Side Sewer Relocations (Project Special Provisions, PSP) Section 7-18.6 is a new section as follows: Side sewer sizes and locations shown on the plans are approximate based upon the best available information. The contractor shall locate and pothole, where it shows on the plans or when it is directed by the Engineer, to verify its depth and horizontal locations in the field. The Engineer will compare potholing results with the new water main and/or storm pipe profiles and determine if the side sewer relocations are required to avoid vertical conflicts with the new water mains and storm pipes. When it is determined that the side sewer relocations are required, the Contractor shall furnish all labor, equipment, and materials necessary as shown in the Project Plan Details to relocate the existing side sewers. The existing side sewers determined to be relocated shall be clearly cut or removed at the nearest joints. When it is possible, the relocations of side sewers shall vertically clear the new water main and storm pipe by min. 18 inches, where possible. The Contractor shall notify the Inspector when the side sewer relocations are completed and ready for the inspection. The visible inspection must be performed prior to backfilling. Pipe zone bedding material shall be incidental to side sewer relocation bid items and consist of imported materials, CSBC, free of roots or other organic material, mud, muck, and frozen material. Pipe zone material shall be densified by compaction using mechanical tamping to a density of 95 percent of maximum dry soil density using a modified proctor. Equipment with suitably shaped tamping feet shall be used to compact the material and ensure that the specified soil density is obtained beneath the haunches of the pipe. At the time of placement, the materials shall have the optimum moisture content required for compaction 02/19/2026 246 and the moisture content shall be uniform throughout each layer. Materials shall be placed in layers not more than 6" thick after each compaction. Trench backfills materials, gravel borrow, above the pipe zone to the surface of the finish grade or native ground shall be placed so that the resulting density will be 95 percent of maximum dry density, modified proctor, within travelled ways and 90 percent of maximum dry density for areas outside travelled ways. Backfill material shall be placed in continuous horizontal layers not exceeding 12" in thickness. After side sewer relocations are completed, closed circuit television (CCTV) per Section 7- 17.3(2)H shall be performed. The Contractor may choose to run mainline camera with a side launch. When a defect and/or visible leakage are found, the corrections shall be made at the Contractor’s expenses. After the side sewers are relocated, the Contractor shall provide as incidental costs to the side sewer relocation bid items the new locations and include it in final as-built submittal. 02/19/2026 247 DIVISION 8 MISSCELLEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3(8) Street Cleaning (Project Special Provisions, PSP) Section 8-01.3(8) is supplemented with the following: The Contractor shall be responsible for controlling dust and mud within the project as incidental costs to various bid items. The Contractor shall be prepared to use watering trucks equipped with high-velocity water jets and low-head sprinkling devices, power sweepers, and any other pieces of equipment necessary to avoid creating a nuisance. All streets used by the Contractor during the execution of the work under this contract shall be maintained in a clean condition. Any damage caused by dust and/or mud shall be the sole responsibility of the Contractor. In no case shall sediment-laden water be allowed to enter drainage facilities without prior filtration or sedimentation. The roadways shall be swept daily and as needed and kept in clean condition. All costs associated with Street Cleaning and Sweeping shall be incidental to the various bid items. 8-01.3(17) Protection of Existing Trees and Shrubs (Project Special Provisions, PSP) Add New Section 8-01.3(17) as follows: The Contractor shall carefully protect existing trees and shrubs during the course of construction against cutting, breaking or skinning of roots, skinning or bruising of bark. The Contractor shall plan all operations so as to avoid creating situations in which trees and shrubs may be damaged. Notify the Engineer if construction may damage trees and shrubs. The Contractor shall not proceed with Work until directed by the Engineer. Root Protection Cut exposed roots clearly and keep moist with straw mulch and burlap or equivalent during the time trenches are open. Hand dig trenches in areas with extensive roots. Roots larger than 3" in diameter shall be left intact and the Engineer notified for instructions on how to proceed. Damages for Loss or Injury to Existing Trees and Shrubs to Remain The Contractor shall be liable for damage to trees and shrubs. In the event of injuries to the crown, trunk or root system of existing trees and shrubs resulting from the Contractor's failure to protect them for damage shall be deducted from the total amount due to the Contractor. Protection of existing trees and shrubs shall be incidental costs to various bid items. 02/19/2026 248 8-02 ROADSIDE RESTORATION 8-02.3 Construction Requirements 8-02.3(1) Responsibility During Construction (Project Special Provisions, PSP) Section 8-02.3(1) is supplemented as follows: All re-landscaping/re-vegetation is anticipated to begin after grading and site work is completed. Throughout planting operations, the Contractor shall keep the premises cleans, free of excess soils, plants, and other materials, including refuse and debris, resulting from the work. At the end of each workday, and as each planting, re-vegetation, or re-landscaping area is completed, it shall be neatly dressed, and all surrounding walk and paved areas shall be cleaned to satisfaction of the Engineer. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site. No chemical herbicides will be allowed unless approved in writing by the Engineer. 8-02.3(4) Topsoil (Project Special Provisions, PSP) The third paragraph of Section 8-02.3(4) is replaced with the following: Topsoil of the type specified shall be evenly spread over the specified areas to the depth shown in the plans or otherwise ordered by the Engineer. A topsoil layer shall have a minimum organic matter content of 10% dry weight in beds, 5% organic matter content in turf area, and a PH from 6.7 to 7.5 or matching the PH of the undisturbed soil. The topsoil layer shall have minimum depth of 8 inches except where tree roots limit the depth of incorporation of amendments needed to meet the criteria. Subsoils below the topsoil layer should be scarified at least 4 inches with some incorporation of the upper material to avoid stratified layers, where feasible. 8-02.3(4)A Topsoil Type A (Project Special Provisions, PSP) Section 8-02.3(4)A is supplemented with the following: The contractor shall provide a material submittal for topsoil prior to use. Topsoil Type A shall be obtained from a Contractor supplied source. Topsoil must be sandy loam soil, commercially available as 3-way or 5-way topsoil or per Special Provisions 9-14.2(1). Contractor’s use of substitute topsoil must be approved by the Engineer. 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation (Project Special Provisions, PSP) Section 8-02.3(5) is supplemented with the following: 02/19/2026 249 Any additional fine grading to get a firm smooth surface in the planter areas shall be considered incidental to and included in the unit contract price for placement and installation of Topsoil Type A. 8-02.3(6)B Fertilizers (Project Special Provisions, PSP) Section 8-02.3(6)B is supplemented with the following: Re-planting trees and shrubs shall be fertilized at a rate according to manufacturer’s recommendations. Fertilizer tablets shall be considered an incidental cost to “Property Restoration” bid item. Fertilizers shall be as specified in Section 9-14.4 Fertilizer, of these Special Provisions. 8-02.3(7) Layout of Planting, Lawn and Seeding Areas (Project Special Provisions, PSP) Section 8-02.3(7) is supplemented as follows: The Contractor is responsible for maintaining, protecting, and re-planting salvaged trees and shrubs in their approximate original locations or as directed by the Engineer. The Contractor shall stake the location of the trees or shrubs to be replanted. The Engineer shall inspect and approve the staking prior to the Contractor planting. The contractor shall loosen planting or shrub pit surface soils to a depth of four to six inches (4”-6”) and scarify sides prior to planting. Sufficient topsoil shall be placed under the plants and compacted so as to ensure that the location of the ground line at the top of the ball is the same as the nursery. The Contractor shall plant trees and shrubs upright and face to give the best appearance or relationship to adjacent plants and structures, holding rigidly in position until planting topsoil has been backfilled and tamped firmly around the ball or roots. When the pit is backfilled halfway, place fertilizer plant tablets. Evenly space the tablet around the perimeter of, and immediately adjacent, to the root system at a depth that is between the middle and the bottom of the root system. Do not injure root systems. Place and compact planting topsoil carefully to avoid injury roots and fill all voids. When the pit is three-quarters (3/4) backfilled, completely fill with water and allow water to soak away. Fill pits with additional soil to finish grade and continue backfilling. The Contractor shall apply water to maintain soil conditions until seasonal rains make supplementary watering necessary. 02/19/2026 250 8-02.3(7)A Soil Amendments (Project Special Provisions, PSP) Section 8-02.3(7)A is a new section: For lawn areas, soil amendment material may be used in lieu of topsoil to improve the existing soil subgrade. The Contractor shall cultivate the soil amendment materials into the existing subgrade to a minimum transition depth of six (6) inches. Apply soil amendment at the rate of 0.1 cubic yards per square yard (~4” deep) of lawn area. 8-02.3(10) Lawn Installation 8-02.3(10)C Lawn Establishment (Project Special Provisions, PSP) Section 8-02.3(10)C is deleted and superseded with the following: 8-02.3(10)C1 Lawn Establishment and Final Acceptance The Contractor shall maintain all new lawn areas in this project; shall be responsible for the survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until Final Acceptance of the project by the City. The Contractor will be held responsible for all damage or loss caused by his inattention or carelessness. The Contractor shall repair damage caused by traffic, vandalism, weather or other outside causes. 8-02.3(10)C2 Establishment Period The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the City of landscape work, whichever is later. Maintenance during this period will include: 1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. 2. Lawns shall be fertilized every six weeks from March through September per Grower’s written recommendations. Lawns shall be maintained weed-free. 3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass clippings shall be removed from the site. Maximum height of lawn shall not exceed three inches. 4. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves, windblown into gutters and catch basins, are considered as litter and shall be removed as debris. 02/19/2026 251 8-02.3(10)C3 Guarantee All new turf areas shall be guaranteed by the Contractor to be in healthy condition for a period of one year from the date of Final Acceptance. 8-02.3(10)C4 Final Acceptance Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform grade at the time of final inspection. Final inspection of the work of the Section will be made at the time of the Final Inspection of the entire project or earlier, if approved by the Engineer. A final punch list will be issued. Final Acceptance of the new turf areas which are the responsibility of the Contractor will be contingent upon Final Acceptance of the entire project or at the determination of the City if earlier than Final Acceptance of the entire project. 8-02.3(11)B Bark or Wood Chip Mulch (Project Special Provisions, PSP) Section 8-02.3(11) B is supplemented as follows: Wood Mulch Wood mulch shall be wood chips or hog fuel. The Contractor shall provide the Engineer with 1 cubic foot sample of the mulch product for approval prior to placing the mulch. Mulch products, which contain too much bark, dirt, rock, leaves, needles, weeds, deleterious debris, etc. in the opinion of the Engineer shall be rejected. Beauty bark or bark mulch is not an acceptable material for wood mulch. Any litter or trash that is present in the disturbed wood must be handpicked and disposed of properly. Wood mulch shall be placed over disturbed areas to a depth no greater than three (3) inches or not less than two (2) inches. The soil shall not be visible through the wood mulch. The Contractor shall thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. Bark Mulch Bark mulch shall be commercially available fir/hemlock bark mulch, medium grade. The Contractor shall provide the Engineer with 1 cubic foot sample of the mulch product for approval prior to placing the mulch. Mulch products, which contain too much bark, dirt, rock, leaves, needles, weeds, deleterious debris, etc. in the opinion of the Engineer shall be rejected. Beauty bark or bark mulch is not an acceptable material for wood mulch. Any litter or trash that is present in the disturbed wood must be handpicked and disposed of properly. Bark mulch shall be placed over disturbed areas to a depth no greater than three (3) inches or not less than two (2) inches. The soil shall not be visible through the wood mulch. The Contractor shall thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. 02/19/2026 252 8-02.6 Property Restoration (Project Special Provisions, PSP) Section 8-02.6 is a new section as follows: Property restoration shall consist of furnishing installing, and placing fine grading adjacent landscaped areas as directed, salvaging and re-planting trees and shrubs, planting new trees, shrubs, and understory as shown on the Plans or as directed by the Engineer, seeding, sodding, fertilizing, mulching, placing topsoil or soil amendment, watering, excavation, hauling, disposal and clean up. The size and species of re-planting-tree and shrub materials shall be the same sizes and types that were removed or damaged by Contractor’s construction activities. The intent of this work is to restore all areas disturbed by the Contractor’s construction activities to their original or better conditions as set forth herein. Bark areas shall be restored by furnishing and placing topsoil and bark, bringing the disturbed areas back to their original conditions. Topsoil shall be Type A and bark mulch shall be medium grade fir or hemlock. Grass areas (not being mowed or maintained regularly) shall be restored with sod or seed as set forth on the Plans or special provisions. Sod shall be required if the restoration work takes place outside of the period of seeding. Turf/lawn areas shall be restored with topsoil, fertilizer, and sod. Damaged sod shall be removed and trimmed square to the nearest whole width of the replacement sod to provide a neat, squared patch. Topsoil shall be rolled to provide a firm based upon which to install the sod. Rolling is intended to prevent settlement after sod placement. The replacement sod shall conform to the grade and contour of the adjacent existing sod. The cost of excavating and removing all excess materials and debris shall be incidental to or included in “Property Restoration” bid item as set forth on the Proposed/Construction Contract. Prior to sod or lawn seed replacement, the Contractor shall place a 8-inch layer of Topsoil Type A on all lawn areas. In lieu of topsoil, Contractor may use soil amendment or compost to improve the existing soil conditions. Contractor shall till topsoil, soil amendment, or compost materials into the existing subgrade to a minimum transition depth of six (6) inches. Granular fertilizer shall be applied over the prepared areas using broadcast spreader, which uniformly distributes the granules over a wide area. Hand casting fertilizer shall not be allowed. The Contractor is responsible for maintaining, protecting, and re-planting salvaged trees and shrubs in their approximate original locations or as directed by the Engineer. Measurement and payment including furnishing labors, equipment, and materials for “Property Restoration” bid item will be measured by lump sum bid unit price in the Proposal/Contract Documents. 02/19/2026 253 8-03 IRRIGATION SYSTEM 8-03.3 Construction Requirements 8-03.3(1) General Requirements (Project Special Provisions, PSP) Section 8-03.3(1) is supplemented as follows: The existing irrigation system and its approximate locations are not shown in the Plans. Before beginning construction, the Contractor shall locate, field-verify, and assess the operational condition of the existing irrigation system. The Contractor shall take all necessary precautions to protect the system during construction. If any part of the existing irrigation system—including piping—is damaged, the Contractor shall be responsible for all repairs or replacements required to restore it to its original condition at no additional cost to the City. 8-05 PRE-CONSTRUCTION PHOTOGRAPHS (Project Special Provisions, PSP) Section 8-05 is a new section: 8-05.1 Materials The photographs shall be in digital .pdf format, labeled by project station. The Contractor shall provide one CD or thumb drive (s) to the Engineer with the entire catalog of pre- construction photographs. 8-05.2 Construction Requirements Before commencing any construction work, the Contractor shall provide photographs of pre- existing conditions of the area that will be disturbed during construction operations for the Engineer. These photographs will help document the condition of existing conditions and landscaping and help determine the level of restoration required. A minimum of 250 Photos is required. Photographs shall be obtained as follows: • At each existing paved driveway and at each 50-foot station intervals along the route of the storm and water main installation. • In the areas with extensive improvements. • In easements, steep slopes, landscaped areas and other off right-of-way locations: 50- foot station intervals up and down station. • In the paved right-of-way, paved sidewalks, and parking lots 50-foot station intervals. • Additional locations as necessary to fully document site conditions. • Any other location as directed by the Engineer. 02/19/2026 254 Each photo shall be marked with identification showing street location, approx. stationing, date taken, and view direction. The complete files of all photographs shall be delivered to the Engineer prior to the beginning of construction. 8-05.3 Payment All costs to provide pre-construction photographs shall be incidental to and included in the price bid for “Mobilization & Demonization” 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description (Project Special Provisions, PSP) Section 8-06.1 is supplemented as follows: The work shall consist of removing, hauling, and disposing of existing cement concrete driveway and waste and unsuitable materials, furnishing, installing, and placing rebars, new cement concrete driveway located at 1333 Monroe Ave NE with the approx. dimensions as shown on the Plans. The cement concrete driveway shall be class 4,000, mechanically mixed, and shall conform to Section 6-02.3(2)B Commercial Concrete of Standard Specifications with minimum strength at 28-days of 4,000 psi. The cement concrete driveway shall match existing configuration and finish, including exposed aggregate finishes. Minimum 6” thickness of CSTC shall be placed on the top of native material and under rebars. CSTC shall be compacted with 90% dry density per ASTM D-1557. Damaged portions of existing residential concrete driveways shall be removed to the nearest expansion joint(s), or as directed by the Engineer. Soils disturbed during existing concrete driveway removals shall be leveled and re-compacted to minimum 90% dry density per ASTM D-1557. The installation of cement concrete driveway shall be planned, sequenced, and performed in such a manner that the time duration between start and damage to the existing cement concrete driveway and the replacement shall be the absolute minimum time necessary to perform the work. The Engineer may direct that steel plats be temporarily placed as incidental cost or that other measures be implemented to minimize the time the residential driveway is inaccessible to vehicular traffic. 8-06.5 Payment (Project Special Provisions, PSP) Section -06.5 is supplemented as follows: Payment including furnishing labors, equipment, and materials for excavating hauling, removing, and disposing of existing cement concrete driveway, waste and unsuitable materials, and furnishing, placing, compacting of rebars and new cement concrete driveway will be under bid item “Cement Concrete Driveway” per square yard of finished surface. 02/19/2026 255 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 Description (Project Special Provisions, PSP) Revise the first paragraph to read: This work consists of furnishing all materials, labors, equipment, hauling, disposal of waste materials necessary to remove existing chain link fences, trees, brushes, stumps, rocks, debris, and other obstructions, posts, top rails, brace rails, gate posts, concrete post bases, slats, 3 strand barbed wires, and appurtenances and to install new chain link fences (2” woven wire diamond mesh), posts, top rails, brace rails, gate posts matching existing heights, concrete post bases, 3 strand barbed wires matching existing vertical spacings, slats matching existing heights, and appurtenances resulting from the project construction activities and/or improvements. The work shall also include furnishing labor, equipment, and material, hauling, and disposal of waste materials to remove the existing chain link gate post at the front of reservoir, install new chain link gate post, and re-install the existing chain link gate to the new gate post. Chain link fence shall be of 2” diamond woven wire mesh mounted on required posts. All materials used in the construction of chain link fence and posts shall be new and match existing color and heights. The slat color shall match that of the existing ones. 8-12.2 Materials (Project Special Provisions, PSP) Replace this section as follows: Unless other specified in these special provisions, standard materials used in construction of chain link fence shall be in accordance with WSDOT Standard Specifications Section 9- 16.1. Fencing Materials shall meet the following specifications: Fabric 9-gauge galvanized steel fabric with bonded vinyl coating. All posts, brace rails, and top rails, shall be painted or coated the same color as vinyl chain link fence. Post, Frame, and Rail Post, frame, and rail shall be high strength schedule 80 galvanized pipe with the following specifications. 02/19/2026 256 Slats The standard specification section 9-16.6(7)B is supplemented as follows The chain link fence slat shall work with a mesh size of 2”. The slats shall be flat and tubular in shape with circular, notched-out holes located near the top of the slat. The slat length shall be approximately 3.5” shorter than overall height of fence. The color of plastic slats shall match the existing color. Post Footing Concrete Post footing concrete shall be ready mix concrete with a commercial concrete grade with min. 28-day comprehensive strength of 3,000 psi. 8-12.3 Construction Requirements (Project Special Provisions, PSP) Supplement this section with the following: Clearing Fence Line Trees, brushes, stumps, rocks, debris, and other obstructions would interfere with the proper construction of the fence in the required location which shall be removed by a minimum width of 2 feet and/or as directed by the Engineer on each side of the fence centerline before starting fencing operations. The trees located outside of the existing wooden fence toward the streets may not be removed unless directed by the Engineer. Refill holes remaining after post and stump removal with suitable soil, gravel, or other materials acceptable to the engineer and compact it properly with tampers. The start and end point of the chain link fence installation will be from post to post of the disturbed existing fencing or as directed by the Engineer. The cost of removing and disposing of the material and refilling holes and materials shall be considered incidental. No additional payment will be made Installing Posts All posts shall be spaced no more than 10 feet apart measured from center to center of posts and shall be set a minimum of 1.5 feet or 3 feet in concrete footing as specified in the 02/19/2026 257 standard plans in this bid document. Corner post shall be installed when there is a change in horizontal or vertical direction of 30 degrees or more. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. The posts shall have the concrete post base min. 10” diameter with the depth from finished grads to the bottom of concrete post base 3 feet. The posts shall have min. 2.5 feet from finished grade into the concrete poste base. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. Installing Top Rails The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. Installing Braces The brace rail shall be installed at the height of approximately 4 feet from the existing ground level and over each fabric connection to the end, corner, gate and/or terminal post. Installing Fabric The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wires shall be stretched taut and shall be installed. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used. Reinstalling Existing Chain Link Gates The existing chain link gate post shall be removed, a new gate post installed, and the existing chain link gate reattached to the new post. 02/19/2026 258 Wire Ties and Hog Rings. Along the top and bottom, using wire ties and hog rings, fasten the chain link fence fabric to the top rail and tension wire within the limits of the first full fabric weave. 8-12.4 Measurement (Project Special Provisions, PSP) Replace the section with the following: The work described in this section 8-12 will be measured per lump sum (LS) including removing, hauling, and disposing of existing waste materials, chain fence and its appurtenance and furnishing chain link fabric, top rail, tie wire, barbed wires, posts, hog rings, concrete post base, slats, and miscellaneous materials/fittings necessary for the complete installation of the new chain link fence. 8-12.5 Payment (Project Special Provisions, PSP) Revise this section to read: The payment of chain link fence and barbed wire installation or replacement and other work described in this section 8-12 will be paid per lump sum (LS) unit bid price and included in bid item “Property Restoration”, which shall constitute full compensation for furnishing all materials, labor, equipment, hauling, excavation, removal, and disposal of waste material necessary to complete the work. 8-13 MONUMENT CASES 8-13.1 Description (Project Special Provisions, PSP) Section 8-13.1 is revised and supplemented as follows: This Work shall consist of furnishing and placing monument cases and covers disturbed by the contractor’s construction activities in accordance with the Standard Plans, as set forth in these specifications, in conformity with the lines and locations shown in the Contract Plans or as directed by the Engineer or by the Contractor Supplied Surveyor. 8-13.3 Construction Requirements (Project Special Provisions, PSP) Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and set by the Contractor supplied Surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered professional surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by 02/19/2026 259 the registered professional surveyor in accordance with RCW58.09.130. All surveying shall be in accordance with Section 1-11 of these Special Provisions. 8.13.3(2) Adjust Monument Case and Cover (Project Special Provisions, PSP) Section 8-13.3(2) is supplemented with the following: Where shown in the Plans or where directed by the Engineer, the existing monument case and cover shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing monument shall be carefully protected so as not to disturb its location in any way. The monument case and cover shall be adjusted either by removing and resetting the case, or by installing riser rings between the case and cover. Prior to planing operations, if any, the Contractor shall vertically adjust the monument case and cover below the limits for planing bituminous pavement. After paving operations are complete, the Contractor shall vertically adjust the monument case and cover to finished grade as shown in City of Renton Standard Plan H031. The patch material used around the monument case and cover shall be the same as the adjacent pavement. The Contractor shall be responsible for referencing the location of the monument case and cover for locating after paving is complete. The adjusted elevation of the cover shall be one-fourth inch (1/4") to one- half inch (1/2") below the level of the finished pavement. The case and cover shall be cleaned prior to being reset. The Contractor shall use care to avoid disturbing the monument inside the monument case. Any damage or disturbance to the monument because of the Contractor’s operations shall be repaired and reset to its original position at no cost to the Contracting Agency. If no bid item “Adjust Monument and Cover” appears in the proposal including labors, equipment, and material costs, then all Work required by these sections shall be considered incidental and their cost shall be included in various bid items of Work. 8-13.3(2)C Re-establishment of Disturbed Monument (Project Special Provisions, PSP) Section 8-13.3(2) is a new section as follows: The registered professional land surveyor who has been engaged by the Contractor for the purposes of roadway surveying shall be responsible for perpetuating and documenting existing monuments in compliance with the Application for Permit to Destroy a Survey Monument (WAC 332-120). Upon completion of the roadway surface, the destroyed and new proposed monuments positions shall be set and referenced by the Contractor. The Contractor shall then drill and core out the monument position, install the poured monument and place a blank brass monument centered in the cored position. The Contractor will then mark the referenced position and file a completion report for Monument Removal or 02/19/2026 260 Destruction with DNR, as applicable for pre-existing monuments. Following approval by the Public Land Survey Offices, copies of the Application for Permit shall be forwarded to the Contracting Agency. All surveying shall be in accordance with Section 1-11 of these Special Provisions. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements (Project Special Provisions, PSP) Section 8-14.3 is supplemented as follows: The Contractor may request a pre-meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb and gutter replacements or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Prime Contractor and Subcontractor in charge of constructing forms, placing, and finishing the cement concrete. 2. Project Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb and gutter or pedestrian access route Work. Items to be discussed in this meeting may include, at a minimum, the following: 1. Slopes shown on STD. Plans. 2. Inspection. 3. Traffic control. 4. Pedestrian control, access routes and delineation. 5. Accommodating utilities. 6. Form work. 7. Cold Weather Protection. 8-14.3(4) Curing (Project Special Provisions, PSP) Section 8-14.3(4) is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering considered incidental to various bid items, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicle, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. 02/19/2026 261 The Contractor shall be responsible for furnishing, installing, and removing barricades, patrols, or otherwise protecting the newly placed concrete as incidental to various bid items to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.3(6) Cold Weather Work (Project Special Provisions, PSP) Section 8-14.3(6) is a new sub-section: The following additional requirements for placing concrete shall be in effect from November 1 to April 1: The Engineer shall be notified at least 24 hours prior to placement of concrete. All concrete placements shall be completed no later than 2:00 p.m. each day. Where forms have been placed and the subgrade has been subjected to frost, no concrete shall be placed until the ground is completely thawed. At the time, the forms shall be adjusted and subgrade repaired as determined by the Engineer. 8-18 MAILBOX SUPPORT 8-18.3 Construction Requirements (Project Special Provisions, PSP) Section 8-18.3 is supplemented by the following: Existing mailboxes shall be protected during project construction. If they are damaged due to construction activities, the Contractor shall replace them in kind. All cost associated with damaged mailbox replacement shall be the responsibility of the Contractor. 8-19 ADJUST GAS VALVE BOXES (Project Special Provisions, PSP) Section 8-19 is a new section as follows: 8-19.1 Description The work shall consist of furnishing labor, equipment, materials to adjust existing gas valves affected by construction work or a pavement overlay to finished grade. 8-19.2 Construction Requirements The existing gas valve boxes shall be adjusted as necessary to finish grades after the finished grades have been established or the asphalt concrete paving operations have completed. The Contractor shall adjust the existing gas valve boxes with cast iron extension as required. 02/19/2026 262 The asphalt concrete pavement shall be removed to a neat circular shape. The edge of the cut shall be 1 foot from the outside edge of the valve boxes frame. The base materials and subgrade shall be removed. The valve box frame shall be reset to finished grade, plumb to the roadway, and remain operational and accessible. Commercial class concrete shall be placed in the entire void up to within but not to exceed 2 inches of the finished grade. Twenty-four hours after the placement of the concrete, or as directed by the Engineer, the edge of the removed asphalt pavement, the concrete surface, and the outer edge of the reset frame shall be painted with asphalt for tack coat. Hot mix asphalt shall be placed and properly compacted to finished grade. The hot mix asphalt shall meet Section 5-04 of Specifications. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT, TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description (Project Special Provisions, PSP) Section 8-20.1 is replaced as follows: The Contractor shall furnish labors, equipment, materials as necessary to install 3” diameter of schedule 80 PVC conduit and to install Nylon Pull Cord, electrical warning tape, junction boxes, and small cable vault. 8-20.1(3) Permitting and Inspections (Project Special Provisions, PSP) Section 8-20.1(3) is supplemented with the following: The installation of 3" Schedule 80 PVC conduits, junction boxes, small cable boxes, and other electrical appurtenances for this project shall be performed under or by a licensed electrician registered in the State of Washington. 8-20.1(4) Errors and Omissions (Project Special Provisions, PSP) Section 8-20.1(4) is added as follows: The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly. Any work done after such discovery without authorization by the Engineer will be done at the Contractor’s risk. 02/19/2026 263 8-20.3(5) Conduit 8-20.3(5)A General (Project Special Provisions, PSP) Section 8-20.3(5)A is supplemented with the following: Plans The layout of the proposed conduits, junction boxes and a small cable vault shown on the plans is approximate. The layout shall be adjusted as necessary to avoid conflict with other utilities, both existing and to be constructed under this Contract. The Contracting Agency reserves the right to adjust these locations as necessary to accommodate existing or newly installed utilities at no additional cost to the Contracting Agency. 8-20.3(5)B Conduit Type (Project Special Provisions, PSP) Section 8-20.3(5)B is supplemented with the following: All conduits shall be PVC Schedule 80 rigid non-metallic unless noted otherwise in the Contract Plans or Special Provisions. All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The Contractor shall provide all conduit and necessary fittings as needed. All joints shall be made with strict compliance with the manufacturer’s recommendations regarding cement used and environmental conditions. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire (including spare conduits for locating purposes). Spare conduits shall be capped and labeled “City of Renton” conduits. The pull cords for fiber conduits shall be Herculine P2500T 3/4" polyester pull tape or approved equal. The pull cords shall have a tensile strength of at least 2,500 lbs., a 5-foot tail at each end, and a solid copper wire woven directly into the pulling tape for underground detection. 8-20.3(5)E Method of Conduit Installation 8-20.3(5)E1 Open Trenching Section 8-20.3(5)E1 is supplemented with the following: 02/19/2026 264 The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the conduits. Trenching shall conform to the following: Uniform Construction Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to provide a uniform grade, with width and depth as specified herein. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide minimal pavement disturbance. Trench Inspection No work shall be covered until it has been examined by the Engineer or Inspector. Earth which fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches. When trenching is being accomplished within the sidewalk area, the backfill material shall be per detail plans. Hauling and disposal of un-used excavation material shall be incidental to the cost of the conduit installation. The compaction requirements for the roadway backfill shall apply. Saw Cut for Trench Trenches in all paved areas shall be sawcut. The saw cuts shall be up to 23-inch depth and shall be parallel. Thoroughly clean saw cuts where necessary using high pressure water (1,400 psi or greater). All wastewaters shall be collected and disposed of in accordance with Section 1-07.15 of the Standard Specifications. Impervious surfaces contaminated from cutting operations shall be cleaned in accordance with Section 1-07.15 of the Standard Specifications. Pavement Removal Pavement shall be removed in a manner approved by the Engineer. The Contractor shall take care in removing existing paving not to damage the pavement outside of the saw cut lines. Damaged pavement outside of the saw cut shall require the Contractor to saw cut a clean edge around the damaged pavement and remove the damaged pavement up to the new saw cut line at no additional cost to the City. Trench Depth Conduit shall have 36 inches of cover from finished grade minimum. Trench depth shall extend a minimum of three inches below the bottom of the conduit, per the Contract Plans. Any changes to required trench dimensions must be approved by the City and Engineer. Trench Width The trench width shall be per construction plans. Trenching in Landscaped Areas Trenches shall be placed to have minimum impact on existing landscaping and irrigation systems. Any damage due to the Contractor’s operation shall be repaired or replaced by the Contractor at his own expense and to the satisfaction of the Engineer. 02/19/2026 265 Trenching Through Concrete Sidewalk Areas Trenching in these areas shall require removal and replacement of the concrete to the limits of the existing sidewalk joints. The costs associated with the removal and replacement of existing curb gutter and sidewalk will be in other bid items. 8-20.3(6) Junction Boxes, Cable Boxes, and Pull Boxes (Project Special Provisions, PSP) Section 8-20.3(6) is supplemented as follows: All junction boxes and associated concrete pads shall be installed on compacted subgrade, which shall include 6 inches of 5/8” minus CSTC material installed under and around the base of the junction box. The junction box shall include the installation of a 4” thick class “B” cement concrete 12” minimum width pad enclosing the junction box as per the Plans, specifications, and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inches below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive camber. Pre-molded joint filter for expansion joints shall be placed around junction installed in sidewalks. All junction boxes placed in the sidewalks shall have skid resistant lids and frames. Junction boxes shall have galvanized steel locking lids and frames. Small Cable Vaults Small cable vaults shall be installed in accordance with the following: • All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the small cable vault manufacturers. • Backfilling around the work shall not be allowed until the concrete or mortar has set. • Upon acceptance of work, small cable vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. • Small cable vaults shall be adjusted to final grade using riser or rings manufactured by the small cable vault and pull box manufacturer. Small cable vaults with traffic veering lids shall be raised to final grade using risers to raise the cover only. • Small cable vaults shall be installed at the approximate location showing on the Plans. Verify exact location with the Engineer in the field. • 3” PVC conduit requires to be extended 2-inches within the small cable vault walls. At the 2-inch mark, the excess conduit on the existing structure shall be removed and all cables exposed. • The floor shall be installed on 6-inches of CSTC per Standard Specifications Section 9- 03.9(3). If a small cable vault is installed outside of a paved area, an asphalt pad shall be constructed surrounding the small cable vault. 02/19/2026 266 • All mounting equipment shall be included with the small cable vault. Excavation Underground utilities of record may be shown on the Plans insofar as information is available. These, however, are shown for convenience only and the city assumes no responsibility for improper locations or failure to show utility locations on the construction plans. Structure excavation necessary to install conduits, a small cable vault, junction boxes, and other appurtenances shall be incidental to various bid items. The excavations required shall be performed in a manner to cause the least possible disturbance to the streets, sidewalks, and other improvements. The trenches shall not be excavated wider and/or deeper than necessary. The materials from the excavation shall be placed, where the least interference to vehicular and pedestrian traffic, and to surface drainage, will occur. Sawcutting and pavement removal, hauling, and disposal of waste and unsuitable materials for the installation of conduits, a small cable vault, and junction boxes shall be considered incidental to the various bid items. Foundation bedding, Pipe zone bedding and shoring for the installation of conduit pipes, a small cable vault, and junction boxes shall be considered incidental to various bid items. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified Proctor compaction test, ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on site to collect soil samples and to test compaction. Areas of the trench that fail to meet the compaction requirements shall have the backfill removed, replaced, and recompacted at the Contractor’s expense. The Contractor shall be responsible for any settlement of backfill, subbase, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at Contractor’s expense. Backfill in unpaved areas shall be compacted to at least 90 percent of maximum dry density. As determined by the modified Proctor compaction test, ASTM D 1557. 8-20.4 Measurement (Project Special Provisions, PSP) Section 8-20.4 is supplemented as follows: Measurements for conduit, junction box, and small cable vault installations, as well as the unit prices for all work described in Section 8-20, shall be in accordance with Section 1- 09.14 and shall conform to the Contract Documents. 8-20.5 Payment (Project Special Provisions, PSP) 02/19/2026 267 Section 8-20.5 is supplemented as follows: Payment for conduit, junction box, and small cable vault installations, including associated unit prices, shall be in accordance with Section 1-09.14 and shall constitute full compensation for all labor, materials, equipment, and hauling necessary to complete the work. 8-22 PAVEMENT MARKING 8-22.1 Description (Project Special Provisions, PSP) Section 8-22.1 is supplemented with the following: Paving markings shall conform to Section 8-22 of the Standard Specification, the latest edition and amendments thereto of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington and City of Renton and shall be installed as shown in the Plans except as modified herein. Pavement markings shall also conform to the following WSDOT Standard Plans and City of Renton Standard Plans: COR 109 PAVEMENT MARKING NOTES COR 127 MID-BLOCK CROSSWALK AND STOP BAR PAVEMENT MARKINGS COR 128 INTERSECTION CROSSWALK AND STOP BAR PAVEMENT MARKINGS M-3.10-4 LEFT TURN CHANNELIZATION M-3.20-03 LEFT-TURN CHANNELIZATION REDUCED TAPERS M-3.30-04 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK TURN LANES M-3.40-04 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION M-3.50-03 DOUBLE LEFT TURN CHANNELIZATION M-5.10-03 RIGHT TURN CHANNELIZATION M-9.50-02 BICYCLE LANE SYMBOL LAYOUT M-9.60-00 SHARED - USE PATH MARKINGS M-11.10-03 RAILROAD CROSSING LAYOUT M-12.10-02 ROUNDABOUT PAVEMENT MARKINGS M-20.10-04 LONGITUDINAL MARKING PATTERNS M-20.30-04 LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS M-20.20-02 PROFILED AND EMBOSSED PLASTIC LINES M-24.20-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS M-24.40-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS M-24.60-04 SYMBOL MARKINGS MISCELLANEOUS M-80.30-00 TRAFFIC LETTERS AND NUMBERALS (LOW SPEED ROADWAYS) 02/19/2026 268 8-22.2 Materials (Project Special Provisions, PSP) Section 8-22.2 is supplemented with the following: Plastic pavement marking materials shall be type A-liquid hot applied thermoplastic unless indicated otherwise in the Contract Documents. Patents The Contractor shall assume all costs associated with the use of any patented materials, equipment, devices, or processes incorporated into the work. The Contractor shall indemnify and hold harmless the Contracting Agency and its authorized representatives from all suits, claims, or actions arising from the use of such patented items. Acceptance The Contractor shall be responsible for supplying materials that meet a foretasted material and testing requirements. The Contractor shall supply certification that the pavement marking material meet the project specifications. 8-22.3 Construction Requirements (Project Special Provisions, PSP) Section 8-22.3 is supplemented with the following: In addition to the requirements of Section 8-22.3(2) and 8-22.3(3), the application and surface preparation shall conform to the manufacturer’s recommendations. 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 standard specifications. After cleaning of the areas to receive pavement markings, the areas shall pass inspection of the Engineer prior to application of the material or the primer coat. Reflectorized beading as stated in Section 8-22.3(3) of the Standard Specifications shall be provided with all pavement markings. Contractor shall notify the Engineer and request approval of the pre-mark channelization at least 48 hours prior to placement of pavement markings. Thermal plastic on Asphalt Pavement shall contain 3M 50/50 wet/dry elements. Temperatures need to be above 40-degree Fahrenheit and dry for a minimum of 48 hours before any markings can be applied. If the pavement marking is being applied to concrete, the Contractor shall grind off the existing pavement marking and overlay with MMA. If the pavement marking is applied to asphalt, the Contractor shall overlay with thermal plastic. 02/19/2026 269 8-22.3(6) Removal of Pavement Markings (Project Special Provisions, PSP) Section 8-22.3(6) is supplemented with the following: Existing pavement markings within the construction limits, including stop bars, traffic arrows, lane markers, and raised pavement markers shall be removed as an incidental cost prior to overlaying the roadway surface. All conflicting channelization shall be removed as necessary by sand blasting to install temporary pavement markings or after the final channelization has been installed. Removal of existing pavement markings shall be conducted using such methods to prevent damage to the remaining pavement. The use of chemicals that may be harmful to the pavement will not be allowed. Damaged pavement shall be replaced at the Contractor's expenses. 8-22.4 Measurement (Project Special Provisions, PSP) Section 8-22.4 is supplemented with the following: Removal of existing pavement markings within the project limits shall be measured and will be paid in under “Remove and Replace Pavement Markings” Bid Item in lump sum bid unit price. 8—23 TEMPORARY PAVEMENT MARKINGS 8-23.2 Materials (Project Special Provisions, PSP) Section 8-23.2 is supplemented as follows: Materials for temporary pavement markings shall be reflective taps approved by WSDOT for such use. A letter of approval from WSDOT shall be submitted to the Engineer prior to using the tape. 8-23-3 Construction requirements 8-23.3(1) General (Project Special Provisions, PSP) Section 8-23.3(1) is supplemented with the following: Temporary pavement markings shall be furnished, installed, maintained, and removed by the Contractor whenever traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of temporary pavement 02/19/2026 270 markings. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. The Contractor shall install and remove approved 4-inch-wide reflective traffic tape for temporary pavement markings as specified in the Plans, these Special Provisions, or as directed by the Engineer. Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. Paint lines shall be provided for temporary pavement marking conditions not applicable for reflective tape. All costs in connection with the use of (placement and removal) reflective traffic tape as temporary pavement markings shall be incidental to various bid items. All costs for paint lines and reflective pavement markers used for traffic control shall be paid under “Temporary Traffic Control” bid items. 8—32 PROJECT SIGNAGE (Project Special Provisions, PSP) Section 8-32 is a new section as follows: 8-32.1 Description The work shall include furnishing, installing, and maintaining project signage meeting the specifications for duration of the project. Signage removal and disposal of are required upon the project completion. Signs shall be clearly displayed. • The Project Name, CIP Number [WTR-27-3888]. • City of Renton and Department. • Name, phone number, and email address of the City’s Project Manager. • City of Renton’s logo. • Schedule [Month/Year to Month/Year] • Contractor [Name and Phone number]. 8-32.2 Materials • Signs shall be engineer-grade retroreflective (ASTM D 4956). • 4’ x 8’ ½” Exterior Plywood (Smooth both sides) with 2”x4” diagonal brace (typ.). 02/19/2026 271 • Painting. The face and edges of the ½” plywood sign board shall have one prime coat and two coats of exterior enamel. The posts, braces and back of sign board shall have one coat of primer and exterior enamel. The background color is white. • Letter Types. The letter type shall be solid helvetica medium except for the logo, which will be provided by the City. All letters and numbers will be black. • Letter size. 4” letters are ½” wide; 3” letters are 3/8” width; 2” letters are ¼” wide. • Vertical post shall be 4”x4”x14’ treated (typ.) 8-32.3 Construction Requirements Mounting height shall be a minimum of 7 feet from the bottom of the sign to the existing ground level. The depth of vertical posts shall be minimum 3 feet below existing ground level. All signs shall be mounted on new posts. Posts shall be supported by 2 ½” x 36” heavy duty anchor. The edge of each exterior plywood shall be approximately 1 foot. One project signage shall be installed near Edmonds Ave NE Intersection. One project signage shall be installed at the front of the reservoir. The actual signage installed locations will be directed by the Engineer. 8-32.4 Measurement Project signage will be measured by each, which will include complete compensation for all labor, equipment, materials, tools, hauls, disposals, and other incidental costs as necessary to furnish, install, remove, and dispose of. 8-32.4 Payment Payment will be made for each. 02/19/2026 272 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(7) HMA Tolerances and Adjustments (Project Special Provisions, PSP) Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1”, ¾”, ½”, and 3/8” sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) VFA minimum and maximum as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point’s section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 02/19/2026 273 9-03.22 Controlled Density Fill (Pipe Abandonment) (Project Special Provisions, PSP) Section 9-03.22 is a new section as follows: Description When shown in the Plans or directed by the Engineer, 12” in diameter of the existing storm pipes and AC Water Mains shall be filled entirely with Flowable Control Density Fill (CDF) after new water main and/or storm water pipe system have been successfully installed and are in full operation for more than 24 hours. The existing pipe systems that are cut and removed from the trenches must be properly disposed of after filling the existing pipe system with CDF. The Contractor shall prepare, submit, and re-submit to the Engineer the CDF work plan as incidental costs in writing showing how the work will be performed prior to commencing work. Materials Controlled Density Fill (Pipe Abandonment) shall be per the following mix or equal. Construction Requirements Contractor shall fill existing 12” AC water mains and 12” storm pipes as shown in Plans that are to be abandoned with CDF after the pipe replacements have been in successful operations for at least 24 hours. Contractor shall determine the quantity and location and of the access points needed to fully fill and abandoned the pipe with CDF, including intermediate points and manholes or inlets. Contractor shall first seal both ends to prevent future water flow, then fill the pipe with flowable fill concrete (CDF) from one end by pouring flowable fill (CDF) directly to the pipe, ensuring it is full to crown. For long pipes, Contractor may use a grout pump to push the material through the entire length of the pipe. Grout tubes can be used at the end and at intermediate points to help fill the entire pipe and allow air to escape. At each end of the pipe section to be abandoned, Contractor shall install a bulkhead made of brick or concrete or use 02/19/2026 274 a manufactured pipe plug. Contractor shall supply and install temporary blow offs, etc. as necessary for abandonment of existing 12” AC water mains as incidental costs to various bid items to ensure abandoned 12” AC water mains and/or 12” storm pipes are minimum 95% filled with CDF. The work shall include furnishing and installing materials necessary and other required works as described in bid description Section 1-09.14 at connecting points to facilitate filling abandoned 12” AC water mains and/or 12” storm pipes with CDF. If the connection or abandonment of the existing pipes require any existing pipes to be removed from the trench, then such pipe shall be properly removed and disposed of it legally and safely. Contractor shall be responsible for all damage caused by blowouts, escape of excess CDF, or any other contractor operations resulting in damage during the CDF filling of the existing pipes. The Plans do not show all access points or intermediate locations where the existing 12-inch AC pipe or storm pipe must be cut and removed prior to CDF placement. The Contractor shall identify all proposed cut-and-remove locations and access points in the submitted CDF work plan and obtain the Engineer’s approval. Measurement CDF shall be measured by per cubic yard for the actual quantity installed. Certified delivery ticket shall be furnished with each load of materials delivered. Payment The bid unit price for Controlled Density Fill (CDF)-Pipe Abandonment shall constitute full compensation for all work, labor, equipment, and materials required to furnish, deliver, and place the CDF into existing 12-inch in diameter of AC water main and/or storm pipe that are to be abandoned. The payment will include removing, hauling, and disposing of 12-inch in diameter of existing section storm pipes that are cut prior to placing CDF. The payment shall also include sawcutting existing pavement, excavating the designated access points, removing, hauling, and disposing of existing pavement, sidewalks, curbs, gutters, debris, waste, and other surplus and unsuitable excavated materials. Disposing, removing, haul, special handle requirements of existing AC per laws and regulations that are cut or removed prior to placing CDF will be paid under bid item, “Asbestos Cement (AC) Pipe Removal.” 9-03.22(A) Cement-based Grout for Abandoning Existing Utilities (Project Special Provisions, PSP) Section 9-03.22(A) is a new section as follows: The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning Existing Utilities” shall be approved by the Engineer prior to commencing work on this item. 02/19/2026 275 Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: Cement: This material shall be Portland cement as specified in section 9-01. Aggregate: This material shall meet the requirements for fine aggregate as specified in section 9-03.1. Water: Water shall conform to Standard Specification Section 9-25.1. Minimum Strength: 100 psi The costs associated with furnishing, placing, and submitting cement-based grout proposals shall be incidental to various bid items. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.50(2) Manholes (Project Special Provisions, PSP) Section 9-05.50(2) is supplemented with the following: Pre-approved details meeting the requirements of the city may be used for this project without submitting calculations indicating compliance with the design criteria. The Contractor shall provide shop drawings detailing the product and specifying the pre-approved detail(s) to be used and their locations along with supporting documentation. In instances where pre-approved details are not available, calculations shall be submitted together with the Shop Drawings. Calculations shall show all dimensions, location and type of lifting inserts, details of reinforcement, connection embeds, joints, covers, or hatches, ladders and grating in accordance with the Contract requirements. Calculations shall clearly list the design criteria used by the manufacturer and indicate the loads imposed on the structure, including magnitude, direction, and location. Calculations shall be stamped by a registered Structural Engineer in the State of Washington. 9-05.52 Dense Foam Pad (Project Special Provisions, PSP) Section 9-05.52 is a New Section as follows: When vertical clearance between the water mains or storm pipes and any other underground utilities is less than 12 inches, the Contractor shall immediately notify the Engineer. If the minimum vertical distance between utility pipes is less than 6 inches, a dense foam pad shall be placed between the pipes. Dense foam shall be ethafoam HS 600 high density, polyethylene foam, as manufactured by Dow Chemical Company, or approved equivalent. The dense form pad shall be outside diameter (O.D) x O.D. x 2.5-inch thickness minimum or as required to protect the pipes. O.D is equal to the outside diameter in foot unit of a larger pipe. Additional measures may be necessary to ensure system integrity and may be required on case-by-case basis. All costs necessary to furnish and install the pad shall be incidental to and included in the contract price for pipe. 02/19/2026 276 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2(1) Topsoil Type A (Project Special Provisions, PSP) Section 9-14.1(1) is supplemented with the following: Planting soil / topsoil shall consist of loose, moderately well-drained, friable soil of sandy loam texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to plant growth. Soil shall be reasonably free of stones, lumps, roots, and weeds or similar objects. Topsoil should be fertile and free flowing (pulverized). Topsoil shall be Mycorrhizae inoculated. Topsoil shall meet the following parameters: Parameter Range pH 6.7-7.5 Moisture Content 25%-55% Soluble Salts 2.5 mmhos/(dS) Coarse Sand 50%max (by weight) Clay 25%max (by weight) Silt 15%max (by weight) Organic matter 10%max (by weight) 9-14.3 Seed (Project Special Provisions, PSP) Section 9-14.3 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer’s guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. All seed mixes shall be certified as 99% weed-free and 90% viable seeds by germination tests and by age specifications by species. Apply hydroseed mulch, tackifier, seed and fertilizer per supplier’s recommendations. Seed mix shall be composed of the following varieties mixed in the proportions indicated: 02/19/2026 277 9-14.4 Fertilizer (Project Special Provisions, PSP) Section 9-14.3 is supplemented with the following: All fertilizer applications for trees and shrubs shall follow Washington State University, National Arborist Association or other accepted agronomic or horticultural standards. Fertilizer for trees and shrubs shall be 20-10-5, biodegradable packets. Apply per manufacturer’s recommendations. Fertilizer for seeded lawn areas shall be 10-10-10 slow-release formula or approved equal. 9-14.7(4) Sod (Project Special Provisions, PSP) Section 9-14.7(4) is supplemented with the following: Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. Sod must be from a local grower and be established in growing sod in sandy loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply for approvals. Sod shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by weight. 9-14.9 Hydroseeding (Project Special Provisions, PSP) Section 9-14.9 is a new section as follows: Hydroseed applications shall include a minimum of 1,500 pounds per acre of mulch with 3 percent tackifier. Mulch may be made up of 100-percent: cottonseed meal; fibers made of wood, recycled cellulose, hemp, and kenaf; compost; or blends thereof. Tackifier shall be plant-based, such as guar or alpha plantago, or chemical-based such as polyacrylamide or polymers. Mulch or tackifier product used shall be installed according to the manufacturer’s instructions. 02/19/2026 278 Areas that have seed applied by hand shall have a minimum 2-inch-thick layer of compost- based mulch or 1-inch layer of topsoil. Slow-release fertilizers shall be used. Fertilizer shall not be agitated more than 20 minutes in the hydro mulch machine before it is to be used. On 2:1 slope and less, Bonded Fiber Matrix (BFM) or Mechanically Bonded Fiber Matrix (MBFM) products may be used in lieu of erosion control mat. BFM/MBFM products are applied with approximately 10 percent tackifier. BFM/MBFM shall be allowed to cure 24-36 hours before rainfall and shall not be installed on wet or saturated soils. Western Washington Hydroseed Mix Install seed, fertilizer, and mulch for hydroseed mix at the following application rates: Seed 180 pounds per acre Fertilizer 90 pounds per acre, 10-4-6 Nitrogen-Phosphorus-Potassium (N-P-K) Mulch 1,500 pounds per acre BFM/MBFM 3,000 pounds per acre (for 2:1 slope and steeper) Apply hydroseed within the optimum seeding windows whenever possible. Hydroseed may be used for temporary erosion control only with the approval of the Owner. Time construction practices to minimize bare, cleared, and excavated areas so that surfaces are hydroseeded and seed germinates and grows stabilizing surfacing as soon as possible. The optimum seeding windows are April 1 through June 30 and September 1 through October 1. Seeding that occurs between July 1 and August 30 will require irrigation until 75 percent grass cover is established. Seeding that occurs between October 1 and March 30 will require a mulch layer 2-inches thick until 75 percent grass cover is established. Provide temporary irrigation, mulch or plastic sheeting (plastic sheeting for short term protection only, 7 days maximum) to hydroseeded areas as required for establishment and to protect the seed from construction activities at no additional cost to the Owner. Install 2-inches of import topsoil over areas that will be seeded. The seedbed should be firm and rough. All soil should be roughened regardless of slope. If compaction is required, 02/19/2026 279 slopes must be track walked before seeding. Backblading or smoothing of slopes greater than 4:1 is not permitted if they are to be seeded. All disturbed surfaces within the project not otherwise covered by asphalt, gravel, quarry spalls, concrete, or other plant material/landscape items shall be hydroseeded, except ditches and swales may have seed applied by hand. Apply seed prior to installing erosion control blankets. These specifications are the minimum requirements for the anticipated conditions. The Contractor is responsible for ensuring seeded areas establish ground cover and providing any additional measures necessary to establish ground cover in seeded areas. Any seeded areas that fail to establish at least 75-percent cover (100-percent cover for areas that receive sheet or concentrated flows) shall be reseeded at no additional cost to the Owner. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) (Project Special Provisions, PSP) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.1(6) Detectable Underground Warning Tape (Project Special Provisions, PSP) Section 9-29.1(6) is revised as follows: Detectable Underground Warning tape shall be Red imprinted in black lettering with the message “CAUTION BURIED ELECTRIC LINE” or equal. The warning tape shall be polyethylene with a metallic backing. The polyethylene shall be a minimum of 4 mils thick and 3 inches wide. 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 9-29.2(1)A Standard Duty Junction Boxes (Project Special Provisions, PSP) Section 9-29.2(1)A is supplemented with the following: Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern). Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid per WSDOT Standard Plans J-40.10 and J-40.30. Junction boxes placed in the sidewalks shall have slip-resistant lids and frames. Non-Concrete Junction Boxes shall not be allowed on the project. Junction boxes shall be marked for use in accordance with the following schedule: 02/19/2026 280 System Type Legend Illumination LT Traffic Signal TS Interconnect Only ITS For this project, the junction box lid shall be labeled as “ITS” 9-29.2(1)A1 Concrete Junction Boxes (Project Special Provisions, PSP) Section 9-29.2(1)A is supplemented with the following: Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is ½ inch wide or less the slip-resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment (“M1” for Mebac#1; or “S3” for SlipNOT Grade 3-coarse) and the year manufactured. The permanent marking shall be 1⁄8 inch line thickness formed with a mild steel weld bead. 9-29.2(2) Small Cable Vaults and Pull Boxes (Project Special Provisions, PSP) Section 9-29.2(2) is supplemented with the following: All communication vaults shall be Small Cable Vaults type per WSDOT Standard Plan J-90.21, shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern) and shall include all mounting hardware and racks as shown in the Standard Plans. Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Slip resistant frame and lid shall be per Section 9-29.2(1)A per these Special Provisions. 02/19/2026 281 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe (Project Special Provisions, PSP) Section 9-30.1 is supplemented and revised as follows: All materials for water distribution and transmission shall be new and undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material source as required by Section 1-06.1 of the Standard Specifications. All direct and indirect drinking water system components which come in contact with potable water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall be clearly marked with the manufacturer’s name, type, class, and thickness as applicable and shall be marked on the component at the place of manufacture. Marking shall be legible and permanent under normal conditions of handling and storage. 9-30.1(1) Ductile Iron Pipe (Project Special Provisions, PSP) Section 9-30.1(1) is revised to read as follows: 1. Ductile iron pipe shall be centrifugally cast in 18- or 20-foot nominal lengths and meet the requirements of AWWA C151. Ductile iron pipe shall have a ‘Double Thickness’ cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52, or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115. 2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 3. Restrained joints shall be as specified in Section 9-30.2(6). 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker Classes are acceptable. 5. Having NSF/ANSI 61 certified for contact with portable water. The Contractor shall furnish manufacturer’s certificate of compliance per Section 1-06.3 Manufacturer’s Certificate of Compliance for all pipe and gasket to be used. 9-30.1(2) Polyethylene Encasement (Project Special Provisions, PSP) Section 9-30.1(2) is supplemented and revised as follows: Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a 02/19/2026 282 polyethylene encasement, tube-type and in black color. 9-30.1(2)a Detectable Marking Tape (Project Special Provisions, PSP) Section 9-30.1(2)a is a new section and shall read as follows: Detectable marking tape shall consist of inert PE plastic that is impervious to all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the soil. Detectable marking tape, when specified, shall include a metallic foil core to provide for the most positive detection and pipeline locations. Marking tape shall be blue in color and shall be imprinted prominently and continuously over its entire length with the words “CAUTION” and “WATER” in permanent black ink. The marking tape width shall be as recommended by the manufacturer based upon the depth of the water pipe installation. 9-30.2 Fittings (Project Special Provisions, PSP) This section is supplemented as follows: All fitting materials shall be new and undamaged. Unless otherwise approved by the Engineer, the same manufacturer of each item shall be used throughout the work. Fittings shall be installed in accordance with the Manufacturer’s recommended procedures. 9-30.2(1) Ductile Iron Pipe (Project Special Provisions, PSP) Section 9-30.2(1) is supplemented and revised as follows: Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, AWWA C111, and AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main fittings shall be ductile iron, short body, cement lined and for pressure rating of 350 psi for mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness and manufacturing process shall conform to applicable portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, compact fittings 24 inches and less shall conform to ANSI A21.53 (AWWA C153). Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern. Ductile iron fittings include tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets, reducers, and ells. Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N, chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes. Type of connections shall be specified as push-on joint (Tyton), mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and threaded. Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be 02/19/2026 283 mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall be 15 inches minimum length and shall be mechanical joint. Sleeves shall also be accompanied by joint restrained systems per 7.09.3(25). Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint sleeve, unless otherwise noted on the plans. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical joint sleeve having a single- piece casting. Threaded pipe and flanges combinations shall not be used. Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM A-307, Grade A. Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type 316SS. Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with Section 1-06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for all fittings and bolts to be used. 9-30.2(2) Galvanized Iron Pipe (July 16, 2025, Renton GSP) Section 9-30.2(2) is a new section and shall read as follows: Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed malleable iron galvanized per ANSI B16.3. 9-30.2(3) Steel Casing Pipe (July 16, 2025, Renton GSP) Section 9-30.2(3) is a new section as follows: Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing exterior with shop-applied anticorrosive coating conforming to AWWA C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413. Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375 inch for casings over 24 inches in diameter. 02/19/2026 284 Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 9-30.2 (3)A HDPE Casing Pipe (July 16, 2025, Renton GSP) Section 9-30.2(3)A is a new section: HDPE casing shall have a nominal DIPS (Ductile Iron Pipe Size) O.D. unless otherwise specified. HDPE pipe shall have a minimum standard dimension ration (SDR) of 11 unless otherwise specified on the Plans. All pipe sizes as shown on the Plans and as specified herein are in reference to “nominal diameter”. Pipe sizing is to be according to ASTM F 714- 83 Polyethylene (PE) Plastic Pipe (SDR-PR) based on outside diameter or ASTM D3035-83 Polyethylene (PE) Plastic Pipe (SDR-PR) based on controlled outside diameter. All HDPE pies shall be joined by thermal but-fusion per manufacturer’s recommendations and ASTM D2657. Threaded or solvent-cement joints and connections are not permitted. HDPE pipe shall be joined on site into continuous lengths above grade on site whenever possible. Joint between pipe sections shall be smooth on the inside. Internal projection beads shall be removed from each pipe joint prior to installation of the pipe. 9-30.2(4) Steel Pipe 9-30.2(4)C Spacers and Seals for Casing Pipe and for HDPE Casing Pipe (July 16, 2025, Renton GSP) Section 9-30.2(4)C is a new section as follows: Casing spacers shall be “centered positioning” type bands at least 12 inch in width and shall be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be 2- inch-wide glass reinforced plastic securely bonded to the spacer and shall be aligned on the spacer along the axis of insertion of the water main into the casing pipe. Runner length shall approximate the width of the spacer. Securing the spacer to the water main shall be in accordance with the manufacturer’s instruction. The height of the risers and runners combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75 inch from the casing pipe wall at all times and provide at least 1-inch clearance between the runners and the top of the casing wall, to prevent jamming during installation. Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G- 2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal. 9-30.2(6) Restrained Joint (Project Special Provisions, PSP) Section 9-30.2(6) including title is revised as follows: 02/19/2026 285 9-30.2(6) Restrained-Joint Pipe and Restrained-Joint Fittings Restrained joints (RJ) ductile iron pipe and fittings, where required on the plans, shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet the following criteria: 1. The restrained joint shall have a positive metal to metal contact locking system without the use of gripping teeth. Gaskets for push-on joint pipe with integrally molded steel or metal teeth or locking segments shall not be allowed as substitutes for restrained-joint pipes. 2. The joint restraint system for the pipe shall be the same as the joint restraint system for the pipe fittings, except as provided in item 4 below. 3. The joint restraint system for the pipe shall be boltless. 4. Where restrained joint fittings required on the plans cannot be furnished or where restrained jointed fittings are required in areas that are known to be subject to location adjustments, the Contractor may submit a lay plan showing mechanically jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe with wedge restraint glands shall not be substituted for restrained joint pipe. 5. All fittings and valves with mechanical joint end(s) shall have restrained follower glands with multiple gripping wedges meeting the requirements of ANSI/AWWA C110/A21.12. Wedge Restraint Glands Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN. Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller. For short sections of ductile Iron restrained joint pipe (less than approximately 18 feet in length) between vertical bends, the contractor must provide an additional form of thrust restraint, such as shackle rods between fittings, in addition to the wedge-type joint restraint system on the fittings. This also requires for short hydrant laterals and short pipe spools or fittings used for connections to the existing system, to provide added security and ease of maintenance. Shackle Rod Joint Restraint System Where shown in the Plans, Specifications, Standard Plans or required by the Engineer, shackle rod joint restraint system shall be used. All shackle rod joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Shackle Rod Restraint System shall not be allowed as substitutes for restrained-joint pipes. Materials: 02/19/2026 286 Steel types used shall be: High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar “SST” series. High strength low-alloy steel (cor-ten), ASTM A242, superstar “SS” series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer’s reheat and hardness Specifications. SST 753: 3/4" for 14" to 24" mechanical joints. Same ASTM Specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. Same ASTM Specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer’s instructions so all joints are mechanically locked together to prevent joint separation. Tie-bolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal distance into tie- couplings. Arrange tie-rods symmetrically around the pipe. 02/19/2026 287 Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for “T” bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tie-bolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tie-rod lengths to the 60-foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tie-bolts shall be installed as rod guides at each joint. Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie- washers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s satisfaction, with Koppers Bitomastic No. 300-m or approved equal. Where poly wrapping is not required, all tie-bolts, tie-nuts, tie-couplings, tie-rods and tie-washers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with Koppers Bitumastic No. 800-m or approved equal. Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be considered incidental to installation of the pipe and no additional payment shall be made. 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe (Project Special Provisions, PSP) Section 9-30.2(7) is revised as follows: Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or 02/19/2026 288 approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per AWWA C111. Stainless steel bolts shall meet the requirements of ASTM A193 Grade B8M and require anti-seize compound. Heavy hex nuts shall be used. Stainless steel nuts, bolts, and washers shall be type 316SS. Bolts and nuts for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C115/A21.15. The long body pattern with a minimum center ring or center sleeve length of 12-inches for pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe greater than 12 inches in diameter. Solid sleeves (greater than 12-inch diameter) shall be a 15-inch minimum length. When connecting to an existing AC pipe, a long-barrel Romac transition coupling shall be used. 9-30.3 Valves (Project Special Provisions, PSP) Section 9-30.3 is supplemented and revised as follows: The valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved, and valve bodies shall be ductile iron. All valves shall be stamped with “NSF APPROVED” and “DI”. Where a valve is required to operate in a higher-pressure environment than the Class of valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract. All bolts on the body of valves shall be stainless steel. 9-30.3(1) Gate Valves (3 inches to 16 inches) (Project Special Provisions, PSP) Section 9-30.3(1) is supplemented as follows: All valve materials shall be new and undamaged. Unless otherwise approved by the Engineer, the same manufacturer of each item shall be used throughout the work. All gate valves shall be ductile ironed, bronze mounted, resilient seat, non-rising stem and shall be equipped with a standard two (2) inch square operating nut and O-ring stem seals. Valves shall open counterclockwise when viewed from above. Valves shall be designed for a minimum water operating pressure of 200 PSI. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C-509 and C-515 latest revisions. Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A 02/19/2026 289 valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo), Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less. Approval of valves other than the specified models shall be obtained prior to bid opening. 9-30.3(3) Butterfly Valves (Project Special Provisions, PSP) Section 9-30.3(3) is supplemented and revised as follows: In addition to the requirements of section 9-30.3, water main butterfly valves shall conform to AWWA C504 and shall be Class 150B. The valve shall be short-body type and shall have flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1 Class 125. Valve shall be suitable for direct bury and shall have a stem extension with AWWA 2-inch square operating nut and suitable valve box. All butterfly valves bodies and discs shall be ductile iron. The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick, Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved equal. 9-30.3(4) Valve Boxes (Project Special Provisions, PSP) Section 9-30.3(4) is supplemented and revised as follows: Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-piece slip type with cast iron extension as necessary, conforming to the City of Renton latest standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron “ears” installed in the direction of the main. Valve box extension pieces shall be provided for valves with groundcover in excess of the depth of the standard valve box. Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish Casting Corp.) The Contractor shall provide affidavit of compliance stating that the valve furnishing fully complies with AWWA C504. 9-30.3(5) Valve Marker Posts (Project Special Provisions, PSP) Section 9-30.3(5) is supplemented and revised as follows: Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal with 02/19/2026 290 blue label "WATER”. The valve markers shall be installed in conformance with the City of Renton Standard Plans. 9-30.3(6) Valve Stem Extensions (Project Special Provisions, PSP) Section 9-30.3(6) is supplemented and revised as follows: Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance with the City of Renton standard plans. 9-30.3(7) Combination Air Release/Air Vacuum Valves (Project Special Provisions, PSP) Section 9-30.3(7) is supplemented and revised as follows: Combination air release/air vacuum valves shall comply with the requirements of ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and Primer Corp, "Heavy-Duty," combination air release valve, Val-Matic No. 201C, Crispin UL10 or approved equal. Installation shall be per the City of Renton Standard Plans, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The Contractor shall set the air valves at the high points of the water main. The main line profile may need an adjustment so that the high point and air/vacuum valve is installed in a convenient location with the Engineer’s approval. 9-30.3(8) Tapping Sleeve and Valve Assembly (Project Special Provisions, PSP) Section 9-30.3(8) is supplemented and revised as follows: Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be Cor-Ten or stainless steel. 9-30.3(9) Blow-Off Assembly (Project Special Provisions, PSP) Section 9-30.3(9) is a new section: Installation of blow-off assembly shall be per City of Renton Standard Plans, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly as a bid item on new dead-end water main shall be installed at location shown on the plans. 02/19/2026 291 A valve marker post as an incidental cost shall be installed when the gate valve is installed in unpaved area or as directed by the Engineer. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under Temporary Blow-Off Assembly and/or Blow-Off Assembly bid item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.4 Concrete Blocking and Straddle Thrust Blocking and Tie Rod (Project Special Provisions, PSP) Section 9-30.4 is a new section as follows: Concrete Blocking and Straddle Thrust Blocking shall be poured-in-place concrete with minimum compressive strength 3,000 psi at 28 days. All concretes shall be mechanically mixed. Job site mixing, hand-mixed concrete, and mobile concrete mixers are not allowed. 9-30.4(1) Shackle Rods (Project Special Provisions, PSP) Section 9-30.4(1) is a new section read as follows: Shackle Rods and associated hardware shall be 316SS stainless steel and coated with two coats of asphalt varnish. 9-30.5 Hydrants (Project Special Provisions, PSP) Section 9-30.5 is supplemented and revised as follows: Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a pattern approved by the City of Renton. The name or mark of the manufacturer, size of the valve opening, and year made shall be plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed. Hydrants of the following manufacture and pattern have been approved by the City of Renton. Clow Medallion, M&H 929, Mueller Super Centurion 250, Waterous Pacer, American Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250. Pavement Markers Pavement markers shall be blue two-way reflective, measuring 4 inches by 4 inches (4”x4”). Thermoplastic adhesive pads shall be used to bond pavement markers to the roadway and shall be black in color, measuring approximately 5 inches by 5 inches (5”x5”). 9-30.5(1) End Connections (Project Special Provisions, PSP) Section 9-30.5(1) is revised as follows: 02/19/2026 292 Hydrant end connections shall be mechanical joint connection unless otherwise specified in the description of the bid of proposal. 9-30.5(2) Hydrant Dimensions (Project Special Provisions, PSP) Section 9-30.5(2) is replaced with the following: Fire hydrants shall have a valve opening with minimum diameter of 5-1/4 inches, “O” ring stem seal, two 2-1/2 inches National Standard Thread (N.S.T.) hose nozzle connections, one 4-inches pumper port connection with City of Seattle standard threats and with a 4.875” Seattle thread x 5” Storz adapter attached with a 1/8” stainless steel cable. The shoe connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6 inches, mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch pentagonal. The hydrant curb stand section of the hydrant that is above ground including all exposed surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore Luxlite or approved equal in Safety Yellow color. Fire hydrants shall be installed per City of Renton Standard Plans for fire hydrants, latest revisions. 9-30.5(4) Hydrant Restraints (Project Special Provisions, PSP) Section 9-30.5(5) is revised as follows: Hydrant restraint system shall be two (2) 3/4-inch diameter Cor-Ten steel tie/shackle rods OR with mechanical joint restraint with a poured in place concrete thrust block behind the hydrant shoe as shown in STD. Plan-310.1. If a wedge restraint system is used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided with a breakaway flange assembly and be equipped with breaking devices at the sidewalk. If a restrained joint pipe system is used, it shall meet the requirements of Section 9-30.2(6). 9-30.6 Water Service Connections (2 Inches and Smaller) 9-30.6(1) Saddles (Project Special Provisions, PSP) Section 9-30.6(1) is revised to read: Saddles shall not be used on new ductile iron water main for water service connections with 2-inches in diameter and smaller. 9-30.6(2) Corporation Stops (Project Special Provisions, PSP) 02/19/2026 293 Section 9-30.6(2) is revised to read: Corporation stops shall be made of bronze or brass alloy. Corporation stops shall be for direct tapping only and shall have AWWA tapered thread inlet and outlet connection compatible with copper tubing. 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Pipe (Project Special Provisions, PSP) Section 9-30.6(3)B is revised to read as follows: Polyethylene pipe shall not be used. 9-30.6(3)C PEX-a Tubing (Project Special Provisions, PSP) Section 9-30.6(3)C is revised as follows: PEX-a tubing shall not be used. 9-30.6(4) Service Fittings (Project Special Provisions, PSP) Section 9-30.6(4) has been revised as follows: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters (Project Special Provisions, PSP) Section 9-30.6(5) has been supplemented as follows: Meter setters for 1-inch water services shall be Ford VBH74-15W-44-44-Q-NL, A.Y. McDonald 721-415WCQQ44, Mueller B-24701-6AN, or approved alternate, and shall be installed per Detail 1 on Drawing W-19 as specified in the Construction Plans. Meter setters for 1.5-inch water services shall be Ford VBH86-12B-11-66-Q-NL, A.Y. McDonald 73-B-612WDFF665, Mueller B-2427N (1 ½”), or approved alternate, and shall be installed per Detail 1 on Drawing W-20 and W-21 as specified in the Construction Plans. Meter setters for 2-inch water services shall be Ford VBH87-12B-11-77-Q-NL, A.Y. McDonald 730B-612WDFF665,Mueller B-2427N (2”), or approved alternate and shall be installed per City of Renton Standard Plan 320.2, latest edition. 9-30.6(7) Meter Boxes (Project Special Provisions, PSP) 02/19/2026 294 Section 9-30.6(7) has been supplemented as follows: Meter boxes for 1-inch water services shall be Armorcast A6001946PCX18 or approved alternate. Meter boxes for 1.5-inch water services shall be Armorcast A6001640PCX18 or approved alternate Meter boxes for 2-inch water services shall be Armorcast A6001640PCX18 or approved alternate. Meter boxes shall be installed per the City of Renton Standard Plans for water meters, latest revision. Meter boxes shall be polymer concrete. Meter box covers shall be polymer concrete read lids with cast opening for Advanced Metering Infrastructure (AMI). Meter box covers in pedestrian paths of travel shall be non-slip in compliance with ADA and City requirements, generally having a static coefficient of friction of 0.6 wet and dry for horizontal installations, and 0.8 for ramped or inclined installations, determined per ASTM C1028-89. Where meter boxes must be installed within a common path of travel, such as a sidewalk, AMI radio and battery unit shall be installed in a recessed position within the meter box and shall not protrude in excess of ¼ inches above grade in compliance with ADA standards and requirements. APPENDIX B ASBESTOS HANDLING APPENDIX A August, 2007 Instructions for Asbestos Project Notification The following information is for asbestos contractors and building owners submitting asbestos project notices to the Department of Labor and Industries, Division of Occupational Safety and Health. Notification of the department is required by state law, RCW 49.17.120(2). Specific requirements for notices are found in WAC 296-65-020. Asbestos projects include any construction, renovation, or demolition in a building or other facility with the potential to release asbestos fiber. The department also maintains a directive for industrial hygiene compliance staff with instructions for them on reviewing asbestos project notices, WISHA Regional Directive (WRD) 23.25, Asbestos Project Notification. Preferred Notice Methods The department has provided an online form for submitting notices at: https://lni.wa.gov/licensing-permits/other-licenses-permits/asbestos-certification#asbestos-contractors Using the online form provides direct email notification of department regional staff and gives an immediate response from the department system acknowledging the notice. This method of notification is preferred by the department. The notice form is also available in PDF format through the web site (L&I form F413-025-000). This form can be faxed or mailed to the department. The number for faxing notices is 360-902-4409. The mailing address is: Department of Labor and Industries Asbestos Certification Program PO Box 44614 Olympia WA 98504-4614 Exemptions to Notification There are two exemptions to notification of department prior to starting an asbestos project: Small Size: Generally, no notice is required if the entire construction, renovation, maintenance, or demolition project involves disturbing less than 48 square feet of asbestos containing materials (the size of the material must also be less than 10 linear feet for piping or duct insulation). Emergencies: If asbestos fiber is being released or release is imminent due to unforeseen circumstances, work to stabilize the site, protect people, and prevent further release of asbestos may commence immediately. The department must be notified within 3 working days of the start of the project. The emergency exemption only applies to work necessary to abate the immediate hazard, and the department must be notified of the project prior to any other related work. See the information below for more details on what is considered an emergency and additional requirements for posting and communication at emergency work sites. The section below on timely notification has information on waivers to the 10-day waiting period, which may be appropriate for continuing work following an emergency project. Project Definition An asbestos project is any work which will disturb asbestos-containing materials and has the potential for release of asbestos fiber. Notices should be specific to work that meets this definition. Mobilization and site preparation work that is unlikely to disturb asbestos-containing materials should not be included in the work dates of the notice. Once all expected abatement work is completed on a project, the notice should be closed out (if new material is found, a 10-day waiver may be appropriate to resume work under a new notice). The purpose of the notice is to allow the department to monitor asbestos abatement activity and determine when and where projects are occurring. For complex activities at large sites it may be necessary to submit multiple project notices to describe the full scope of project phases or activities. The following are some considerations in determining whether a single or multiple notices will be appropriate. • Is the work covered by separate contracts? Generally, the department expects each separate contract to have a separate notice. • Is the work in separate buildings? Typically, a separate notice should be given for each building or address where work will occur; particularly if there will be a separate mobilization for each address. • Is there a central job office? Where there is a single mobilization and a central jobsite office and entry point, a single notice may be appropriate, as long as department representatives can go to a single point to initiate an inspection at any time during the project. • If the work crew and competent person will be restationed to a new building or other distinct location during the project, then separate notices should be provided to give specific location information. In large buildings, movement from one wing, floor, or functional space to another may require separate notifications if there is no single entry point that can be specified. • Note: dividing a project into smaller projects to avoid notification is specifically prohibited. If any of the criteria above would suggest dividing the project into small projects, notification will still be required. • If there are questions as to how many notices are necessary or on combining work into a single notice, the regional industrial hygiene compliance staff can answer questions and make decisions on notification requirements. Timely Notification To be considered timely, the asbestos project notice must be received no later than 10 calendar days prior to the start date of the project. 10 days gives the department time to process and review the notices. If circumstances prevent providing notice 10-days before starting asbestos project work, then a waiver to the 10-day prenotification requirement may be requested. The waiver must be requested from the regional industrial hygiene compliance staff. You may contact them through the nearest Department of Labor and Industries field location. Complete written notification information will be required and the regional staff may require additional written documentation of the circumstances requiring quick start of the project. When submitting the notice, indicate which staff member approved the 10-day waiver (if the notice was submitted prior to approval, please amend the notice with this information). No work may commence without a 10-day notice or acknowledgment of the project by DOSH industrial hygiene compliance personnel, unless the project meets the definition of an emergency asbestos project. Examples of circumstances where a waiver of the 10-day notice requirement is appropriate include: • People have been displaced from their home until asbestos hazards are abated. • The project must proceed quickly to protect equipment, ensure continuous vital utilities, or minimize property damage. • Asbestos-containing materials were encountered that were not identified during the asbestos survey and asbestos hazards must be abated to resume on-going work. • Long-term contract situations with a limited class of work activities. Information must be provided on an annual basis, with notice for each specific work activity given prior to commencing. Asbestos work is complicated and requires significant assessment and preparation; therefore projects that must proceed without time for a 10 day notice are rare. However, the DOSH compliance staff is directed to generally accommodate requests for waivers of the 10-day notice period. The quick nature of the project and short planning period are considered to make the project exceptional and a priority for inspection by the DOSH compliance program as part of the DOSH asbestos inspection emphasis program. Circumstances leading to the waiver request may also be reviewed during inspection of the project by DOSH compliance staff. Form Information Start and Completion Dates: Exact starting and completion dates of the asbestos project, including shifts during which abatement work will be accomplished. If other work is involved in the contract, limit the notice to time when set-up and abatement work handling asbestos-containing materials will be done that meets the definition of an asbestos project. Further, the dates given must not conflict with the dates specified for asbestos removal in the any work contracts. Changes in the start or completion dates or work shifts must be communicated to the department by an amended notice. The dates for the notice must be for actual asbestos project work. Work such as intact flooring removal, on-call time during demolition, or contract time when work will not be conducted should not be given as a project time on the notice. • When the starting date or time changes, the amended notice must be filed no later than 5:00 p.m. on the business day prior to the starting date in the original notice and prior to the new starting date. • When the completion date or time changes, the amended notice must be filed within eight hours from when the change is determined and before completion of the project. Initial or Amended Notice: Initial notice is only the first notice for a project. Any updates should be marked as amended. When amending a notice by fax, circle the changed items. When using the online system, use the comment box to briefly describe the amendment. On-Hold Status: On-Hold status is for projects that have been started, but where work has stopped for some reason and is expected to resume. For example, this may be for time between phases of a project, when there has been a scheduling problem between trades, or when there is a contract dispute. Projects can not be placed on hold prior to starting. If there are specific reasons that the start date can not be set, contact the appropriate regional office and request a 10- day notice waiver. When setting a project on hold, please provide notes on the reason for the hold and the expected date for resuming work. If all anticipated work has been completed, the project has ended and the notice should be closed out rather than being put on hold. If new materials are found at the site, work with the regional IH compliance staff to obtain a 10-day notice waiver to resume. Work Hours: Give start and stop times for each work each day (including all shifts) and check the days of the week that work will occur. If the work shifts run overnight, check the day the shift begins. (For example if you work Friday from 6 pm to 4 am mark Friday and not Saturday, unless another shift begins on Saturday.) Emergency: If the project is an emergency situation (reasonably unforeseeable projects involving significant ongoing hazards) notice must be provided to the Department within 3 working days of starting work. Note: Projects considered emergencies by other regulatory agencies might not be considered an emergency under Labor and Industries regulations. There are additional posting and communication requirements for emergency projects, see WAC 296-65-020(5). See the information below on emergencies for more information. When a 10-day notice waiver is requested, the project is not an emergency and should not be marked as such. Property Owner: This box must contain the name of the property owner. If anyone will be representing the owner during the work the owner’s agent and company must be provided. An owner’s agent may be a property manager, attorney, architect, bank, holding company, etc. The general contractor on a project should not be listed as the owner’s agent for this notice unless they own the facility or manage the property beyond the construction contract. Provide an address and phone number for contacting the owner or agent. Contractor: Contracted asbestos abatement projects must be conducted by a Certified Asbestos Contractor. For work that is done by a building or facility owner, designate In- House-Work in this field. Job Site and Facility: You must include a complete and accurate job site address. This information must include the street location, city, Zip code and county. If the site is a large structure or complex of many buildings using the same street address, you must further identify where, within that complex, your project will be performed including the specific building and room. When there are multiple work locations on a large site or contiguous sites are conducted with a single job site office, the address for the site point of entry should be given on the form. Additionally, describe the facility type (office, school, apartment, house, etc.), age (years), and size (square feet). Quantity of asbestos to be removed: Determine the total quantity of material to be removed, in both square feet and linear feet. Check the box for each type of material to be removed. Include all materials to be handled during the project. If there are materials such as asbestos flooring or roofing that will not be part of the asbestos abatement project, note in the comment section that these are being removed by intact removal methods. Alternate Work Methods: For work utilizing control methods not specifically described in the DOSH asbestos standard, you must have the methods certified following the direction found in WAC 296-62-07712(8) (Class I work or other materials disturbed during removal) or WAC 296-62-07712(10)(f) (Class II work where the material are removed generally intact). A description of the method must be provided to the department. For Class I alternate methods the certification must be submitted with your notice. Certification of the work methods is done by your consultants or personnel and is not subject to approval by the department, but this information will be used in evaluating the project for inspection scheduling and assessment of the work practices if there is an inspection or questions regarding the work. If you are using the online form for your notification, you can fax or mail the work plan and certification to the asbestos certification desk using the contact information above. Put your online notification form identification number on the cover sheet, to help us determine which project you are referencing. You may also contact the department industrial hygiene compliance staff to make arrangements for mailing, emailing, or hand delivering the documents. Additional Information: The online form has a comment box that can be used for additional information you need to submit. If you are faxing or mailing the notice, the information can be given on an additional page or cover letter. Information that needs to be provided in the comment section includes: • briefly describe changes that have been made to your work plans when making amendments (circle changes on faxed or mailed notices) • when projects are placed on hold, describe the reason and when work is expected to resume • who at L&I authorized a 10-day notice waiver • any other information that may be helpful for L&I staff reviewing your asbestos project notice. Large-scale, On-going Projects Building owners who have extensive asbestos work involved in operation and maintenance of their facilities may request a waiver from notification requirements. This waiver applies to ongoing maintenance and operations programs where asbestos is encountered on a regular basis and there are standard procedures for handling of the materials. The program materials and work description must be supplied to the regional industrial hygiene supervisor for approval of the program. The program must be reviewed each January or whenever there are significant changes to the program, personnel, or work site. Approved programs may conduct work without notice to the department for individual projects. Emergency Projects Conditions may arise unexpectedly that must be addressed immediately to prevent a greater hazard or significant operational impact. Asbestos work inherently involves significant hazard (asbestos is a human carcinogen with no known threshold limit). Projects conducted without careful planning can increase this hazard. However, other hazards or the potential for increased asbestos hazards may sometimes justify immediate action. Examples of emergency projects: • Water damage is causing a spray-applied asbestos containing insulation material to fall apart. A small removal project will allow access to repair the water piping, this project could reduce the need for immediate removal or cleanup of additional asbestos materials. After addressing the plumbing the remainder of the material to be cleaned up may be addressed in the normal manner, with appropriate advance notification to the departmentI. • A critical component in an industrial plant is damaged in an accident. If immediate removal of nearby asbestos containing materials is necessary to access the damage and effect repairs this may prevent an unscheduled plant shut down. This could save considerable expense and avoid hazards from the sudden shutdown of the plant. Emergency projects as defined under the Washington State Asbestos Act are not necessarily the same as those defined by local air quality authorities. Typically these organizations define emergency more broadly, and require pre-approved permits for all projects, including emergencies. Situations that fall under the emergency project definition of these other organizations, but are not considered emergencies by L&I, include materials found during construction that were not part of the original survey or projects necessary to protect equipment that do not represent a significant health or safety hazard. In such cases, L&I expects the advance notification requirements of the standard to be met. See the section on timely notifications. Onsite Notification for Emergency Projects. When an emergency project is conducted the following notification requirements must be met: • Employees and other people in the vicinity of the project must be notified of the project as soon as possible. This may be prior to the project if there is any delay in startup. Anyone entering the vicinity of the project, for example at a shift change, should be notified immediately. •Employee representatives must also be notified (this would include collective bargaining representatives, safety committees or other representatives designated by the employees). •A notice must be clearly posted at the work site describing the nature of the project (see the attachment at the end of this document). •L&I must be notified within three days after commencing work including all information normally required for prenotification. Not all unforeseen work is an emergency. Asbestos projects must be reasonably unforeseeable to be considered emergencies under the standard. Projects necessitated by poor maintenance, by waiting until parts fail to conduct regular replacement, or other circumstances leading to equipment or system failures that could be reasonably controlled, scheduled, or avoided by the facility owner are not emergency projects. Building and facility owners must make a good faith inspection of their facilities prior to any construction, renovation, remodeling, maintenance, repair, or demolition project that has a reasonable possibility of disturbing or releasing airborne asbestos. This requirement appears both in WAC 296-62-07721(1)(c)(ii) related to general industry activities and in WAC 296-62-07721(2)(b)(ii) related to construction activities. This responsibility includes anticipating maintenance needs and providing for appropriate handling of asbestos materials that may interfere with non-routine activities that can be reasonably expected to occur. Many options are available to building owners for handling these situations, including the following: •Remove asbestos-containing materials to provide clear work areas for subsequent maintenance work; •Arrange for alternate equipment, systems or operating procedures to allow time for arranging asbestos removal when necessary; •Develop procedures for handling removal on a case-by-case basis and provide notification to the department under the ongoing maintenance provisions; •Conduct limited removal of asbestos-containing materials so that the area is cleared for the maintenance work, but the size of the asbestos project falls below the notification threshold and other asbestos materials are left in a stable condition; •Develop maintenance procedures that will not impact asbestos-containing materials in place. Need more information? Please call the Asbestos Certification Program at 360-902-5435 or e-mail: DOSHAsbestosInfo@LNI.WA.GOV Attachment—Sample Emergency Project Posting Form EMERGENCY ASBESTOS PROJECT This form, or equivalent, must be prominently posted in the vicinity of an emergency asbestos project. The Department of Labor and Industries, Division of Occupational Safety and Health, must be notified of the project within three days of commencement. Project Description: (include type and quantity of asbestos material effected and the work procedures in use—containment, glovebagging, encapsulation, encasement, etc.) Nature of the Emergency: (include description of hazards and reason for the unforeseen nature of the project) Certified Asbestos Supervisor(s): (Competent Person) Facility Owner or Representative: Phone: People Affected by Project: (employees or others in the vicinity of the project; these people must be informed of the project as soon as possible) Employee Representatives: (Collective bargaining unit, safety committee or other designated representative for the employees affected by the project.) LAKEHAVEN WATER and SEWER DISTRICT Page 1 of 2 ASBESTOS CEMENT PIPE – WASTE SHIPMENT RECORD Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66-145 (09/10/07) Rev. 01/29/18 CO N T R A C T O R MAILING ADDRESS See “OWNER” OWNER: Lakehaven Water and Sewer District MAILING ADDRESS: P.O. BOX 4249 PHONE NO.: 253 / 941-1516 Federal Way, WA. 98063-4249 2.AC PIPE REMOVAL BY: NAME: REG. NO.: MAILING ADDRESS: PHONE NO.: 3.WASTE DISPOSAL SITE (WDS):MAILING ADDRESS: PHONE NO.: LOCATION: 4.NESHAP JURISDICTIONAL AGENCY: Puget Sound Clean Air Agency MAILING ADDRESS: 1904 3rd AVE., Suite 105 PHONE NO.: 206 / 689-4058 Seattle, WA. 98101-3317 5.MATERIAL: FRIABLE ASBESTOS MATERIAL per PSCAA. DIA. (IN.) 6.CONTAINERS: NO. TYPE ASBESTOS CEMENT PIPE BAG 7.TOTAL QUANTITY: (LF for pipe, or CY) -LF ASBESTOS CEMENT PIPE BAG -LF ASBESTOS CEMENT PIPE BAG -LF 8.SPECIAL HANDLING INSTRUCTIONS REFER TO CONTRACT DOCUMENTS, INCLUDING SP 2-02 9.CONTRACTOR’S CERTIFICATION: I hereby declare that the contents of this consignment are: fully and accurately described above by proper shipping name; are classified, packed, marked, and labeled in accordance with applicable rules and regulations; and are in all respects in proper condition for transport by highway according to applicable international and government regulations. (ref. NESHAP) / / PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR. TR A N S P O R T E R 10.TRANSPORTER 1 - ACKNOWLEDGMENT OF RECEIPT OF MATERIALS: NAME: REG. NO.: MAILING ADDRESS: PHONE NO.: / / PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR. 11.TRANSPORTER 2 - ACKNOWLEDGMENT OF RECEIPT OF MATERIALS: NAME: REG. NO.: MAILING ADDRESS: PHONE NO.: / / PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR. WORK SITE LOCATION 1. CITY OF RENTON, WATER UTILITY City of Renton, Water Utility 1055 South Grady Way, 5th Floor Renton, WA. 98057 (425) 430-7247 (206) 689-4058 LAKEHAVEN WATER and SEWER DISTRICT Page 2 of 2 ASBESTOS CEMENT PIPE – WASTE SHIPMENT RECORD Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66-145 (09/10/07) Rev. 01/29/18 WA S T E D I S P O S A L S I T E 12.OBSERVED DISCREPANCIES: (If none, state “None.”) 13.WASTE DISPOSAL SITE (WDS) OWNER OR OPERATOR: (ACKNOWLEDGMENT OF RECEIPT OF MATERIALS) I, as Owner / Operator (circle the one or ones that apply) of the WDS, hereby certify receipt of the asbestos materials covered by this Waste Shipment Record (manifest), except as noted in Item 12 above. / / PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR. INSTRUCTIONS WASTE GENERATOR SECTION (Items 1-9) 1.Enter the name of the facility at which asbestos waste is generated and the address where the facility is located. In the appropriate spaces, also enter the name of the Owner of the facility and the Owner's phone number. 2.Enter the name and address of the Owner, authorized agent or Contractor responsible for performing the asbestos removal. In the appropriate spaces, also enter the phone number of the authorized agent or Contractor. 3.Enter the name, address, and physical site location of the Waste Disposal Site (WDS) that will be receiving the asbestos materials. In the appropriate spaces, also enter the phone number of the WDS. 4.Provide the name and address of the local, State, or EPA Regional office responsible for administering the asbestos NESHAP program. 5.Indicate the types of asbestos waste materials generated. 6.Enter the number of containers used to transport the asbestos materials listed in Item 5. Also enter one of the following container codes used in transporting each type of asbestos material (specify any other type of container used 1f not listed below): DM - Metal drums, barrels DP - Plastic drums, barrels BA - 6 mil plastic bags or wrapping 7.Enter the quantities of each type of asbestos material removed in units of linear feet for asbestos cement pipe. 8.Use this space to indicate special transportation, treatment, storage or disposal or Bill of Lading information. If an alternate waste disposal site is designated, note it here. Emergency response telephone numbers or similar information may be included here. 9.The Owner, authorized agent of the Waste Generator, or Contractor performing the removal and preparing the waste materials for transport to the WDS must read and then sign and date this certification. The date is the date of receipt by the transporter. NOTE: The WASTE GENERATOR must retain a copy of this form. TRANSPORTER SECTION (Items 10 and 11) 10. & 11. Enter name, address, and telephone number of each transporter used, if applicable. Print or type the full name and title of person accepting responsibility and acknowledging receipt of materials as listed on this Waste Shipment Record for transport. Enter date of receipt and signature. If transporter is the same as the Owner, authorized agent, or Contractor, so indicate. NOTE: The TRANSPORTER must retain a copy of this form. WASTE DISPOSAL SITE SECTION (Items 12 and 13) 12.The authorized representative of the WDS must note in this space any discrepancy between the waste described on this Waste Shipment Record (manifest) and waste actually received, as well as any improperly enclosed or contained waste. Any rejected materials should be listed, and the destination of those materials provided. A site that converts asbestos-containing waste material to non-asbestos material is considered a WDS. 13.The signature (by hand) of the authorized WDS agent indicates acceptance and agreement with statements on this manifest except as noted in Item 12. The date is the date of signature and receipt of shipment. NOTE: The WDS must retain a completed copy of this form, AND must send a completed copy to the named Owner and Contractor in Items 1 and 2, respectively. F413-025-000 Asbestos Abatement Project Notice of Intent 12-2016 Mail completed form to: Department of Labor and Industries PO Box 44614 Olympia WA 98504-4614 Asbestos Project Notice of Intent This notice must be received no later than 10 calendar days prior to the start date. Complete all applicable boxes ― incomplete or illegible notices will not be accepted. Attach separate page(s) with additional information if needed. Submitting this form online electronically will provide you with a confirmation email, Notice number, and ability to print the Notice to post at your job site. Get more information at www.Lni.wa.gov/Asbestos. Notice Date Start Date Completion Date Initial Amended ― circle all changes On Hold ― Reason: Off Hold ― Resume Date: New Completion Date: Emergency Waiver ― Yes No Who did you speak with at L&I? Date: Site Work Hours: Project dates and work hours must be exact. Additional Shifts From To From To Sunday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Monday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Tuesday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Wednesday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Thursday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Friday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Saturday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Contractor Information: Company Name Contractor Certification Number UBI Phone Number Email Address Additional Phone Number Job Site Certified Asbestos Supervisor Supervisor Certification Number Supervisor Phone Number Additional Job Site Certified Asbestos Supervisor Supervisor Certification Number Supervisor Phone Number Printed Name of Person Submitting Form Signature F413-025-000 Asbestos Abatement Project Notice of Intent 11-2016 Property Owner: Name Company Owner’s Agent Phone Number Address City State Zip Code Email Address(es) Job Site: Address Building Name Room City County State Zip Code Facility: Facility Type Residential Commercial Educational Industrial Other: Year of Construction Prior Use Size Job Type Remodel Repair Demolition Maintenance Asbestos Project Details: Select one: Removed Encapsulated Select one: Indoors Outdoors Quantity: square feet Fireproofing Popcorn ceiling/texture Cement Asbestos Board (CAB) Mastic Wall texture Sheet vinyl Boiler insulation Duct paper Vinyl Asbestos Tile (VAT) Roofing Asbestos paper Other: Quantity: linear feet Mag/mudded pipe insulation Air cell pipe insulation Ducting/duct insulation Cement asbestos pipe Duct tape Other: Control Measures: Negative pressure enclosure Wrap and cut Glove bag Wet methods Mini-enclosure HEPA vacuum Critical barriers Manual methods Other: Other: Respiratory Protection: ½ Mask ― Air Purifying Respirator Type C continuous flow ― Supplied Air Full Mask ― Air Purifying Respirator Type C pressure demand ― Supplied Air Powered Air Purifying Respirator Other: APPENDIX B STANDARD PLANS AND DETAILS Transportation STD. Plan No.Title Version 101 Cement Concrete Curbs 09/07/17 101.1 Cement Concrete Curb Installation at Catch Basins 03/05/15 102 Cement Concrete Sidewalk 10/09/17 106 Typical Construction and Adjustment of Manhole Risers 10/10/17 109 Pavement Marking Notes 04/14/25 127 Mid-Block Crosswalk and Stop Bar Pavement Markings 04/14/25 128 Intersection Crosswalk and Stop Bar Pavement Marking 04/14/25 129 Sign Mounting on Single Metal Post 09/28/16 Surface Water STD. Plan No.Title Version 200.00 Catch Basin Type 1 09/28/18 200.10 Catch Basin Type 1L 09/28/18 201.00 Catch Basin Type 2 09/28/18 202.00 Catch Basin Installation 09/28/18 204.00 Rectangular Frame 10/19/22 204.10 Rectangular Solid Metal Cover 09/18/18 204.20 Rectangular Vaned Grate 09/28/18 204.50 Storm Round Frame and Cover 09/28/18 204.60 Miscellaneous Details for Drainage Structures 09/28/18 212.00 Stake and Wire Fence 09/28/18 214.00 Silt Fence 09/28/18 215.10 Stabilized Construction Entrance 09/28/18 216.30 Catch Basin Insert 09/28/18 Water STD. Plan No.Title Version 300.70 Polypigging New Water Mains 06/28/23 310.10 Fire Hydrant Assembly 06/28/23 310.20 Fire Hydrant Assembly Shear Blcok 06/23/23 310.30 Fire Hydrant Assembly Pavement Marker 06/28/23 320.10 1" Water Service 06/28/23 320.20 1.5" and 2" Water Service in Planting Strip 06/28/23 330.10 Concrete Blocking for Horizontal Fittings 06/28/23 330.20 Concrete Blocking for Vertical Fittings 06/28/23 330.30 Concrete Blocking for Vertical fittings with Restrained Joints 06/28/23 330.40 Concrete Blocking Pipe Clamp and Anchor Rods 06/28/23 330.50 Shackle Rod Joint Restraint System 06/28/23 330.70 Valve Box, Operating Nut Extension, and Marker Post 06/28/23 340.10 2" Blow-Off Assembly (Permanent)06/28/23 340.20 2" Blow-Off Assembly (Temporary)06/28/23 340.30 1" Air and Vacuum Release Valve Assembly 06/28/23 Standard Plan and Detail Table of Contents Sanitary Sewer STD. Plan No.Title Version 400.5 Abandon Manhole 10/26/20 406.1 Side Sewer Stub Installation 10/26/20 WSDOT STD. Plan No.Title Version J-40.10-04 Locking Lid Standard Duty Junction Box Type 1 & 2 04/28/16 J-90.21-02 Small Cable Vault 06/28/18 M-9.50-02 Bicycle Lane Symbol Layout 06/24/14 M-20.10-04 Longitudinal Marking Patterns 08/02/22 M-20.20-02 Profiled and Embossed Plastic Lines 04/20/15 M-20.30-05 Longitudinal Marking Supplement with Raised Pavement Markers 06/28/24 M-24.40-02 Symbol Markings~Traffic Arrows for Low Speed Roadways 04/20/15 Miscellaneous STD. Plan No.Title Version H031 Monument Detail 02/01/89 FACE OF CURB 6 112' ' 1/2" R. 1" R. 1:24 t TOP OF 112" R. ROADWAY I V ED T CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF ADJACENT CURB 6 1f2"-- FLUSH WITH GUTTER PAN AT SIDEWALK RAMP ENTRANCE 1:12 1:24 TOP OF 112" R. ROADWAY 1 DEPRESSED CURB SECTION AT SIDEWALK RAMPS w ' PREMOLDED JOINT FILLER E FULL -DEPTH EXPANSION JOINT 6" CEMENT CONCRETE 112" R. 1"R. SIDEWALK RAMP VARIES OR LANDING FROM ! 6"TOO S s" T 318" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS 6 112" ' FACE OF ADJACENT CURB SEE DEPRESSED CURB DETAIL THIS SHEET 114 TOP OF 1/2" R. ROADWAY 2" i T DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 1 P2' R. FACE OF ADJACENT CURB I GUTTER SURFACE u 6 112" 1" 1' R. FACE OF CURB 1" R. 8 114" 1" R. CEMENT CONCRETE i TRAFFIC CURB DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Expansion joint shall be full depth, 3/8" (in.) premolded joint filler. 3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2 TOP OF ROADWAY STD. PLAN — 101 a PUBLIC WORKS CEMENT CONCRETE CURBSDEPARTMENT NOfE2 X3/8 -R X 5/8"D DUMMY JOINT I I I I 3/8- PREMOLDED JOINT FILLER (TYP) I F V— 5 _ PLAN VIEW FACEOF FRAME A GRATECURBI_S FRANE60RATE 6 1/2" IL• 13" 51 2" 1• ( I.OB') FRAMEANDGRATE-NOTndwosa 1/2" R. 1' jR MATCHROADWAY Iry DDRB AND DUTIERSID rlEh1 SLOPE TOP OFI 1R2EOE69 ROADWAY D' D D D D.. D.'.' ADJUSTMENT SECTION -NOTINCLUDED D' e' INCURSANDOUTIERSIDIIEM CATCH RUN -NOTDICL DED D •'••' - INCURSANDOUTTERSIDREM SECTION O GENERAL NOTES: 1. The Intent of this design Is to facilitate the removal' of a catch basin with minimal disturbance of the curb x .i- 2. The expansion joints of the - i . I. adjacentsidawalkshall be adjusted to be In line with these curb expansion joints. j I sI SEE NOTE2 CEMENTCONCREIE CURS AND ODTTER I ISO 2IC VIEW CEMENT CONCRETE CURB SM. PLAN — IMA PUBLIC WORKS PRO D: INSTALLATION AT DEPARTMENT CATCH BASINS ADA s RAISED EDGE DETAIL 1 a sI DEWALK LEVEL 1r2' F•J7 O $IOEWAL3(TRANSVERSE 1'-0" 1' - 0" 11r R J01NTS TO INCLUDE RASED EDGE 318• (IN) PREMOLDED JOINT FILLER TYPICAL WHERE APPLICABLEON RDUt DING 2.0%1 tr2" (IN) R. (TYP.] FOR CURB pETA[LS r , SEE STD PLAN 101 er ' y r. STING ROADWAY CRUSHED ROCK BrLS SEE RAISED EDGE I SIDEWALK DETAIL - THIS SHE LTYPICALUNDER CRUSHEOSURFACING TOP COURSE (CSTC) ALL CUT SIDEWALK OMPACT TO 957, MODIFILU PROCTOR MIN. O SLOPESWITH RAISED EDGE UNLESS REOUTREMENT WAIVED BY ENGINEER) TYPICAL. UNDER ALL CURB, V2" ( tN) R. (TYP.) GUTTER S SIDEWALK, CSTC UNDER 2' ' v FOR CURB DETAILS CURB S GUTTER TO BE S THICKNESS CR LS% SEE STD PLAN 101 MATCH EXISTING ROADWAY CRUSHED ROCK dH " ,• i!' BASE, WHICHEVER IS GREATER (1YP. FOR ALL CURB b GUTTER). FINISHED GRADE 1"(IN)BELOW 1fn2' 0• SIDEWALK TOPOF CONCRETE SURFACE ADJACENT TO CURB MIN 1, m 1 0• ROU DING R. ( TYR) FOR CURB DETAILS 1, 5% SEE STD PLAN 101 o a t s Fr• • BRI DGE OR PEDESTRIAN RAILING ADJACENT TO CURB FOR CURB CURSDETAILS WRIER - SEE SIDEWALK SEE $TD PLAN 101. STEEP FILL SLOPES) CONTRACT PLANS WALL OR BARRIER I 772' (IN) R. (TYP.) J I SIDEWALK FLUSH' 1. 5% t 1rz• M R. VERTICAL WALL - -- ' -. . - -- \Vr ti..f . •. SEE DETAIL 318• ( IN) PREMOLDED JOINT FILLER ADJACENT TO CURB AND RAILING OR WALL a (IN) PREMOLDED JOINT FILLER FOR SIDE BUFFER STR1P TREATMENTSIDEWALKSIDEWALK ADJACENT TO WALL DETAIL SEE HER (SEE NOTE 10) SIDEWALK/ 12• ( IN) R. SECTIONS1 ( TYP ) FOR v 1.5% SEE STD PLAN 10.S 1. SX MIN. SEE STD PLAN 101 r 4`\\ f GROOMED FINISH OR MATCH E)(iST1NG e 4' M/IDE, SMOOTH Go TROWELED PERIMETER FINISHED GRADE t• (IN) BELOW TOP OF CONCRETE SURFACE FOR PLANTING -FLUSH IF PAVED T CONCRETE CEMENTCONCRETECURB CURB ADJACENT TO BUFFER STRIP 0 CURB FOR CURB DETAILS D• SEE STD PLAN 101 r 5, z 1r8'TD 114' NOTES 1. Four feet of the sidewalk width shall be the minimum pedestrian CONTRACTION JOINT • . Al yam. aocessibTe route (aut) free of vertical IN RAG .' andhorizontalobstructions. Gratings, FULL - DEPTH EXPANSION JO NT IN BOTH h1' AccessCovers, Junction Boxes, CURB AND SIDEWALK (SEE STD PLAN mi.1) CableVaults, Pull Boxes and other appurtenances within the sidewalk ` s'F 3W C CONTRACTION JOINT must be flush with surface, and match grade of the sidewalk. JOINT AND FINISH DETAIL 2. Monolithic Cement Concrete Curb and + Sidewalk is not permitted in new For other referenced NOTES see , construction. When replacement work STD PLAN 104.2, R •• necessitates a Monolithic Cement PREMOLAE ConcreteCurbbuildperWSDOTJOINTFILLERStandardPlanF-30.10-03. Paved surfaces must comply With STD PLAN 102.1 as applicable. E FULL -DEPTH 3. Concrete to 6e 4,000 PSI. EXPANSION JOINT fthk SM PLAN - 109 PUBLIC WORKS CEMENT CONCRETE PPRQ • ED: DEPARTMENT SIDEWALK T ljZ_It]ra#'YA 104/ +7 PATCHED AREA i A q COVER COVER PER STD PLAN 401 SEE NOTE 9) SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER P L A N PATCHING NTS OUTSIDE DIAMETER OF SEE NOTE 9) ADJUSTMENT RING AND x SEE NOTE 2 X gOTTOM OF FRAME t---- MORTAR JOINT(S) (3/8" MIN.-2" MAX.) ADJUSTMENT RING (1" MIN.). SEE SEE NOTE 3 AND SPECIAL PROVISION NOTE 6. 7-05.3(1). SECTION A-A NOTES 1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE ONLY BY A JOURNEYMAN MASON. FOOT(MIN.). ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS AND MORTAR. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY. 2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8"OF THE USE OF SHIMS IS PROHIBITED. HMA CLASS"PG 64-22(OR TO A DEPTH THAT S 2"BELOW THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER 7• FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY IS GREATER)OR AS APPROVED BY THE ENGINEER. TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN MORTAR.MORTAR SHALL BE ASTM C270 FOR TYPE S. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. 4. MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURERS DIRECTIONS. 9. X=1'-0"MIN.TO 2'-6"MAX.-PER ENGINEER'S INSTRUCTION STD. PLAN - 106 j PUBLIC WORKS TY'CAL CONSTRUCTION A ROVED: al' DEPARTMENT AND ADJUSTMENT OF flMANNOLERISER3 e o r>tor DA E ALL PAVEMENT MARKINGS SHALL CONFORM TO THE FOLLOWING WSDOT STD. PLANS, EXCEPT CROSSWALK MARKINGS AND STOP BARS SHALL BE PER CITY OF RENTON STD. PLANS 127 AND 128. WSDOT STD. PLANS NOT INCLUDED BELOW SHALL REQUIRE APPROVAL FROM CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. M-3.10 LEFT TURN CHANNELIZATION M-3.20 LEFT-TURN CHANNELIZATION REDUCED TAPERS M-3.30 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK TURN LANES M-3.40 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION M-3.50 DOUBLE LEFT TURN CHANNELIZATION M-5.10 RIGHT TURN CHANNELIZATION M-9.50 BICYCLE LANE SYMBOL LAYOUT M-9.60 SHARED - USE PATH MARKINGS M-11.10 RAILROAD CROSSING LAYOUT M-12.10 ROUNDABOUT PAVEMENT MARKINGS M-20.10 LONGITUDINAL MARKING PATTERNS M-20.30 LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS M-20.40 LONGITUDINAL MARKING SUPPLEMENT WITH RPMS ~ TURN LANES M-20.20 PROFILED AND EMBOSSED PLASTIC LINES M-24.20 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS M-24.40 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS M-24.60 SYMBOL MARKINGS MISCELLANEOUS LONGITUDINAL PAVEMENT MARKINGS SHALL CONSIST OF PROFILED AND EMBOSSED METHYL METHACRYLATE MMA), OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. SUPPLEMENTAL TYPE 2 RAISED PAVEMENT MARKERS WITH REFLECTORS SHALL BE REQUIRED ON ROADWAYS WITH SPEED LIMITS OF 30 MPH OR HIGHER, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. SUPPLEMENTAL TYPE 2 RAISED PAVEMENT MARKERS WITH REFLECTORS SHALL BE REQUIRED ON ROADWAYS WITH SPEED LIMITS OF 25 MPH OR LOWER, WHERE MINIMUM REQUIRED LIGHTING LEVELS ARE NOT MET AND/OR WHERE CITY OWNED STREET LIGHTS DO NOT EXIST, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. PAVEMENT LETTERS, AND RED/GREEN PAVEMENT BACKGROUNDS SHALL CONSIST OF METHYL METHACRYLATE MMA), OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. PAVEMENT SYMBOLS, CROSSWALK MARKINGS, AND STOP BARS SHALL CONSIST OF HYDROCARBON THERMOPLASTIC, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. THERMOPLASTIC SHALL CONTAIN 3M 50/50 WET/DRY ELEMENTS, OR APPROVED EQUAL. IF INSTALLED ON CONCRETE, PAVEMENT SYMBOLS, CROSSWALK MARKINGS, AND STOP BARS SHALL BE 3M STAMARK ALL WEATHER TAPE 380AW SERIES, OR APPROVED EQUAL. SPEED CUSHION CHEVRON SYMBOLS SHALL CONSIST OF 3M STAMARK ALL WEATHER 380AW SERIES TAPE. LONGITUDINAL PAVEMENT MARKINGS CONSISTING OF PAINT SHALL BE USED FOR MAINTENANCE PURPOSES, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. LONGITUDINAL PAVEMENT MARKINGS WHERE ALL MARKINGS ARE TO CONSIST OF RAISED PAVEMENT MARKERS SHALL REQUIRE APPROVAL FROM CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. IF APPROVED, LONGITUDINAL LANE MARKINGS SHALL FOLLOW WSDOT STD. PLAN M-20.50-02 LONGITUDINAL MARKING SUBSTITUTION W/RAISED PAVEMENT MARKERS. PAVEMENT SURFACE AND AIR TEMPERATURE AT THE TIME OF PAVEMENT MARKING APPLICATION SHALL NOT BE LESS THAN 50° F. DocuSign Envelope ID: FFA9ADCA-D050-445F-B750-15F9271FC791 4/4/2024 | 4:24 PM PDT CURB LANE CONCRETE CURB & GUTTER TYP.) TIRE TRACKS TYP.)6" MIN. (TYP.) CROSSWALK MARKINGS, SEE NOTE 1 (TYP.) LANE LANE CURB LANE 10 T Y P 24" TYP.) 8" TYP.) 8" TYP.) MI D B L O C K L O C A T I O N S 2 0 M I N 5 0 M A X ST O P C O N T R O L L E D A P P R O A C H E S 4 M I N WHITE STOP BAR, SEE NOTE 3 WHITE CROSSWALK MARKINGS (TYP.) 16 LANE LINE LANE LINE NOTES: 1. PIANO STYLE CROSSWALK MARKINGS SHALL BE USED FOR ALL MARKED CROSSWALKS, EXCEPT MARKED CROSSWALKS AT TRAFFIC SIGNAL CONTROLLED INTERSECTIONS (INCLUDING UNSIGNALIZED RIGHT TURN SLIP LANES), AND AT ALL-WAY STOP CONTROLLED INTERSECTIONS SHALL BE PER STANDARD PLAN 128. MARKED CROSSWALKS ON STATE ROUTES SHALL BE SUBJECT TO WSDOT APPROVAL. 2. ALL MARKED CROSSWALKS LOCATED WITHIN A SCHOOL ZONES SHALL BE PIANO STYLE CROSSWALK MARKINGS. 3. HAWK SIGNAL AND RECTANGULAR RAPID FLASHING BEACON MARKED CROSSWALKS SHALL BE PER THIS STANDARD PLAN. 4. PAVEMENT MARKING MATERIAL SHALL BE PER STD. PLAN 109. 5. 16" WIDE WHITE STOP BARS SHALL BE INSTALLED AT STOP CONTROLLED APPROACHES, AND WHEN A HAWK SIGNAL OR RECTANGULAR RAPID FLASHING BEACONS (RRFB) ARE PRESENT AT A MID-BLOCK CROSSING. OTHERWISE, NO STOP BARS SHALL BE INSTALLED. 6. TO MINIMIZE WEAR, CROSSWALK MARKINGS SHALL BE LOCATED IN THE CENTER OF THE TRAVELLED PORTION OF THE LANE. PIANO STYLE CROSSWALK PLAN & PROFILE VIEWS Docusign Envelope ID: CAEEA226-F133-431A-9622-23AB6EE84358 4/14/2025 | 4:44 PM PDT 10 M I N 4' M I N WHITE STOP BAR, SEE NOTE 3 WHITE CROSSWALK MARKINGS (TYP.) 12 T Y P 16 NOTES: 1. MARKED PEDESTRIAN CROSSINGS LOCATED AT TRAFFIC SIGNAL CONTROLLED INTERSECTIONS (INCLUDING UNSIGNALIZED RIGHT TURN SLIP LANES), AND AT ALL-WAY STOP CONTROLLED INTERSECTIONS SHALL BE PARALLEL STYLE CROSSWALK MARKINGS. SEE STANDARD PLAN 127 FOR ALL OTHER CROSSINGS, INCLUDING HAWK SIGNALS AND RECTANGULAR RAPID FLASHING BEACON (RRFB) CROSSINGS. MARKED CROSSWALKS ON STATE ROUTES SHALL BE SUBJECT TO WSDOT APPROVAL. 2. ALL MARKED CROSSWALKS LOCATED WITHIN A SCHOOL ZONES SHALL BE PIANO STYLE CROSSWALK MARKINGS, SEE STANDARD PLAN 127. 3. PAVEMENT MARKING MATERIAL SHALL BE PER STD. PLAN 109. 4. 16" WIDE WHITE STOP BARS SHALL BE REQUIRED. PARALLEL STYLE CROSSWALK PLAN VIEW Docusign Envelope ID: CAEEA226-F133-431A-9622-23AB6EE84358 4/14/2025 | 4:44 PM PDT BAND - OR MOUNTING ON EXISTING METAL POLE OR LUMINAIRE MIN. NOTES 1. DIMENSIONS FOR THE PARTS USED TO ASSEMBLE THE BASE CONNECTIONS ARE INTENTIONALLY NOT SHOWN. BASE CONNECTIONS ARE PATENTED, MANUFACTURED PRODUCTS THAT ARE IN COMPLIANCE WITH NCHRP 350 CRASH TEST CRITERIA. THE BASE CONNECTION DETAILS ARE SHOWN ON THIS PLAN ONLY TO ILLUSTRATE HOW THE PARTS ARE ASSEMBLED. 2. A 2- (IN) POST WITH A 2 1/4" (IN) PSST ANCHOR OR A 2 1/4" (IN) POST WITH A 2 1/2" (IN) PSST ANCHOR MAY BE SUBSTITUTED. SEE CONTRACT PLANS. 3. PERFORATED SQUARE STEEL POST SHALL MEET THE REQUIREMENTS OF WSOOT STANDARD SPECIFICATION 9-06. 4. USE ONLY BASE CONNECTION MANUFACTURER SUPPLIED HARDWARE THAT MEETS THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-06 AND 9-28. EDGE OF TRAVELED ROADWAY 90-F,3C FOR REFLECTORIZED SIGNS: MOUNT FACING 3'(degree) OUTWARD IF SIGN IS WITHIN 30 FEET OF ROADWAY SIGN FACE ORIENTATION BOLT STOPGN POST TYPE ST -4 SIGN SUPPORT OST SUPPORT — 2.25" HOT—DIP GALV., ANCHOR ON CRE 1E MOUNTING ON METAL POST SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT ( ADOPTED ( /V nerc SIGN POST s LOWER SIGN e 5/16" (IN) CORNER BOLT IN) POST SUPPORT OR 3/6' FLANGED SHOULDER BOLT NTH NUT AND WASHERS 2 REQUIRED (TYP.) BOLT STOPGN POST TYPE ST -4 SIGN SUPPORT OST SUPPORT — 2.25" HOT—DIP GALV., ANCHOR ON CRE 1E MOUNTING ON METAL POST SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT ( ADOPTED ( /V nerc PRECAST BASE SECTION SEE NOTE 1 NOTES: 1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. 2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5 FEET. 4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. 5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER. 6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION. 7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES. 9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 34" 24" 30 20 5" 5" 1", 2", 4", 6", 12", OR 24" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12" ALL METAL PIPE 15" CPSSP*, STD. SPEC. 9-05.20 12" SOLID WALL PVC, STD. SPEC. 9-05.12(1)15" PROFILE WALL PVC, STD. SPEC. 9-05.12(2) 15" CORRUGATED POLYETHYLENE STORM SEWER PIPE 26", S E E N O T E 6 22SE E N O T E 6 3"4"44" 21" MIN.4" MI N. (T Y P.)3 BAR EACH SIDE 3 BAR EACH WAY 3 BAR EACH CORNER 3 BAR EACH CORNER 18" MIN.3 BAR HOOP ALTERNATIVE PRECAST BASE SECTION CATCH BASIN TYPE 1 STD. PLAN - 200. 00PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/ REDUCING SECTION 36 20 40" 24" 6" 8" 8" 12" 4"32",SEE N O T E6 28 SE E N O T E 6 4" MI N. (T Y P.)44" 2"PRECAST BASE SECTION SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION NOTES:1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0. 12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED.2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 26". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3.3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5'.4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN.5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER.6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION.7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED.USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2).8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES.9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS.10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 34" 24" 30 20 5"5"1", 2", 4", 6", 12", OR 24"ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY),SEE NOTE 1 3 BAR EACH CORNER 18" MIN.3 BAR HOOP PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 18" ALL METAL PIPE 21"CPSSP*,STD. SPEC. 9-05.20 18"SOLID WALL PVC,STD. SPEC. 9- 05.12(1) 21"PROFILE WALL PVC,STD. SPEC. 9- 05.12(2) 21"CORRUGATED POLYETHYLENE STORM SEWER PIPE TWO #3 BAR HOOPS 3 BAR EACH SIDE 3 BAR EACH WAY 3 BAR EACH CORNER CATCH BASIN TYPE 1L STD. PLAN - 200. 10 PUBLICWORKS DEPARTMENT APPROVED:DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6- 602A-4E4A-B436-A317AA638878 9/28/2018 | NOTES: 1.NO STEPS ARE REQUIRED WHEN HEIGHT IS 4' OR LESS. 2.THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE SLOPED TO FACILITATE CLEANING. 3.THE RECTANGULAR FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. THE FRAME MAY BE CAST INTO THE ADJUSTMENT SECTION. 4.KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 5.ALL GRADE RINGS, RISERS, AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 6.WHEN CONNECTING TO A NEW PIPE, USE A FLEXIBLE CONNECTOR (KOR-N-SEAL BOOT WITH CORRUGATED PIPE ADAPTER OR APPROVED EQUAL). WHEN CONNECTING TO AN EXISTING PIPE, USE A FABRICATED SAND COLLAR OF THE SAME MATERIAL AS THE CONNECTING PIPE. 7.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 8.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 9.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. CATCH BASIN FRAME AND VANED GRATE PER STD. PLAN 204.00 RECTANGULAR OR CIRCULAR ADJUSTMENT SECTION (TWO SECTIONS MAX.) MORTAR, (TYP.), SEE NOTE 5 FLAT SLAB TOP SEE NOTE 6, TYP. REINFORCING STEEL, (TYP.) GRAVEL BACKFILL FOR PIPE ZONE BEDDING PER WSDOT STD. SPECIFICATION SECTION 9-03.12(3) INTEGRAL BASE PRECAST WITH RISER STEPS OR LADDER 4" MIN. 16" MAX.28" MAX. 48", 54", 60", 72", 84", 96", 120" OR 144" 12" (TYP.) 24" MIN. 12" MAX. 1" MIN. 2.5" MAX. 12" 6" 15' MAX. FOR MAINTENANCE SEPARATE BASE PRECAST O" RING 12" 6" CATCH BASIN DIMENSIONS CATCH BASIN DIAMETER MIN. WALL THICKNESS MIN. BASE THICKNESS MAXIMUM KNOCKOUT SIZE MINIMUM DISTANCE BETWEEN KNOCKOUTS 48"4"6"36"8" 54"4.5"8"42"8" 60"5"8"48"8" 72"6"8"60"12" 84"8"12"72"12" 96"8"12"84"12" 120"10"12"96"12" 144"12"12"108"12" PIPE ALLOWANCES CATCH BASIN DIAMETER PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSP 1 SOLID WALL PVC 2 PROFILE WALL PVC 3 48"24"30"24"30"30" 54"30"36"30"36"36" 60"36"42"36"42"42" 72"42"54"42"48"48" 84"54"60"54"48"48" 96"60"72"60"48"48" 120"66"84"60"48"48" 144"78"96"60"48"48" 1 CORRUGATED POLYETHYLENE STORM SEWER PIPE (STD. SPEC. 9-05.20) 2 STD. SPEC. 9-05.12(1) 3 STD. SPEC. 9-05.12(2) CATCH BASIN TYPE 2 STD. PLAN - 201.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT FRAME AND VANED GRATE ADJUSTMENT SECTION NOTES: 1.THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL THE FINAL ELEVATION OF THE PAVEMENT, GUTTER, DITCH, OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED, AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO MORTAR IN PLACE IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION 7-05.3. 2.SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED. 3.A CONTINUOUS LAYER OF MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT. 4.ONLY BY APPROVAL OF THE CITY, THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR 12 BOND. 5.BASE SECTION SHALL BE SEALED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH MORTAR. 6.MORTAR SHALL MEET THE REQUIREMENTS OF WSDOT/APWA STANDARD SPECIFICATION 9-04.3. 7.PICK / LIFTING HOLES ARE TO BE GROUTED WATER TIGHT. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 9.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 10.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. BASE SECTION SEE NOTE 4 CLEAN SURFACE AND BOTTOM AREA. PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE MORTARED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION CATCH BASIN INSTALLATION STD. PLAN - 202.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: 1.THIS FRAME IS DESIGNED TO ACCOMMODATE 20" × 24" GRATES OR COVERS,SEE STANDARD PLANS 204.10, 204.20, AND 204.30.2. BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS.THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT- DOWN HOLES VARIES BY MANUFACTURER.3. REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. GRATE FRAME SEE NOTE 2 RECESSED ALLEN HEAD CAP SCREW 5/ 8" - 11 NC x 2"SECTION A DETAIL TOP ISOMETRIC VIEW BOLT- DOWN HOLE (TYP.) ~ 5/8",11 NC, SEE DETAIL AND NOTE 2 29 1/4"25 1/4"SECTION BOLT-DOWN DETAIL 24 1/4"SEE DETAIL 3/ 4"4 1/2"1 5/8"2 1/2"1 5/8"1 1/4"3/ 4"7/ 8"1/ 8"ARECTANGULAR FRAME STD. PLAN - 204.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin PastuchaPublic Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: E212B987-C626-4330-A5D4-D055A0107AF9 10/ 19/2022 | 2:52 PM PDT NOTES: BOLT-DOWN SLOT DETAIL SEE NOTE 1 SECTION A TOP SECTION B SECTION C 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.ALTERNATIVE REINFORCING DESIGNS ARE ACCEPTABLE IN LIEU OF THE RIB DESIGN. 3.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 4.FOR FRAME DETAILS, SEE CITY OF RENTON STANDARD PLAN 204.00. 24" 1 1/2" 3" R26", SEE NOTE 2 BOLT-DOWN SLOT, SEE DETAIL AND NOTE121/2" DIA. HOLE 1 5/8" MAX. 4 3/4"1 1/2" 3" R39", SEE NOTE 2 1 1/2" 1/2" DIA. HANDLE 3/4" DIA. HOLE 5/8" 3/4" 4" 3 1/2" 5" 1/2" 3/4" 1 1/4" 5/8"ACB20" ISOMETRIC PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) RECTANGULAR SOLID METAL COVER STD. PLAN - 204.10 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: ISOMETRIC SECTION B TOPFOUNDRY NAMEDIFLOW SECTION A 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. FLOWFLOWBOLT-DOWN SLOT DETAIL SEE NOTE 1 1/2" 3/4" 1 1/4" 5/8" BOLT-DOWN SLOT, SEE DETAIL AND NOTE 1 20" 5" 5" 5" 3" 1" 3" 5" 5" 5" DIRECTION OF FLOW 24" 7 OR 8 EQUAL SPACES 1 5/8" MAX. A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR VANED GRATE STD. PLAN - 204.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT COVER SECTION VIEW ASTM A48 CL35B00371780MO/ DA/YR X3717C1PTEON BOLTING DETAIL GASKET GROOVE DETAIL FRAME SECTION VIEW COVER BOTTOM VIEW PLAN VIEW DRAINIFCOMADEINUSA EJIW DUMPNO P OL LU T A N T S - DRAINS T O S T REAMR E N T O N NOTES:1.ALL COVERS SHALL BE LOCKING LID PER EJ No. 3717C1 OR APPROVED EQUAL.1/2" LETTERING BOLT HOLES - 3 PLACES EQUALLY SPACED 120° APART ON 23 1/16" DIA. B. C.1 1/4" LETTERING 1) 1" DIA. PICKHOLE 25" DIA.3/ 4"1"2 1/ 2"8 3/4"TYP.) 3) BLT SOC. (ALLEN HEAD)5/8"-11 x 1.5 SS RUBBER WASHER 5/ 8"25 1/4" DIA.26 1/2" DIA.23 3/8" DIA. CL OPEN 27 5/16" DIA.34 1/ 8" DIA.1 1/16"6"1/8" 1/4" 1 1/16"R1/8" 1/4" DIA. NEOPRENE GASKET STORM ROUND FRAME AND COVER PUBLIC)STD. PLAN - 204. 50PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/ 5" ECCENTRIC CONE SECTION 72" FLAT SLAB TOP RECTANGULAR ADJUSTMENT SECTION CIRCULAR ADJUSTMENT SECTION PREFABRICATED LADDER STEP 84" or 96" FLAT SLAB TOP NOTES: 1.AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED FOR ADJUSTMENT SECTIONS. 48", 54", or 60" FLAT SLAB TOP 20"x24", 24" DIA., 48" DIA., OR 54" DIA. HOLE 6 BARS @ 7" SPACING 12" 2" (TYP.) 1" MIN. 2 1/2" MAX. 12" (TYP.) 12" 9" 6" 48" MAX. 24" MIN. 5 BARS @ 6" SPACING 20"x24", 24" DIA., 48" DIA., OR 54" DIA. HOLE 8" 2" (TYP.) 1" MIN. 2 1/2" MAX. TYPICAL ORIENTATION FOR ACCESS AND STEPS 6" 9 1/2" MAX. 12" MIN. 48" MIN. 24" MIN. 18" MIN. 42" MAX. 4 BARS @ 6" SPACING 20"x24" OR 24" DIA. HOLE 8" 2" (TYP.) 1" MIN. 2 1/2" MAX. 34" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 34" 24" 30 20 5" 5" 1", 2", 4", 6", 12", OR 24" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 1", 2", 4", 6", 12", OR 24" MISCELLANEOUS DETAILS FOR DRAINAGE STRUCTURES STD. PLAN - 204.60 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT 1.CONDITIONS OF USE 1.1.TO ESTABLISH CLEARING LIMITS, STAKE AND WIRE FENCE MAY BE USED: 1.1.1.AT THE BOUNDARY OF CRITICAL AREAS, THEIR BUFFERS AND OTHER AREAS REQUIRED TO BE LEFT UNCLEARED. 1.1.2.AS NECESSARY TO CONTROL VEHICLE ACCESS TO AND ON THE SITE. 2.MAINTENANCE AND REQUIREMENTS 2.1.IF THE FENCE IS DAMAGED OR VISIBILITY REDUCED, IT SHALL BE REPAIRED OR REPLACED IMMEDIATELY AND VISIBILITY RESTORED. 2.2.DISTURBANCE OF A CRITICAL AREA, CRITICAL BUFFER AREA, NATIVE GROWTH RETENTION AREA, OR OTHER AREA REQUIRED TO BE LEFT UNDISTURBED SHALL BE REPORTED TO THE CITY OF RENTON FOR RESOLUTION. 2.3.THE CITY MAY REQUIRE MORE SUBSTANTIAL FENCING IF THE FENCE DOES NOT PREVENT ENCROACHMENT INTO THOSE AREAS THAT ARE NOT TO BE DISTURBED. NOTES SURVEYFLAGGINGBAILINGWIRE DO NOT NAIL OR STAPLE WIRE TO TREES METAL FENCE POST (TYP.)3' MIN. 10' - 20' 12" MIN. STAKE AND WIRE FENCE STD. PLAN - 212.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT 1.CONDITIONS OF USE 1.1.SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS. 1.2.SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS, NOR IS IT INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. ANY CONCENTRATED FLOW MUST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND. 2.DESIGN AND INSTALLATION SPECIFICATIONS 2.1.THE GEOTEXTILE USED MUST MEET THE STANDARD LISTED BELLOW. A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MUST BE AVAILABLE ON SITE. 2.2.STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE. WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE. 2.3.WHERE THE FENCE IS INSTALLED, THE SLOPE SHALL NOT BE STEEPER THAN 2H:1V 2.4.IF A TYPICAL SILT FENCE IS USED, THE STANDARD 4"X4" TRENCH MAY BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE FABRIC IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE. 2.5.FILTER FABRIC FENCES SHALL BE INSTALLED ALONG CONTOURS WHENEVER POSSIBLE. 3.MAINTENANCE STANDARDS 3.1.ANY DAMAGE SHALL BE REPAIRED IMMEDIATELY. 3.2.IF CONCENTRATED FLOWS ARE EVIDENT UPHILL OF THE FENCE, THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND. 3.3.IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE. IF THIS OCCURS, REPLACE THE FENCE OR REMOVE THE TRAPPED SEDIMENT. 3.4.SEDIMENT MUST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH. 3.5.IF THE FILTER FABRIC (GEOTEXTILE) HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN, IT SHALL BE REPLACED. NOTES: JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES, WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS 2"x2" 14 GAUGE WIRE, OR EQUIVALENT, IF STANDARD STRENGTH FABRIC USED FILTER FABRIC 2' MIN. 12" MIN. 4"x4" MIN. TRENCH BACKFILL TRENCH WITH NATIVE SOIL OR 3/4" TO 1-1/2" WASHED GRAVEL 2"x4" WOOD POSTS, STEEL FENCE POSTS, OR EQUIVALENT (TYP.) 6' MAX. POST SPACING MAY BE INCREASED TO 8' IF WIRE BACKING IS USED AOS (ASTM D4751) 30-100 SIEVE SIZE (0.60-0.15mm) FOR SILT FILM 50-100 SIEVE SIZE (0.30-0.15mm) FOR OTHER FABRICS WATER PERMITTIVITY (ASTM D4491)0.02 SEC-1 MINIMUM GRAB TENSILE STRENGTH (ASTM D4632) 180 LBS. MIN. FOR EXTRA STRENGTH FABRIC 100 LBS. MIN. FOR STANDARD STRENGTH FABRIC GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN) ULTRAVIOLET RESISTANCE (ASTM D4355)70% MIN. SILT FENCE STD. PLAN - 214.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT EXIST I N G R O A D 1.CONDITION OF USE 1.1.CONSTRUCTION ENTRANCE SHALL BE STABILIZED WHEREVER TRAFFIC WILL BE LEAVING A CONSTRUCTION SITE AND TRAVELING ON PAVED ROADS OR OTHER PAVED AREAS WITHIN 1,000 FEET OF THE SITE. 1.2.FOR RESIDENTIAL CONSTRUCTION PROVIDE STABILIZED CONSTRUCTION ENTRANCES FOR EACH RESIDENCE IN ADDITION TO THE MAIN SUBDIVISION ENTRANCE. STABILIZED SURFACES SHALL BE OF SUFFICIENT LENGTH/WIDTH TO PROVIDE VEHICLE ACCESS/PARKING, BASED ON LOT SIZE/CONFIGURATION. 2.DESIGN AND INSTALLATION SPECIFICATIONS 2.1.A SEPARATION GEOTEXTILE SHALL BE PLACED UNDER THE SPALLS TO PREVENT FINE SEDIMENT FROM PUMPING UP INTO THE ROCK PAD. THE GEOTEXTILE SHALL MEET THE FOLLOWING STANDARDS: 2.2.DO NOT USE CRUSHED CONCRETE, CEMENT, OR CALCIUM CHLORIDE FOR CONSTRUCTION ENTRANCE STABILIZATION BECAUSE THESE PRODUCTS RAISE pH LEVELS IN STORMWATER AND CONCRETE DISCHARGE TO SURFACE WATERS OF THE STATE IS PROHIBITED. 2.3.HOG FUEL (WOOD BASED MULCH) MAY BE SUBSTITUTED FOR OR COMBINED WITH QUARRY SPALLS IN AREAS THAT WILL NOT BE USED FOR PERMANENT ROADS. HOG FUEL IS NOT RECOMMENDED FOR ENTRANCE STABILIZATION IN URBAN AREAS. THE INSPECTOR MAY AT ANY TIME REQUIRE THE USE OF QUARRY SPALLS IF THE HOG FUEL IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT OR IF THE HOG FUEL IS BEING CARRIED ONTO PAVEMENT. 2.4.FENCING SHALL BE INSTALLED AS NECESSARY TO RESTRICT TRAFFIC TO THE CONSTRUCTION ENTRANCE. 2.5.WHENEVER POSSIBLE, THE ENTRANCE SHALL BE CONSTRUCTED ON A FIRM, COMPACTED SUBGRADE. THIS CAN SUBSTANTIALLY INCREASE THE EFFECTIVENESS OF THE PAD AND REDUCE THE NEED FOR MAINTENANCE. 3.MAINTENANCE STANDARDS 3.1.QUARRY SPALLS SHALL BE ADDED IF THE PAD IS NO LONGER IN ACCORDANCE WITH THE SPECIFICATIONS. 3.2.IF THE ENTRANCE IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT, THEN ALTERNATIVE MEASURES TO KEEP THE STREETS FREE OF SEDIMENT SHALL BE USED. THIS MAY INCLUDE STREET SWEEPING, AN INCREASE IN THE DIMENSIONS OF THE ENTRANCE, OR THE INSTALLATION OF A WHEEL WASH. IF WASHING IS USED, IT SHALL BE DONE ON AN AREA COVERED WITH CRUSHED ROCK, AND WASH WATER SHALL DRAIN TO A SEDIMENT TRAP OR POND. 3.3.ANY SEDIMENT THAT IS TRACKED ONTO PAVEMENT SHALL BE REMOVED IMMEDIATELY BY SWEEPING. THE SEDIMENT COLLECTED BY SWEEPING SHALL BE REMOVED OR STABILIZED ON SITE. THE PAVEMENT SHALL NOT BE CLEANED BY WASHING DOWN THE STREET, EXCEPT WHEN SWEEPING IS INEFFECTIVE AND THERE IS A THREAT TO PUBLIC SAFETY. IF IT IS NECESSARY TO WASH THE STREETS, A SMALL SUMP MUST BE CONSTRUCTED. THE SEDIMENT WOULD THEN BE WASHED INTO THE SUMP WHERE IT CAN BE CONTROLLED AND DISCHARGED APPROPRIATELY. WASH WATER MUST BE PUMPED BACK ONTO THE SITE AND CANNOT DISCHARGE TO SYSTEMS TRIBUTARY TO SURFACE WATERS. 3.4.ANY QUARRY SPALLS THAT ARE LOOSENED FROM THE PAD AND END UP ON THE ROADWAY SHALL BE REMOVED IMMEDIATELY. 3.5.IF VEHICLES ARE ENTERING OR EXITING THE SITES AT POINTS OTHER THAN THE CONSTRUCTION ENTRANCE(S), FENCING SHALL BE INSTALLED TO CONTROL TRAFFIC. NOTES: CONSTRUCTION ENTRANCE NOTES: 1.DRIVEWAYS SHALL BE PAVED TO THE EDGE OF THE RIGHT-OF-WAY PRIOR TO INSTALLATION OF THE CONSTRUCTION ENTRANCE TO AVOID DAMAGING OF THE ROADWAY. 2.IT IS RECOMMENDED THAT THE ENTRANCE BE CROWNED SO THAT RUNOFF DRAINS OFF THE PAD INSTALL DRIVEWAY CULVERT IF THERE IS A ROADSIDE DITCH PRESENT, AS PER CITY ROAD STANDARDS GEOTEXTILE 4"-8" QUARRY SPALLS 12" MIN. THICKNESS 15' MIN. PROVIDE FULL WIDTH OF INGRESS/EGRESS AREA 100' MIN. GRAB TENSILE STRENGTH (ASTM D4632)200 LBS. MIN. GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN) CBR PUNCTURE STRENGTH (ASTM D6241)495 LBS. MIN. AOS (ASTM D4751)20-45 (U.S. STANDARD SIEVE SIZE) R = 25' MIN. STABILIZED CONSTRUCTION ENTRANCE STD. PLAN - 215.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: SECTION VIEW ISOMETRIC VIEW DRAINAGE GRATE TRIM GRATE FRAME FILTERED WATER SEDIMENT AND DEBRIS OVERFLOW BYPASS BELOW INLET GRATE DEVICE DRAINAGE GRATE RECTANGULAR GRATE SHOWN)RETRIEVAL SYSTEM (TYP.) OVERFLOW BYPASS (TYP.) BELOW INLET GRATE DEVICE 1.PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. 2.INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM. 3.THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE. 4.SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE. 5.THE BIGD SHALL HAVE A BUILT-IN HIGH-FLOW RELIEF SYSTEM (OVERFLOW BYPASS). 6.THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE BIGD WITHOUT SPILLING THE COLLECTED MATERIAL. 7.PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8-01.3(15). 8.ANY SEDIMENT IN THE CATCH BASIN INSERT SHALL BE REMOVED WHEN THE SEDIMENT HAS FILLED ONE-THIRD OF THE AVAILABLE STORAGE. THE FILTER MEDIA FOR THE INSERT SHALL BE CLEANED OR REPLACED AT LEAST MONTHLY. 5" MAX. CATCH BASIN INSERT STD. PLAN - 216.30 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: 1.THE BACKFLOW PREVENTION ASSEMBLY AND SUPPLY HOSE MUST BE DISCONNECTED DURING HYDROSTATIC PRESSURE TESTING OF THE NEW WATER MAIN. 2.POLYPIG AND ALL DEBRIS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS VIA SANITARY METHOD PRIOR TO DISINFECTION OF NEW WATER MAIN. 3.UPON REMOVAL OF POLYPIG, REMOVE TEMPORARY BLOW-OFF ASSEMBLY AND INSTALL 2" PLUG. 4.THE NEW WATER MAIN SHALL BE CONNECTED TO THE EXISTING SYSTEM ONLY AFTER NEW WATER MAIN IS POLYPIGGED, DISINFECTED AND SATISFACTORY BACTERIOLOGICAL SAMPLE RESULTS ARE OBTAINED. 5.THE INTERIORS OF ALL PIPES AND FITTINGS TO BE USED IN FINAL CONNECTION MUST BE SWABBED OR SPRAYED WITH A 5-6% AVAILABLE CHLORINE SOLUTION. NEW DI WATER MAIN NSF 61 SUPPLY HOSE METERED BACKFLOW ASSEMBLY TO BE OBTAINED FROM CITY) 1) 2 1 2" CONTROL VALVE 1) CONSTRUCTION METER 1) RPBA METER SUPPORT (BY CONTRACTOR) HYDRANT ON EXISTING WATER MAIN POLYPIG TEMPORARY BLOW-OFF ASSEMBLY 1) 2" GALVANIZED PIPE 1) 2" 90° BEND 1) 2" GATE VALVE POLYPIG STATION 1)VERTICAL CROSS (MJxFL), SIZE TO MATCH WATER MAIN 1)BLIND FLANGE WITH 2" TAP ON TOP OF CROSS 1)TEMPORARY BLOW-OFF ASSEMBLY 1)BLIND FLANGE ON BOTTOM OF CROSS 1) PLUG (MJ) ON END OF CROSS WITH TEMPORARY THRUST BLOCKING TEMPORARY BLOCKING PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator POLYPIGGING NEW WATER MAINS STD. PLAN - 300.7 6/28/2023 TO BE REMOVED PRIOR TO FINAL CONNECTION TO BE REMOVED PRIOR TO FINAL CONNECTION CL A HYDRANT COMPRESSION TYPE HYDRANT (SEE APPROVED MATERIALS LIST) WITH 6" MJ INLET WITH LUGS, 5 1 4" MVO, 1 1 4" PENTAGON OPERATING NUT, TWO (2) 2 1 2" NST HOSE NOZZLES, AND 4.875" SST PUMPER NOZZLE EQUIPPED WITH 5" STORZ ADAPTER AND 1/8" STAINLESS STEEL CABLE, WITH EXTENSION IF NECESSARY. TEE MAIN LINE TEE WITH 6" FLANGE SIDE OUTLET VALVE 6" GATE VALVE (FLxMJ) VALVE BOX VALVE BOX AND LID PER STD PLAN 330.7 PIPE CLASS 52 DI, LENGTH TO FIT JOINT RESTRAINT MECHANICAL JOINT RESTRAINT WITH CONCRETE BLOCKING OR (2) 3/4" CORTEN STEEL TIE RODS GRAVEL 1 1 4" WASHED DRAIN ROCK, MINIMUM 1' ABOVE BOOT FLANGE WITH 8-MIL POLYETHYLENE SHEETING AROUND TOP AND SIDES OF GRAVEL CONCRETE BLOCK MINIMUM 16"x8"x4" CONCRETE BLOCKS UNDER FIRE HYDRANT AND GATE VALVE BLOCKING CONCRETE BLOCKING PER STD PLAN 330.1 SHEAR BLOCK 4'x4'x6" CONCRETE SHEAR BLOCK AROUND FIRE HYDRANT, SEE STANDARD DETAIL 310.2 PAVEMENT MARKER BLUE REFLECTIVE PAVEMENT MARKER PER STD PLAN 310.3 BE K MAIN ROADWAY OR NEARESTLANE CHANNELIZATION1'MIN A1' MIN 4" 4" MINIMUM F MATERIALS NOTES:1.FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF SAFETY YELLOW DTM ACRYLIC GLOSS OR ENAMEL PAINT.2.PUMPER NOZZLE TO FACE ROADWAY OR AS DIRECTED BY RRFA.3.A MINIMUM 3' RADIUS UNOBSTRUCTED WORKING AREA SHALL BE PROVIDED AROUND THE OUTSIDE OF THE HYDRANT. H H J G D C I B C D E F G H I J K F PUBLICWORKS DEPARTMENT APPROVED:DATEMartin Pastucha Public Works Administrator FIRE HYDRANT ASSEMBLY STD. PLAN - 310. 4'x4'x6" CONCRETE SHEAR BLOCK 4'x4'x6" CONCRETE SHEAR BLOCK ONE MAN ROCK 1 1 1 6 1 6 3' MIN RADIUS UNOBSTRUCTED WORKING AREA AROUND OUTSIDE OF FIRE HYDRANT 3' MIN RADIUS UNOBSTRUCTED WORKING AREA AROUND OUTSIDE OF FIRE HYDRANT CUT FILL NOTE: 4'x4'x6" CONCRETE SHEAR BLOCK AROUND FIRE HYDRANT WITH EXPANSION JOINT AT BACK OF SIDEWALK, FINISH TO MATCH SIDEWALK, ALL CONCRETE SHALL BE MINIMUM 3,000 PSI AND SHALL BE MECHANICALLY MIXED - JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator FIRE HYDRANT ASSEMBLY SHEAR BLOCK STD. PLAN - 310.2 6/28/2023 BLUE REFLECTIVE PAVEMENT MARKER, STIMSONITE MODEL C88 OR EQUAL, PLACED 4" FROM ROADWAY CENTERLINE AS INDICATED BELOW TWO LANE ROAD OFFSET MARKER ON SIDE STREETS WHERE THE HYDRANT IS WITHIN 20' OF A MAJOR STREET, THE MARKER SHALL BE INSTALLED ON THAT MAJOR STREET FOUR LANE ROAD OFFSET MARKER FIVE LANE ROAD OFFSET MARKER 4"0.7" MARKERMARKER MARKER MARKER PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator FIRE HYDRANT ASSEMBLY PAVEMENT MARKER STD. PLAN - 310.3 6/28/2023 CORPORATION STOP 1" BALL CORPORATION STOP WITH BALL VALVE, AWWA TAPERED THREAD (CC) INLET, QUICK JOINT OUTLET, FORD FB1000-4-Q-NL OR A.Y. MCDONALD 74701BQ TUBING 1" TYPE "K" SOFT COPPER TUBING METER SETTER 1" SETTER, QUICK JOINT INLET AND OUTLET, PADLOCK WINGS ON INLET ANGLE BALL VALVE, SINGLE CHECK VALVE ON OUTLET, FORD VBH74-15W-44-44-Q-NL, A.Y. MCDONALD 721-415WCQQ 44, OR MUELLER B-24701-6AN, INSTALL CENTERED AND SQUARED IN METER BOX, PROVIDE ADAPTERS FOR 5/8"x3/4" METERS WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE PROVIDED BY THE CITY METER BOX METER BOX, ARMORCAST A6001946PCX18, WITH METER BOX LID, ARMORCAST A6001969RCI-H7, TO READ RENTON WATER" COUPLER AND PLUG COUPLER (PACK JOINT x PACK JOINT), FORD C4#-4#-Q-NL, WITH 1" GALVANIZED PLUG IF SERVICE LINE TO PROPERTY IS TO BE INSTALLED IN THE FUTURE GRAVEL 1 1 4" WASHED GRAVEL PROPERTY LINECITY PIPING PIPING PRIVATE F BCB A D E FINISHED GRADE SIDEWALK 9" TO 12"IN UNIMPROVED ROW,INSTALL METER BOX AT PROPERTY LINE WITH 1" COPPER TAILPIECE 21" TO 30"LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN SERVICE LINE TO METER 22 1 2°24" TO 30" MAIN 12" PROPERTY LINEA MATERIALS B C D E F G G PUBLIC WORKS DEPARTMENTAPPROVED: DATEMartin Pastucha Public Works Administrator 1" WATER SERVICE STD. PLAN - 320.1 6/ A TEE 2" TAPPED REDUCING TEE (MJxFIPT)2" TAPPED REDUCING TEE (MJxFIPT) PIPE 2" BRASS NIPPLE (MIPT), 4" LENGTH 2" BRASS NIPPLE (MIPT), 4" LENGTH VALVE 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.7 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.7 VALVE BOX VALVE BOX AND LID PER STD PLAN 330.7 VALVE BOX AND LID PER STD PLAN 330.7 COUPLING 2" x 1 1 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C44-76-Q-NL OR EQUAL 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C84-77-Q-NL OR EQUAL TUBING 1 1 2" TYPE "K" SOFT COPPER TUBING 2" TYPE "K" SOFT COPPER TUBING BEND 1 1 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-66-Q-NL OR L41-66-Q-NL OR EQUAL 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-77-Q-NL OR L41-77-Q-NL OR EQUAL METER SETTER 1 1 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH86-12B-11-66-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (1 1 2"), BYPASS NOT PERMITTED ON IRRIGATION METERS 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH87-12B-11-77-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (2"), BYPASS NOT PERMITTED ON IRRIGATION METERS METER SPREADER 13 3 16" RIGID METER SPREADER (TEMPORARY)17 3 16" RIGID METER SPREADER (TEMPORARY) WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES METER BOX 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" COUPLER 1 1 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-6#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-7#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED GRAVEL CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED B C D E F G H I J K L PROPERTY LINEPROPERTY LINEFINISHED GRADE SIDEWALK 21" TO 30"24" TO 30"12"IN UNIMPROVED ROW INSTALL METER BOX AT PROPERTY LINE WITH 12" COPPER TAILPIECE CITY PIPING PIPING PRIVATE A B C D G H I JK F L M MAIN MATERIALS 1 1/2" SERVICE 2" SERVICE 9" TO 12" F E MPUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 1 1 2" AND 2" WATER SERVICE IN PLANTING STRIP STD. PLAN - NOTES: 1.MINIMUM BEARING AREA MUST BE ADJUSTED FOR PIPE SIZE, PRESSURE, AND SOIL CONDITIONS. 2.FITTINGS SHALL BE POLYWRAPPED PRIOR TO POURING CONCRETE BLOCKING. 3.CONCRETE BLOCKING SHALL BE CAST IN PLACE AND SHALL HAVE A MINIMUM OF 0.25 SF BEARING AREA AGAINST THE FITTING. 4.CONCRETE BLOCKING SHALL BEAR AGAINST FITTINGS ONLY AND SHALL BE CLEAR OF JOINTS TO PERMIT TAKING UP OR DISMANTLING JOINT. 5.CONTRACTOR SHALL INSTALL BLOCKING ADEQUATE TO WITHSTAND FULL HYDROSTATIC TEST PRESSURE AS WELL AS TO CONTINUOUSLY WITHSTAND OPERATING PRESSURE UNDER ALL CONDITIONS OF SERVICE. 6.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. 7.IN MUCK OR PEAT, ALL THRUSTS SHALL BE RESTRAINED BY PILES OR TIE RODS TO SOLID FOUNDATION OR MUCK OR PEAT SHALL BE REMOVED AND REPLACED WITH BALLAST OF SUFFICIENT STABILITY TO RESIST THRUST. 8.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS. MINIMUM BEARING AREA AGAINST UNDISTURBED SOIL (SF) * PIPE SIZE PRESSURE PSI) 4" 200 300 2/(1) 3/(2) 1/(NONE ) 2/(2) 1/(NONE ) 2/(1) NONE 1/(1) NONE NONE 6" 200 300 4/(3) 6/(4) 3/(2) 4/(3) 3/(1) 3/(2) 1/(1) 2/(1) 1/(NONE ) 1/(NONE ) 8" 200 300 7/(5) 11/(8) 5/(3) 8/(5) 4/(3) 6/(4) 2/(2) 3/(2) 1/(1) 2/(1) 10" 200 275 11/(8) 16/(11) 8/(6) 11/(7) 6/(4) 9/(6) 3/(2) 5/(3) 2/(1) 3/(2) 12" 200 250 16/(11) 24/(16) 11/(8) 17/(11) 9/(6) 13/(9) 5/(3) 7/(5) 3/(2) 4/(3) 14" 200 250 22/(13) 33/(22) 16/(11) 23/(16) 12/(8) 18/(12) 6/(4) 9/(6) 3/(2) 5/(3) 16" 200 225 29/(19) 32/(21) 21/(14) 23/(16) 16/(11) 17/(12) 8/(6) 9/(6) 5/(3) 5/(3) 18"200 36/(24)26/(17)20/(13)10/(7)5/(4) 20"200 45/(29)32/(21)24/(16)13/(8)7/(4) 24"200 64/(43)46/(30)35/(23)18/(12)9/(6) VALUES BASED ON SAFE BEARING LOAD OF 2,000/(3,000) PSF SOIL TYPE SAFE BEARING LOAD (PSF) MUCK OR PEAT 0 SOFT CLAY 1,000 SAND 2,000 SAND AND GRAVEL 3,000 CEMENTED WITH CLAY 4,000 HARD SHALE 10,000 E B D A C B A B C D E 11 1 4° BEND 22 1 2° BEND 45° BEND90° BEND CAP / PLUG TEE PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator CONCRETE BLOCKING FOR HORIZONTAL FITTINGS STD. PLAN - 330.1 6/28/2023 NOTES: 1.CONCRETE BLOCKING SIZES BASED ON 200 PSI HYDROSTATIC PRESSURE AND 3,000 PSI CONCRETE. 2.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. 3.PIPE CLAMPS AND ANCHOR RODS SHALL BE INSTALLED PER STD PLAN 330.4. 4.FITTINGS SHALL BE POLYWRAPPED AFTER INSTALLATION OF PIPE CLAMPS AND ANCHOR RODS PRIOR TO POURING CONCRETE BLOCKING. 5.WATER MAIN SHALL NOT BE PRESSURIZED UNTIL ALL TRENCHING WITHIN 100' OF VERTICAL BEND IS BACKFILLED AND COMPACTED TO MINIMUM 3' COVER. 6.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS. MINIMUM DIMENSIONS PIPE SIZE BEND VOLUME CF)A D *L 4" 11 1 4°8 2.0'3 4"1.5' 22 1 2°11 2.2' 3 4"2.0' 45°30 3.1' 6" 11 1 4°11 2.2' 3 4"2.0'22 1 2°25 2.9' 45°68 4.1' 8" 11 1 4°16 2.5' 3 4"2.0'22 1 2°47 3.6' 45°123 5.0' 12" 11 1 4°32 3.2' 3 4" 2.0' 22 1 2°88 4.5'3.0' 45°232 6.1'2.5' 16" 11 1 4°70 4.1'1"3.0' 22 1 2°184 5.7' 1 1 8"4.0' 45°478 7.8' 20" 11 1 4°91 4.5' 1 1 4" 3.0' 22 1 2°225 6.1' 4.0' 45°560 8.2' 24" 11 1 4°128 5.0'1 1 4"3.5' 22 1 2°320 6.8' 1 3 8"4.5' 45°820 9.4' D = ANCHOR ROD DIAMETER 45° BEND L L A A A A L L 11 1 4° AND 22 1 2 ° BENDS PIPE CLAMP AND ANCHOR ROD PIPE CLAMP AND ANCHOR ROD PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator CONCRETE BLOCKING FOR VERTICAL FITTINGS STD. PLAN - 330.2 6/28/2023 NOTES: 1.NO CHANGE IN PIPE DIRECTION OR DIAMETER SHALL OCCUR WITHIN 36' OF THE VERTICAL BEND. BENDS, TEES, REDUCERS, ETC. BEYOND THE 36' LIMIT MAY BE RESTRAINED BY STANDARD CONCRETE BLOCKING PER STD PLANS 330.1 AND 330.2. 2.FITTINGS SHALL BE POLYWRAPPED AFTER INSTALLATION OF PIPE CLAMPS AND ANCHOR RODS PRIOR TO POURING CONCRETE BLOCKING. 3.PIPE CLAMPS AND ANCHOR RODS SHALL BE INSTALLED PER STD PLAN 330.4. 4.JOINT RESTRAINT SHALL BE MEGALUG SERIES 1100 OR EQUAL. 5.WATER MAIN SHALL NOT BE PRESSURIZED UNTIL ALL TRENCHING WITHIN 100' OF VERTICAL BEND IS BACKFILLED AND COMPACTED TO MINIMUM 3' COVER. 6.90° VERTICAL BENDS SHALL ONLY BE INSTALLED WHERE GIVEN PRIOR APPROVAL BY THE CITY. 7.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. 8.BACKFILL TRENCH BEYOND 90° VERTICAL BLOCK WITH CRUSHED SURFACING TOP COURSE MATERIAL COMPACTED TO 95% MDD. CRUSHED BACKFILL SHALL EXTEND 20' BEYOND BLOCK OR TO FIRM BEARING TRENCH WALL, WHICHEVER IS LESS. 9.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS. MINIMUM DIMENSIONS PIPE SIZE BEND VOLUME CF)A D *L 4" 11 1 4° BLOCKING NOTREQUIRED221 2° 45° 90°16 2.5'3 4"2.0' 6" 11 1 4° BLOCKING NOT REQUIRED 22 1 2° 45°13 2.3'3 4"2.0' 90°43 3.5'3 4"2.0' 8" 11 1 4° BLOCKING NOT REQUIRED 22 1 2° 45°33 3.2'3 4"2.0' 90°86 4.4'3 4"2.0' 10" 11 1 4°BLOCKING NOT REQUIRED 22 1 2°13 2.3'3 4"2.0' 45°64 4.0'3 4"2.0' 90°141 5.2'1"3.5' 12" 11 1 4°BLOCKING NOT REQUIRED 22 1 2°20 2.7'3 4"2.0' 45°111 4.8'3 4"2.0' 90°206 5.9'1 1 8"4.0' D = ANCHOR ROD DIAMETER MINIMUM DIMENSIONS BASED ON FOLLOWING CONDITIONS: PIPE RESTRAINED MINIMUM 36' ON EACH SIDE OF BEND SAFE BEARING LOAD = 1,000 SF CONCRETE STRENGTH = 3,000 PSI CONCRETE WEIGHT = 150 PCF HYDROSTATIC PRESSURE = 200 PSI TRENCH = TYPE 2 FLAT BOTTOM TRENCH WITH LIGHTLY CONSOLIDATED BACKFILL PER ANSI/AWWA C150/A21.50 FACTOR OF SAFETY = 1.5 SOIL FRICTIONAL RESISTANCE BASED ON COHESIVE GRANULAR SOIL (GC+SC), SAND, GRAVEL, CLAY MIXTURE CONCRETE BLOCKING DESIGN MUST BE ADJUSTED FOR VARIANCES IN ANY OF THESE CONDITIONS. 45° BEND L L A A A A L L 11 1 4° AND 22 1 2 ° BENDS PIPE CLAMP AND ANCHOR ROD PIPE CLAMP AND ANCHOR ROD A A L L 90° BEND PIPE CLAMP AND ANCHOR ROD PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator CONCRETE BLOCKING FOR VERTICAL FITTINGS WITH RESTRAINED JOINTS STD. PLAN - 330.3 6/28/2023 WATER MAIN PIPE CLAMP HEAVY DUTY HOT-DIPPED GALVANIZED PIPE CLAMP, COOPER B-LINE B3132 OR EQUAL, WITH OPENINGS TO ACCOMMODATE ANCHOR ROD DIAMETER ANCHOR ROD ALL-THREAD ROD, ASTM A242 CORTEN OR STAINLESS STEEL, SIZE PER STD PLAN 330.2 AND STD PLAN 330.3 NUT HEAVY HEX NUT, ASTM A563 GRADE C3 OR STAINLESS STEEL 316SS, SIZE TO MATCH ANCHOR ROD DIAMETER, TIGHTEN TOP NUTS TO TENSION BOLTS AND LOWER NUTS TO COMPRESS CLAMP SNUG WASHER ROUND FLAT STRUCTURAL WASHER, CORTEN OR STAINLESS STEEL 316SS, SIZE TO MATCH ANCHOR ROD DIAMETER A MATERIALS B C D A B C D PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator CONCRETE BLOCKING PIPE CLAMP AND ANCHOR RODS STD. PLAN - 330.4 6/28/2023 NOTES: 1.SHACKLE RODS SHALL BE USED AS A JOINT RESTRAINT SYSTEM WHERE INDICATED IN THE PLANS OR SPECIFICATIONS OR WHERE OTHERWISE REQUIRED BY THE ENGINEER. 2.INSTALL THE JOINT RESTRAINT SYSTEM IN ACCORDANCE WITH MANUFACTURER'S DIRECTIONS TO ENSURE ALL JOINTS ARE MECHANICALLY LOCKED TOGETHER. 3.EYE BOLTS SHALL BE INSTALLED TO PULL AGAINST THE MJ BODY AND NOT THE MJ FOLLOWER. TORQUE NUTS AT 75-90 FT-LB. 4.INSTALL RODS AT EQUAL THREAD DEPTH INTO COUPLING NUTS. ARRANGE RODS SYMMETRICALLY AROUND THE PIPE. 5.WHERE A MJ VALVE OR FITTING IS SUPPLIED WITH SLOTS FOR "T" BOLTS INSTEAD OF HOLES, AN ADAPTER (FLXMJ) SHALL BE USED TO PROVIDE ADEQUATE SPACE FOR TIE BOLT INSTALLATION. 6.NO RUN OF RESTRAINED PIPE SHALL BE GREATER THAN 60' IN LENGTH BETWEEN FITTINGS. INSTALL LONG BODY SLEEVES WHERE A CONTINUOUS RUN OF PIPE GREATER THAN 60' IS REQUIRED TO BE RESTRAINED. 7.CONTINUOUSLY RESTRAINED RUNS SHALL USE MJ PIPE WITH EYE BOLTS INSTALLED AS ROD GUIDES AT EACH JOINT. ROD 3/4" ALL-THREAD ROD, ASTM A242 CORTEN OR STAINLESS STEEL, SIZE AS FOLLOWS: MAIN DIAMETER NUMBER OF RODS 4", 6"2 8", 10", 12"4 16", 18"8 20"10 EYE BOLT 3/4" 90° EYE BOLT, CORTEN, WITH EYE TO ACCOMMODATE 3/4" ROD, ROMAC OR EQUAL COUPLING NUT 3/4" FULL HEX COUPLING NUT WITH CENTER STOP, ASTM A563 GRADE OR STAINLESS STEEL WASHER 3/4" ROUND FLAT STRUCTURAL WASHER, CORTEN OR STAINLESS STEEL 316SS NUT 3/4" HEAVY HEX NUT, ASTM A563 GRADE C3 OR STAINLESS STEEL 316SS A MATERIALS B C D E MAX 60' CA DEB PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator SHACKLE ROD JOINT RESTRAINT SYSTEM STD. PLAN - 330.5 6/28/2023 VALVE OPERATING NUT EXTENSION VALVE MARKER POST SECTION A-A AA VALVE BOX AND LID NOTES: 1.EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN 3' BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MINIMUM OF 1' LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. 2.ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED, WITH ANTICORROSION COATING CONFORMING TO AWWA C210 NOTES: 1.VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS. 2.DISTANCE TO VALVE SHALL BE NEATLY STENCILED ON THE POST WITH 2" NUMERALS. MAIN 3" MIN VALVE BOX TWO-PIECE VALVE BOX WITH REGULAR BASE SECTION TO FIT AND STANDARD 8" TOP SECTION, OLYMPIC FOUNDRY INC 940 OR RICH #045 (NON-LOCKING) VALVE BOX LID COVER TO MATCH VALVE BOX MANUFACTURER, TO READ "WATER", WITH EARS IN DIRECTION OF WATER MAIN HMA COLLAR 8" THICK HMA FOR VALVE IN PAVED AREA OR 3'x3'x6" CONCRETE PAD IN UNPAVED AREA OPERATING NUT EXTENSION SEE DETAIL, THIS SHEET MARKER POST WHITE MARKER POST WITH ANCHOR BARB AND BLUE LABEL TO READ WATER", CARSONITE UTILITY MARKER CRM3-066-08 OR EQUAL A B C D E MATERIALS 3 3 4" 62" 34" 24" 12" 8" TO 12" 2" SQUARE OPERATING NUT 4 1 4" DIAMETER 1 8" MIN THICKNESS 1" DIAMETER STEEL, LENGTH AS REQUIRED 1 8" MIN THICKNESS 2 1 4" INSIDE MEASUREMENT 2 1 4" DEPTH D A C B E PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator VALVE BOX, OPERATING NUT EXTENSION, AND MARKER POST STD. PLAN - 330.7 6/28/2023 PLAN PROFILE TEE MAIN LINE TEE WITH 4" SIDE OUTLET (MJxFL) WITH PLUG (MJ) GATE VALVE 4" GATE VALVE WITH 2" SQUARE OPERATING NUT AND VALVE OPERATING NUT EXTENSION AS REQUIRED PER STD PLAN 330.1 VALVE BOX AND LID VALVE BOX AND LID PER STD PLAN 330.8 FLANGE 4"x2" TAPPED FLANGE (FLxFIPT) PIPE 2" BRASS OR BRONZE NIPPLE, LENGTH TO FIT BEND 2" 90° BRASS BEND (FIPT x PACK JOINT), FORD C14-77-Q-NL OR EQUAL ADAPTER 2"x2 1 2" BRASS ADAPTER (FIPTxMNST) CAP 2 1 2" CAP (FNST) WITH GASKET, NOT VENTED METER BOX AND LID METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ RENTON WATER", EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH SIDES OF METER BOX BLOCKING CONCRETE BLOCKING PER STD PLAN 330.1 FINISHED GRADE MAIN A C DB F E 6" E G I I A B D H 4" TO 6" H A B C D E F G H I J J J MATERIALS PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator 2" BLOW-OFF ASSEMBLY PERMANENT) STD. PLAN - 340.1 6/28/2023 330.7 A PLUG OR CAP MAIN LINE PLUG OR CAP WITH 2" TAP (FIPT) PIPE 2" CLOSE NIPPLE BEND 2" 90° BRASS BEND (FIPTxFIPT) PIPE 2" BRASS OR BRONZE NIPPLE, LENGTH TO FIT GATE VALVE 2" GATE VALVE (FIPTxFIPT) WITH SQUARE OPERATING NUT AND VALVE OPERATING NUT EXTENSION AS REQUIRED PER STD PLAN 330.1 VALVE BOX AND LID VALVE BOX AND LID PER STD PLAN 330.8 BLOCKING CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS. D B C E F G PROFILE PLAN WATER MAIN C D A B C D E E F C D D D C C G 18" MATERIALS PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator 2" BLOW-OFF ASSEMBLY TEMPORARY) STD. PLAN - 340.2 6/28/2023 CORPORATION STOP 1" BALLCORP WITH AWWA TAPERED (CC) INLET AND COPPER THREAD OUTLET, FORD FB600-4-NL OR EQUAL SWING JOINT 1" BRASS SWING JOINT PIPE 1" TYPE "K" SOFT COPPER TUBING COUPLING 1" STRAIGHT COUPLING (MIPT x PACK JOINT), FORD C84-44, MUELLER H15428, OR EQUAL GATE VALVE 1" BRONZE GATE VALVE, THREADED, RED-WHITE VALVE NO. 280, OHIO BRASS NO. 2500, OR EQUAL UNION 1" BRASS UNION PIPE 1" BRASS NIPPLE AIR & VACUUM RELEASE VALVE ASSEMBLY 1" AIR AND VACUUM RELEASE VALVE ASSEMBLY, APCO NO. 143-C, VAL-MATIC NO. 201-C, OR CRISPIN UL10, OR EQUAL PIPE 1" GALVANIZED IRON NIPPLE BEND 1" 90° GALVANIZED IRON BEND UNION 1" GALVANIZED IRON UNION PIPE 1" GALVANIZED IRON PIPE, LENGTH TO FIT SWING JOINT ( 1) 2"X1" BELL REDUCER 2) 2" 90° STREET ELLS PIPE 2" GALVANIZED IRON PIPE, LENGTH TO FIT, FIELD LOCATE BEND 2" 180° RETURN BEND, OPEN PATTERN STRAINER 2" BEEHIVE STRAINER METER BOX AND LID METER BOX, ARMORCAST A6001946PCX18, WITH METER BOX LID, ARMORCAST A6001969RCI-H7, TO READ RENTON WATER" GRAVEL 1 1 4" WASHED GRAVEL A B C D E F G H I J K L M N O P Q R 12" MIN A B C D E F G B G H I J K L M N O P Q 6" MIN 5" TO 18" NOTES: 1.AIR AND VACUUM RELEASE VALVE ASSEMBLY MUST BE INSTALLED AT THE HIGHEST POINT IN THE WATER MAIN. IF THE HIGH POINT FALLS IN A LOCATION WHERE THE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL DEPTH OF MAIN TO CREATE THE HIGH POINT AT A LOCATION WHERE THE ASSEMBLY CAN BE INSTALLED. 2.LOCATE METER BOX OUTSIDE OF TRAFFIC AREAS, BEHIND THE CURB. MAIN R MATERIALS FINISHED GRADE PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator 1" AIR AND VACUUM RELEASE VALVE ASSEMBLY STD. PLAN - 340.3 6/28/2023 I DocuSign Envelope ID:345B681D-914F-4F2D-AB59-7C192D3B78A3 1 1 i REMOVE MANHOLE COVER, i 1 IN ROADWAYS, RESTORE PER FRAME, ADJUSTMENT RINGS Et STANDARD PLAN 110.1. AND CONE (OR FLAT TOP) 118 OUTSIDE OF ROADWAYS, RESTORE TO A DEPTH OF AT LEAST awl TO MATCH THE ADJACENT AREA. 4 FEET BELOW THE FINISHED GRADE ELEVATION. 2{- f I• •. cam• 4. COMPACTED SAND, fAir. 12:. •,' —'GRAVEL BORROW OR CDF 444111 1- t ; OW ew CONCRETE PLUG 2 y . \ MINIMUM OF 12" IN LENGTH) y ! tiS•! y ? •' A CONCRETE PLUG s!,,Mi•'',41 MINIMUM OF 12" IN LENGTH) w91- DRAINAGE HOLE TYPICAL) NOTES: 1. DRILL A MINIMUM OF 4 — 2" DRAINAGE HOLES IN THE BOTTOM OF THE MANHOLE. 2. PLUG ALL INCOMING AND OUTGOING PIPES WITH CONCRETE. 3. FILL THE MANHOLE WITH COMPACTED SAND, GRAVEL BORROW (SECTION 9-03.14(1)) OR CDF. 4. DEBRIS FROM BREAKING THE UPPER PORTION OF THE MANHOLE MAY BE MIXED WITH THE FILL MATERIAL SUBJECT TO THE APPROVAL OF THE ENGINEER. 5. THE FRAME AND COVER SHALL BE SALVAGED AND ALL OTHER MATERIAL DISPOSED OF. s Y r„d Ykor iW e 0,,, STD.PLAN-400.5 PUBLIC WORKS rzPPR 6p y Eeby. DEPARTMENT ABANDON MANHOLE Martin PastL S#i/2o2o 12:55 9F N T O Ri DATEF8449D... DocuSign Envelope ID:345B681 D-914F-4F2D-AB59-7C192D3B78A3 r<) r-1 r 7 I EX. SEWER MAIN I PROPERTY LINE I r SPOOL Z LENGTH AS NEEDED) 3' 0" MIN. o 6" SEWER STUB n MitFUTURE 4" SIDE SEWER EiI IMI[i[oi;llic IDE 3 1 II t f \- 2'•x 4" STUD MARKING POST PAINTEDt6" CAP WHITE WITH THE WORD "SEWER" STENCILEDIlSEWERMAINTEEX6" TEE I IN 3" HIGH BLACK LETTERS AND #6 WIRE SIDEWALK z WRAPPED AROUND THE STUD AND ii w\ I al EXTENDED TO THE TOP OF THE STUD. I i ` COUPLING (TYP.) L_J L J : Q t.J 13 6"X6"X6" SURFACE CLEANOUT WITH CAST IRON RING AND COVER EAST JORDAN IRON WORKS PRODUCT NO. 00367502 OR I r APPROVED EQUAL, SPECIFY "SEWER" ON LID), o CLEANOUT TO BE CENTERED IN A 2'x2' CONCRETE PAO. III CONCRETE PAD TO BE 8" IN DEPTH. 1 rT T- J r T BEND AS 8' REQUIRED EXISTING SANITARY SEWER MAIN 2 0% MIN. SLOPE FUTURE 4" SIDE SEWER 6" SEWER STUB 6"X6"X6" WYE FUTURE 6"x 4" REDUCER SEWER MAIN SIZE X 6" TEE ACCEPTABLE PROCEDURES FOR SIDE SEWER CONNECTIONS TO EXISTING SEWER MAIN A. VITRIFIED CLAY MAIN - CUT IN A NEW PVC "TEE" USING "STRONG-BACK" FLEXIBLE COUPLINGS (FERNCO OR APPROVED EQUAL). B. CONCRETE MAIN - CUT IN A NEW PVC "TEE" USING "STRONG-BACK" FLEXIBLE COUPLINGS (FERNCO OR APPROVED EQUAL). C. PVC & C900 PVC MAIN - CUT IN NEW TEE USING RIGID COUPLINGS OR CORE-DRILLED WITH A ROMAC SADDLE OR APPROVED EQUAL). D. DUCTILE IRON MAIN - CORE-DRILLED WITH A ROMAC SADDLE (OR APPROVED EQUAL) E. LINED MAIN - CONNECTION TO SEWER MAINS THAT HAVE BEEN LINED (CIPP, ETC.); CUT IN A NEW PVC "TEE" USING STRONG-BACK" FLEXIBLE COUPLINGS (FERNCO OR APPROVED EQUAL). F. HDPE - CORE-DRILLED WITH A ROMAC SADDLE. "INSERTA-TEE" MAY BE USED ON SEWER MAINS 12" DIAMETER OR LARGER. G. MANHOLE CONNECTION - ALL CONNECTIONS TO MANHOLES SHALL BE AT MANUFACTURED KNOCK-OUTS OR THE STRUCTURE SHALL BE CORE-DRILLED AND USE KOR-N-SEAL BOOTS OR APPROVED EQUAL. NOTES: 1. PRIOR TO INSTALLATION OF A SANITARY SEWER STUB, A SIDE SEWER STUB PERMIT MUST BE PURCHASED FROM THE CITY OF RENTON PUBLIC WORKS DEPARTMENT. 2. UNLESS OTHERWISE SHOWN ON PLAN. SIDE SEWER SHALL HAVE A MINIMUM 2.5' COVER AT PROPERTY LINE OR 3-5' LOWER THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER. 3. SIDE SEWERS SHALL HAVE A MINIMUM 2 % SLOPE UNLESS APPROVED BY THE PUBLIC WORKS INSPECTOR. 4. FOR INSPECTION OF THE SIDE SEWER STUB, CALL 24 HOURS IN ADVANCE. THE INSPECTION PHONE NUMBER IS ON THE SIDE SEWER STUB PERMIT. SITE MUST BE READY FOR INSPECTION AND A REPRESENTATIVE ON SITE WHEN INSPECTOR ARRIVES AT THE APPOINTED TIME. DO NOT BACKFILL THE TRENCH UNTIL APPROVAL IS GIVEN BY THE INSPECTOR. 5. ALL TRENCH RESTORATION FOR SIDE SEWERS IN THE PUBLIC RIGHT-OF-WAY SHALL CONFORM TO STANDARD PLAN 110 OR 110.2. 6. THE SIDE SEWER STUB SHALL HAVE PIPE BEDDING IN ACCORDANCE WITH STANDARD PLAN 405. 7. ALL SIDE SEWER STUBS SHALL BE INSTALLED BY A CONTRACTOR LICENSED AND BONDED IN THE STATE OF WASHINGTON. V °<SIDE SEWER STUB STD.PLAN-4016.1 PUBLIC WORKS j INSTALLATION AP t$g°' DEPARTMENT Martin Pastuch '26/202c 1 12: SEWER MAIN TO PROPERTY LINE) nw.8BAS$3F098B4490_ Pubic WorY.AAmini,tr.br DATE -' -' UJ □ □ ::J z c::: UJ LL ;;.: cc I □ 1IT 3IT 10'···_· _·_· ·_· -----~. .. ... .... ... .------------,1 \ YELLOW-=RLINE, CENTERLINE & LANE LINE WHITE -LANE LINE 10' ... 30' 10' YELLOW NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE 10' ... 30' REVERSIBLE LANE LINE 10' 30' 10'--_· --•-· _-._--T \WHITE WIDE BROKEN LANE LINE SEE CONTRACT FOR LENGTH \ YELLOW OR WHITE - SEE NOTE 2 EDGE LINE & SOLID LANE LINE NOTES 1. Dotted Extension Line shall be the same color as the line it is extending. 2. Edge Line shall be white on the right edge of traveled way, and yellow on the left edge of traveled way (on one-way roadways). Solid Lane Line shall be white . 3. The distance between the lines of the Double Centerline shall be 12" everywhere, except 4" for left-turn channelization and narrow roadways with lane widths of 10 feet or less. Local Agencies (on non-state routes) may specify a 4" distance for all locations. The distance between the lines of the Double Lane Line shall be 4". ~--------------------4" OR 12" -~ _[ SEE NOTE 3~i==~---------~T ~t DOUBLE CENTERLINE & DOUBLE LANE LINE SEE CONTRACT FOR LENGTH L~I-------~- \ WHITE WIDE EDGE LINE & WIDE SOLID LANE LINE OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS SEE CONTRACT FOR LENGTH tL~--------~- ~t L ~------~+----- DOUBLE WIDE LANE LINE SEE CONTRACT FOR LENGTH YELLOW -DBL. CENTERLINE, WHITE -DBL. LANE LINE Aug 1, 2022 LONGITUDINAL MARKING PATTERNS STANDARD PLAN M-20.10-04 SHEET 1 OF 4 SHEETS APPROVED FOR PUBLICATION Aug 2, 2022 STATE DESIGN ENGINEER...... BARRIER LINE YELLOW ~• Washingtan State Department of Transportation ...I ...I w Cl Cl :::i z 0::: w u. ~i'--~~· DOTTED LANE LINE WHITE _s r-~ -------~ YELLOW OR WHITE - SEE NOTE 1 DOTTED EXTENSION LINE ROUNDABOUT SPECIFIC LINES •• • •• 3' .. 2' .. 3' .. .... l 6' 3' • • • • 3" • ,. _9•--i-3•l ~8" t ---------- WHITE WIDE DOTTED LANE LINE 6' l 6' l WIDE DOTTED EXTENSION LINE 6' 8" -----------------~\ YELLOW OR WHI~ WIDE DOTTED ENTRY LINE STRONG LANE LINE -SEE NOTE 1 OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS 4' 3' 4' •• ·•-· ----· ·•-· ---•• I 8" WHITE WIDE DOTTED CIRCULATING LANE LINE 6' l 8" ~ WHITE Aug 1, 2022 LONGITUDINAL MARKING PATTERNS STANDARD PLAN M-20.10-04 SHEET 2 OF 4 SHEETS APPROVED FOR PUBLICATION ,U,.,,,.£. AA/u,u-✓ Aug 2, 2022 Mark Gaines \Aug 2, 2022 10:17 PDT) STATE DESIGN ENGINEER..., ~• Washingtan State Department of Transportation -' -' LU Cl Cl ::J z r:r: LU LL :;.: CD Ir:r: Cl -·1· -·1· 10' T 10' T 10' T 10' T DIRECTION OF TRAFFIC -(TYPICAL) 20' T 10' YELLOW~ CENTERLINE, 7 WHITE -LANE LINE CENTERLINE & LANE LINE 20' T 10' I YELLOW J) T 10' T 10' l ~r:\ ==i: ~ t\ ~ BLACK CON:RAST STRIPING (TYP.) NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE 10' 10' 20'-·1 -· _·_· -10' 10'l ·_· --~~, YELL~:o~w~y~E~~~~~===:,:;::B:LA=C::~ STRIPING (TYP.) REVERSIBLE LANE LINE .. T l -·-· -T T---~ c====•----WHITE[I1====::::11••\--B·~=NTRAST 10' 10' 20' 10' 10' STRIPING (TYP.) WIDE BROKEN LANE LINE NOTE 1. Dotted Extension Line shall be the same color as the line it is extending. ~ / ISOMETRIC VIEW Aug 1, 2022 LONGITUDINAL MARKING PATTERNS STANDARD PLAN M-20.10-04 SHEET 3 OF 4 SHEETS APPROVED FOR PUBLICATION Aug 2, 2022 STATE DESIGN ENGINEER...... ~• Washington State Department of Transportation ....I ....I w 0 0 ::J z 0::: w u.. •• ·_· 3' ·_· 3' ·_· _6' _·_· 3' ·_· 3' ·•· •• BLACK CONTRAST 7 STRIPING (TYP.) DOTTED LANE LINE \-WH-IT-E --~ DIRECTION OF TRAFFIC (TYPICAL) 4" 6' 6' 6' 6'--·1 -· __· --1 -· --1 -· -l .. WIDE DOTTED EXTENSION LINE ___ 3• T2· ___ 3' T BLACK CONTRAST STRIPING (TYP.) WHITE WIDE DOTTED ENTRY LINE ROUNDABOUT SPECIFIC LINES 2' • 1 ... ... ~12" 6' ••• BLACK CONTRAST STRIPING (TYP.) .. ·1 _· 3' ·1 _· 3' ·1 _· _6' _·_· 3' · 1 . 3' BLA~K CONTRAST~--------~-~­ WHITE 3' STRIPING (TYP.) WIDE DOTTED LANE LINE T 2· T 2· ___ •• _ 1 _ 2· _ 1 _ 2· _ 1 _ BLACK CONTRAST / STRIPING (TYP.) \ YELLOW OR WHITE (SEE NOTE 1) DOTTED EXTENSION LINE • •• -----... 6' 3' YELLOW OR WHITE (SEE NOTE 1) STRONG LANE LINE 4" · 1 ... CX) f OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS .. 4' ••• 3' • •• 4' ••• 3' .. BLACK CONTRAST~ - \ WHITESTRIPING (TYP.) WIDE DOTTED Cl RC ULATING LANE LINE .. rof Aug 1, 2022 LONGITUDINAL MARKING PATTERNS STANDARD PLAN M-20.10-04 SHEET 4 OF 4 SHEETS APPROVED FOR PUBLICATION Mark Gaines \Aug 2, 2022 10:17 PDT) Aug 2, 2022 STATE DESIGN ENGINEER...... ~• Washingtan State Department of Transportation TAPER DIVIDER ENDS NOTES TO MATCH INSIDE ~ -=:?---... ,,,,._-------<lllllllll> ~-JUNCTION BOX DIMENSION TABLE 1. All box dimensions are approximate. Exact configurations vary among manufacturers. TAPER OF BOX ""'-BOX INTERIOR LENGTH-1/16" (TYP.))---,-,-.,----,~ 5/16" (IN) X 1 1/2" (IN) s. s. 1/4 5/16" (IN) X 1" (IN) s. s. COUPLING NUT \ ~ BOX TYPE a:: ITEM c( b ..... SET SCREW (TYP.~ ~,, ---';:= _ (TYP.) -~--- 10 GAGE L..-----------------....1 GALVANIZED :::IE A OUTSIDE LENGTH OF JUNCTION BOX TYPE1 22" TYPE2 33" 2. Minimum lid thickness shown. Junction Boxes installed in sidewalks, walkways, and shared-use paths shall have a slip-resistant coating on the lid and lip cover plate, and shall be installed with the surface flush with and matched to the grade of the sidewalk, walkway, or shared-use path. The non-slip lid shall be identified with permanent markings on the underside, indicating the type of surface treatment (see Contract Documents for details) and the year of manufacture. The permanent marking shall be 1/8" (in) line thickness formed with a mild steel weld bead and shall be placed prior to hot-dip galvanizing. LID SUPPORT (TYP.) (SEE NOTE 3) GROUND STUD (SEE NOTE4) COUPLING NUT FOR ALTERNATIVE 2 - SEE SHEET2 LID LIFTING NOTCH - 1/4" (IN) X 3/4" (IN) HEADED ANCHOR SHEAR STUD-3/8" (IN) x 3" (IN) 10 COUNT STUDS EVENLY SPACED AROUND FRAME (PLACE TO SIDE OF LID BOLT DOWN SUPPORT A- NGLE WHEN USING LOCK- ING DETAIL ALTERNATIVE 2) (SEE NOTE 11) 1 3/8" (IN) DIAM. HOLE WITH 1/2-13 x 1 1/2 STAINLESS STEEL PENTA HEAD BOLT BOLT PLATE-SEE DETAIL TOP OF SOIL SURFACE OR FINISHED GRADE ~w oc ...J~ WCJ me ::!:w ::J::c :!:en zz ~u::: = w "<t::c Nl- 3/4 3/4 DIVIDER PLATE ELEVATION VIEW (FOR TYPE 2 JUNCTION BOX ONLY) A c E • I ----d 6----- LOCKING LID STANDARD DUTY JUNCTION BOX (CONDUITS NOT SHOWN) A GROUNDING STUD (SEE NOTE 4) 3/8" (IN) STEEL COVER PLATE ~ GRS CONDUIT SECTION 0 4" (TYP.) STEEL B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1/2" SIDE VIEW c INSIDE LENGTH OF JUNCTION BOX 18"-19" 28"-29" D INSIDE WIDTH OF JUNCTION BOX 13"-14" 17"-18" 3. Lid support members shall be 3/16" (in) minimum thick steel C, L, or T shape, welded to the frame. .I E LID LENGTH 17 5/8" 28 5/8" F LID WIDTH 12 5/8" 18 1/8" CAPACITY-CONDUIT DIAMETER 6" 12" 4. A 1/4-20 NC x 3/4" (in) stainless steel ground stud shall be welded to the bottom of the lid; include (2) stainless steel nuts and (2) stainless steel flat washers. 5. Bolts and nuts shall be liberally coated with anti-seize compound . 3/16" (TYP.) 6. Equipment Bonding Jumper shall be # 8 AWG min. x 4' (ft) of tinned braided copper. 0 ' ' ' ' ' DIAMOND PATTERN (SEE NOTE 2) 3/8" (IN} STEEL COVER LIP PLATE (TYP.) LID SUPPORT (TYP.) HEADED ANCHOR SHEAR STUD (TYP.) (SEE NOTE 11) 7. The System Identification letters shall be 1/8" (in) line thickness formed with a mild steel weld bead. See Cover Marking detail. Grind off diamond pattern before forming letters. For System Identification details, see Standard Specification 9-29.2(4}. 8. When required in the Contract, provide a 1 0" (in) x 27 1/2" (in), 10 gage divider plate, complete, with fasteners, in each Type 2 Junction Box where specified. 9. When required in Contract, provide a 12" (in) deep extension for each Type 2 Junction Box where specified. 10. See the Standard Specifications for alternative reinforcement and class of concrete. 11. Headed Anchor Shear Studs must be welded to the Steel Cover Lip Plate and wire tied in two places to the vertical Welded Wire Fabric when in contact with each other. Wire tie all other Headed Anchor Shear Studs to the horizontal Welded Wire Fabric. ~ 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of ~ welding. Attachment Tab shown depicts a typical component arrangement; actual configurations of ~ assembly will vary among manufacturers. See approved manufacturers' shop drawings for specifics. ~ 13. Unless otherwise noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults, and 1 • f Pull Boxes shall not be placed within the sidewalks, walkways, shared use paths, traveled ways or paved 111<•• shoulders. All Junction Boxes, Cable Vaults, and Pull Boxes placed within the traveled way or paved "-11~. shoulders shall be Heavy-Duty. WELDED WIRE HOOP (TYP.) (SEE NOTE 10) WWF WIRE TIED TO 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6" (in) min. to 8" (in) HEADED ANCHOR max. for final grade of new construction only. See Standard Specification 8-20.3(5}. Where adjustments fn\D SHEAR STUD (TYP.) are to be made to existing Junction Boxes, or for interim construction stages during the contract, the SECTION V limits shall be from 6" (in) min. to 10" (in) max. See Standard Specification 8-20.3{6}. PERSPECTIVE VIEW 3/8" (IN) STEEL COVER LIP PLATE 0 Equipment Grounding j. B GROUND STUD (SEE NOTE 4) COUPLING NUT FOR ALTERNATIVE 2 - SEE DETAIL "E" ALTERNATIVE 2 TOP OF PAVED SURFACE b ' ;.... w ::cW l-en ~a:: o::J ....~o wU caw :!:en ::J~ ::!:u. zo ~a. ~~ N Conductor ~ Copper Solderless 3/8" (IN) STEEL Crimp Connector COVER LIP PLATE ~ Equipment Bonding Jumper (See Note 6) ~ See Contract for conduit size and number COVER MARKING DETAIL :::: 1"(TYP.>. 1 r-:::: 1"(TYP.) lli s_[ 1/2" (TYP.) 1=---f 1.1 1/2 MIN. 3 SECTION 0 (CONDUITS NOT SHOWN) LID SUPPORT (TYP.) - L SHAPE SHOWN (SEE NOTE 3) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD (TYP.) WELDED WIRE FABRIC (TYP.) 0/'I'NF) 4x4-W2.9xW2.9 (6 GAGE) (SEE NOTE 10) WELDED WIRE HOOP (TYP.) W2.9 (6 GAGE) (SEE NOTE 1 0) LOCKING LID STANDARD DUTY ~UNCTION BOX TYPES 1 & 2 STANDARD PLAN ~-40.10-04 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ...... ... Washington State Department of Transportation 1/2-13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER 1 LID LIFTING NOTCH -1/4" (IN) x 3/4" (IN) LID SUPPORT-L SHAPE SHOWN (SEE NOTE 3) 1 3/8" (IN) DIAM. HOLE BOLT PLATE CHANNEL- SEE DETAIL 1 5/8" (IN) SLOTTED S. S. CHANNEL WITH S. S. CHANNEL NUT AND SPRING LID SUPPORT- L SHAPE SHOWN (SEE NOTE 3) 3/8" (IN) STEEL COVER LIP PLATE 3/16 WWF-TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/8" (IN) X 3" (IN) HEADED ANCHOR SHEARSTUD- WELDEDTO LIP PLATE 3/8" (IN) STEEL COVER LIP PLATE 3/16 WWF-TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/8" (IN) X 3" (IN) HEADED ANCHOR SHEARSTUD- WELDEDTO LIP PLATE 3/8" (IN) STEEL COVER PLATE - SHOWN CUT AWAY FOR CLARITY 3/8" (IN) STEEL COVER LIP PLATE 1 1/2 LID SUPPORT- L SHAPE SHOWN (SEE NOTE 3) HEX COUPLING NUT LID BOLT DOWN ATTACHMENT TAB- SEE DETAIL WWF-WELDED TO LIP PLATE WELDED WIRE HOOP (TYP.) W2.9 (6 GAGE) (SEE NOTE 10) LID HOOK-1" (IN) x 1" (IN) x 3/16" (IN) ANGLE 3/8" (IN) STEEL COVER LIP PLATE 3/16 LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) SECTION 0 WWF-TIED IN 2 PLACES TO EACH HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD- WELDED TO LIP PLATE 1/2-13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER SLOTTED STEEL CHANNEL LID BOLT DOWN ATTACHMENT TAB-SEE DETAIL DETAIL 0 ALTERNATIVE 1 SHOWN 1 3/8" (IN) DIAM. HOLE BOLT PLATE CHANNEL- SEE DETAIL LID LIFTING NOTCH -1/4" (IN) x 3/4" (IN) 3/8" (IN) STEEL COVER PLATE- SHOWN CUT AWAY FOR CLARITY 9/16" (IN) ~" DIAM. HOL_E I 1 1/2" ~1_1 i HEX COUPLING NUT S. S. 5/16-NC x 7/8" (IN) WITH BOLT DOWN ATTACHMENT TAB- SEE DETAIL S. S. 5/16-NC x 3/4" (IN) BOLT & THREE EACH S. S. 5/16" (IN) FLAT WASHERS LID BOLT DOWN SUPPORT ANGLE - 1 1/2" (IN) X 3" (IN) X 1/4" (IN) ANGLE DETAIL 0 ALTERNATIVE 2 SHOWN 1/2-13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER 1 1/8" (IN) x 2" (IN) 1/4" (IN) STEEL PLATE VERTICAL SLOT .) 1/8" (IN) X 3/4" (IN) ANGLE (TYP.) 1/4" (IN) S. S. PLATE LID SUPPORT-L SHAPE SHOWN (SEE NOTE 3) f-~-~----- DETAIL 0 ALTERNATIVE 2 SHOWN PERSPECTIVE VIEW 3/16 1 1/2 LID SUPPORT-L SHAPE SHOWN (SEE NOTE 3) EXPOSE LID BOLT DOWN SUPPORT ANGLE TO ATTACH ALTERNATIVE 2 LID BOLT DOWN ANGLE ATTACHMENT TAB LID BOLT DOWN SUPPORT ANGLE-2" (IN) X 2" (IN) X 1/4" (IN) ANGLE 1/2" (IN) S. S. HEX NUT 7/16" (IN) x 3/4" (IN) SLOT 1/2" (IN) S. S. HEX NUT 7/16" (IN) X 3/4" (IN) SLOT 9/16" (IN) DIAM. HOLE ALTERNATIVE 2 2" (IN) X 3" (IN) X 1/4" (IN) ANGLE LID BOLT DOWN ATTACHMENT TAB 1/2-13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER 3/8" (IN) STEEL COVER PLATE-SHOWN CUT AWAY FOR CLARITY (SEE NOTE 12) :...;;:;"~I 118" (IN) X 314 " (IN) 1/4" (IN) STEEL PLATE l_ L STEELANGLE~ f t:..::l -=-=-=-=-=..::..::..::..::..::-=-=-=-=1 ~I ~ -114" (IN)~;'!~~ 1 1/2 LID SUPPORT- L SHAPE SHOWN (SEE NOTE 3) 4" 3 3/4" ~t ~t =1· ~·1 ~c::::=1· ~·1 --r-L t I 3/4" (IN) RADIUS 1/2" (IN) S. S. DETAIL 0 ALTERNATIVE 3 SHOWN DETAIL 0 ALTERNATIVE 3 SHOWN PERSPECTIVE VIEW 1/8" (IN) x 3/4" (IN) STEEL ANGLE -RIGHT ANGLE SHOWN, MIRROR IMAGE FOR LEFT ANGLE HEX NUT ALTERNATIVE 3 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) 1/8" (IN) x 3/4" (IN) STEEL ANGLE-MIRROR IMAGE FOR LEFT ANGLE ------------------ 2 1/2" -~ ~l_l ~ f~~ 5/8" (IN) X 1" (IN) HORIZONTAL SLOT 5/8" (IN) X 1" (IN) HORIZONTAL SLOT HEX COUPLING NUT S. S. 5/16-NC x 7/8" (IN) WITH s. s. 5/16-NC X 3/4" (IN) BOLT & (3 EACH) S. S. 5/16" (IN) FLAT WASHERS ALTERNATIVE 1 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) BOLT PLATE CHANNEL LOCKING LID STANDARD DUTY ~UNCTION BOX TYPES 1 & 2 STANDARD PLAN ~-40.10-04 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation SMALL CABLE VAULT STANDARD PLAN J-90.21-02 NOTES D R A W N B Y : F E R N L I D D E L L ASSEMBLY ISOMETRIC CUTAWAY GROUND ROD KNOCKOUT 2" (IN) DIAM. LIFT HOLE (TYP.) 1' - 2" ` VAULT ± 1"4" WITH HEX BOLT THREADED INSERT 1 EQUIPMENT BONDING JUMPER (SEE NOTE 4) SEE NOTE 5 ~~1" (TYP.) 1/2" (TYP.) 1" (TYP.)~~ IT S IT S 1/4" CLEAR ALL AROUND COVER MARKING DETAIL LID (TYP.) * STAINLESS STEEL (S.S.) TYPE 304 OR TYPE 316 ASTM F593 OR A193, BOLTS, NUTS AND WASHERS ~ 1. 2. 3. 4. 5. 6. 7. 8. 9. 1 SHEET 1 OF 2 SHEETS SEE NOTE 3 LID FRAME GROUND STUD ~ SEE NOTE 3 LID GROUND STUD ~ 1 1 ST A TEOFWASHI NGT O N R EGISTEREDP R OFE S SIONAL ENGINEER Y E LEEN . J WEHTTAM 46597 Small Cable Vaults for WSDOT Projects shall only be installed with the lid frame bearing on the concrete portion of cable vault. slightly by manufacturer. See Approved shop drawings. Typical Small Cable Vault features and arrangement shown. Reinforcing not shown. Dimensions and arrangements will vary Conduit Capacity = 40 inches (sum total of all conduit diameters). Cement concrete shall be Class 4000. .See Standard Specification Section 9-29.2(4), DETAIL COVER MARKINGThe system identification letters shall be 1/8" (in) line thickness formed with a mild steel weld bead. See The bonding jumper between the lid and the frame shall be #8 AWG (min.) x 4' (ft) tinned braided copper. for grounding and bonding details.Standard Plan J-90.50 and coated with anti-seize compound. See anti-seize compound. A 1/4 - 20 UNC x 1" (in) ground stud with three nuts and four washers shall be welded to the frame A 1/4 - 20 UNC x 1" (in) ground stud with three nuts and two flat washers shall be welded to each lid and coated with formed with a weld bead, and shall be placed prior to galvanizing. treatment (see Contract Documents for details) and the year of manufacture. The marking shall use 1/8" (in) thick lines Slip-resistant lids shall be identified with a permanent marking on the underside of the lid, indicating the type of surface The diamond pattern shall be a minimum of 3/32" (in) thick. SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Washington State Department of Transportation STATE DESIGN ENGINEER SMALL CABLE VAULT STANDARD PLAN J-90.21-02 BRIDLE RING DETAIL END VIEW 2 " D R A W N B Y : F E R N L ID D E L L 5' - 2 1/2" 1 1/2" F U LL 1 8 0° O P E N 10"8 1/2"8 1/2" ISOMETRIC VIEW KNOCKOUT GROUND ROD x 3/16" (IN) 1 1/4" (IN) x 1 1/4" (IN) ANGLE FRAME ~ ` VAULT PENTA HEAD BOLT 6" 2 ' - 3 " 1 ' - 1 1 3 / 4 " SEE ISOMETRIC CUTAWAY ASSEMBLY ~ SHEET 1, FOR DIMENSIONS NOT SHOWN 1 ' - 1 0 1 / 2 " 5 1 / 2 " VAULT CONCRETE COMMERCIALLY) (FABRICATE IF NOT AVAILABLE S. S. 1/4" (IN) DIAM. WIRE SIZE 1 1/2" (IN) DIAM. BRIDLE RING ~ WITH FRAME METAL LIDS ~ 2' - 3" 2 ' - 6 " 2 ' - 7 1 / 2 " F I N IS H E D O V E R A L L A S S E M B L Y H E IG H T FOUR PLACES 5" (IN) DIAM. KNOCKOUT ~ WIDE BOTTOM KNOCKOUT FULL LENGTH x 10" (IN) (TYP) TWO PLACES PENTA HEAD BOLT (TYP) FOUR PLACES STAINLESS STEEL, HINGE PIN~ CHANNEL IN VAULT TWO PLACES ~ CENTER TYPE 304 S.S. CHANNEL (TYP.) 1 5/8" (IN) x 1 5/8" (IN) x 4' - 0" DRAIN HOLE WITH 2 1/2" (IN) DIAM. 6" (IN) DIAM. SUMP HANDLE STEEL DROP KNOCKOUT 5 1/2" (IN) x 10" (IN) LIFT HOLE 2" (IN) DIAM. TOP VIEW 1/4 (TYP.) A ASECTION 2 " 1 1DETAIL 4' - 11 1/4" 2' - 3" 2 ' - 4 " * 6 " DIAMOND PATTERN (SEE NOTE 1) 1/8 (TYP.) 1/8 (TYP.) 1/8 (TYP.) GROUND STUD (SEE NOTE 3) FRAME 2 ' - 7 1 / 2 " (FOUR) REQUIRED 1 @ EACH CORNER PULLING IRON GALVANIZED 3/4" WASHERS BOLT AND THREE FLAT INSTALL 5/16 NC x 3/4" (IN) 5/16 NC x 7/8" (IN) HEX COUPLING NUT ~ x 1 5/8" (IN) x 4' - 0" CHANNEL 1 5/8" (IN) STAINLESS STEEL TYPE 304 1 1 (SEE DETAIL) BRIDLE RING (TYP.) LIFT HOLES ST A TEOFWASHI NGT O N R EGISTEREDP R OFE S SIONAL ENGINEER Y E LEEN . J WEHTTAM 46597 APPROVED FOR PUBLICATION Washington State Department of Transportation SHEET 1 OF 1 SHEET 1 2 3 KEY NOTES 6 ’ - 0 " 1’ - 0" 2 ’ - 8 " 3 ’ - 0 " 3" 6" LAYOUT BICYCLE LANE SYMBOL DETAIL BIKE LANE ARROW GENERAL NOTE D R A W N B Y : M A R K S U J K A 4.25 SQ.FT. MARKING AREA T R A F F IC 1 BIKE LANE EDGE OF 2 LANE BICYCLE ‘ 3 6 ’ - 0 " 6 ’ - 0 " 6 ’ - 0 " 10.27 SQ.FT. TOTAL MARKING AREA 6 ’ - 0 " 3’ - 4" DETAIL BIKE RIDER SYMBOL 6.02 SQ.FT. MARKING AREA STANDARD PLAN M-9.50-02 LAYOUT BICYCLE LANE SYMBOL See Contract for location and material requirements. GRID IS 1" (IN) SQUARE LANE LINE Bike Rider Symbol. 2’ (ft) x 6’ (ft) White Bike Lane Arrow. Bike Rider Symbol. includes Bike Lane Arrow and Bid Item "Bicycle Lane Symbol" STATE DESIGN ENGINEER ST A TEOFWASHI NGT O N R EGISTEREDP R OFE S SIONAL ENGINEER 36103 HSLA W .J NAIRB NOTES: 1. Raised Pavement Markers Types 2YY and 2W, spaced at 80' (ft) intervals on tangents and on horizontal curves with a radius of 1500' (ft) or more, and at 40' (ft) intervals on horizontal curves having radii of less than 1500' (ft). Center the RPMs in the gaps between the pavement marking lines. ~ = 15' □ 80' (SEE NOTE 1) 80' (SEE NOTE 1) 15' 10' 30' 10' 15' (TYP.)r TYPE 2YY RPM ~ WHITE EDGE LINE I I I / I \ = ~ = = □ / □ = □ \ = = \ I \ 2. Type 2Y RP Ms, when specified, placed outside the left \ \ \ Edge Line at 80' (ft) intervals. See "LEFT EDGE OF LANE PLACEMENT DETAIL."\_ CENTERLINE \_ NO-PASS LINE \_ DOUBLE CENTERLINE \_ NO PASS LINE TWO-LANE TWO-WAY TRAFFIC 3. Recessed pavement markers, when specified, installed at the locations shown for Type 2W RP Ms multilane one-way roadways, and Type 2YY RPMs on two-lane two-way roadways. 4. The Type 2W RPMs placed on multilane one-way roadways and all RPMs set in recesses shall have an abrasion-resistant coating. WHITE EDGE LINE 5. Do not recess side-to-side RPMs on Wide Dotted Lane Lines. TRAFFIC LANE LEFT EDGE LANE TYPE 2Y RPM_) c1 80' TYPE 2 RPM RAISED FACE COLORS TYPE 2YY YELLOW AND YELLOW TYPE 2W WHITE ~ ONE SIDE ONLY TYPE 2Y YELLOW ~ ONE SIDE ONLY TYPE 2Y RPM TYPE 2W RPM (SEE NOTE 2)(SEE NOTES 1 & 4) MULTI-LANE ONE-WAY TRAFFIC LEFT EDGE OF LANE PLACEMENT DETAIL (SEE NOTE 2) 80' (SEE NOTE 1) 15' 15' 10' 30' 10' 15' YELLOW EDGE LINE 3' 9' 3' 9' 4' -6" 4' -6" 3' 9' 3' 9' 4' -6" 4' -6" 3' Jun 28, 2024 LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS ST AND ARD PLAN M-20.30-05 SHEET 1 OF 2 SHEETS TYPE 2W RPM (TYP.) (SEE NOTE 4)WIDE DOTTED LANE LINE DETAIL (SEE NOTE 6) APPROVED FOR PUBLICATION Ada~ Jun2s,2024 ST A TE DESIGN ENGINEER......p Washington State ,., Department of Transportation RECESS LENGTH TAPER LENGTH FLAT TAPER LENGTH MARKER ________________j____===-------1.,____________________.L_ 3 -V PLAN VIEW TOP OF PAVEMENT TYPE 2YY RPMMARKER (SEE NOTE 4) TOP OF PAVEMENT 1 ADHESIVE t 1 1·>< ~<( 4040 ::::!!:::::!!: co~ ~~ TWO-WAY ROADWAY RESESSED PAVEMENT MARKER DETAIL (FOR USE WHERE SPECIFIED IN CONTRACT) RECESS LENGTH TAPER LENGTH PLAN VIEW 611 FLAT ~ MARKER TYPE 2W RPM ORTOP OF PAVEMENT TYPE 2YY RPMMARKER (SEE NOTE 4) ONE-WAY TRAFFIC TOP OF PAVEMENT 1 ADHESIVE Jun 28, 2024 t----------------------------------------------~~-LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS40 RADIUS DEPENDS ON ST AND ARD PLAN M-20.30-05SAW BLADE DIAMETER SHEET 2 OF 2 SHEETS SECTION® ONE-WAY ROADWAY RESESSED PAVEMENT MARKER DETAIL (FOR USE WHERE SPECIFIED IN CONTRACT) APPROVED FOR PUBLICATION Ada~ Jun2a,2024 ..... ST A TE DESIGN ENGINEER ~.,,,/1 Washington State Department of Transportation APPENDIX C TRAFFIC CONTROL PLAN APPLICATION Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document. PUBLIC WORKS DEPARTMENT Page 1 of 6 | Published: 3/12/2025 Transportation Systems Division | 1055 South Grady Way, 5th Floor | Renton, WA 98057 | 425-430-7380 Website: rentonwa.gov TRAFFIC CONTROL PLAN APPLICATION Published: 3/12/2025 TRAFFIC CONTROL PLAN (TCP) MUST BE SUBMITTED TO PUBLIC WORKS TRANSPORTATION DIVISION FOR REVIEW/APPROVAL AT LEAST FIVE (5) WORKING DAYS BEFORE THE DATE OF WORK AND FOR TRAFFIC SIGNAL WORK WITHIN 150 FEET OF THE INTERSECTION AT LEAST FIFTEEN (15) WORKING DAYS BEFORE THE DATE OF WORK. FOR PURPOSES OF THIS APPLICATION, WORKING DAYS ARE DEFINED AS MONDAY THRU FRIDAY, AND EXCLUDING CITY HOLIDAYS. The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a Traffic Control Plan (TCP) and obtain City's approval of that plan when construction, repair, or maintenance work is to be conducted within the City's right-of-way. 1. Fill out the Traffic Control Plan (TCP) Application form and prepare required submittal documents. 2. All TCPs must conform to all attached requirements. Failure to do so may be subject to resubmittal. 3. Submit Application via email to TCP@rentonwa.gov with the subject line “TCP Application – [Project Name].” 4. Resubmittal may be required for TCPs that are incomplete and do not display proper requirements as described in the guidelines. Additional review time may be needed. By signing, I certify that the information on this application and within the submittal documents are accurate to the best of my knowledge and I acknowledge and have read all the requirements and guidelines on this application. Applicant’s Signature Date Applicant’s Name (Print) Project Name: Permit #: Site Address: Work Date: From _____________ To _____________ Work Time: Start ______________ End ______________ Construction Company: Contact Name: Phone/Cell: _________________________ Business Address: City/State: Zip: ___________ Description of Work: 24 Hour Emergency Contact Name & Phone: Approval By: ______________________________________________ Date:____________________ PW/Transportation or CED/Development Engineering Division Page 2 of 6 | Published: 3/12/2025 This Page Intentionally Left Blank Page 3 of 6 | Published: 3/12/2025 APPLICANT AGREES TO ALL THE FOLLOWING REQUIREMENTS: GENERAL • Applicant is responsible for compliance with all traffic regulations of the City of Renton (City) and the State of Washington, including codes and regulations not described in this application. • Work Zone Traffic Control shall be in accordance with Manual on Uniform Traffic Control Devices (MUTCD) and shown by a traffic control plan layout or reference to Washington State Department of Transportation (WSDOT) traffic control plans. • Any lane or street closures not in conformance with the approved Traffic Control Plan (TCP) and/or without notification of emergency services may result in receiving a citation for violation of R.C.W. 47.36.200 Signs or Flaggers at thoroughfare work sites and R.C.W. 9A.36.050 Reckless Endangerment, and other applicable State and City codes. • Indemnify and hold harmless the City from any and all claims, actions, and judgments, including all costs of defense and attorney’s fees incurred in defending against same, arising from and related to implementation of the approved TCPs including claims arising from towing of private vehicles and the acts of Applicant’s agents and employees. • Applicant must comply with all conditions of the application. • The City shall be entitled, in its reasonable discretion, to settle claims prior to suit or judgment, and in such event shall indemnify and hold harmless the City for any such claims paid, including the City’s reasonable attorney’s fees and litigation costs incurred resulting from such claim. • In the event any claim or suit is brought against City within the scope of this application, Applicant is responsible to pay for legal counsel chosen by the City to defend against same. • No more than one TCP shall be in use at any given time for a single project. If multiple TCPs are submitted for review and approval at the same time, the TCPs shall be clearly labeled as separate plans and include construction phasing and sequencing. • Previously approved TCPs cannot be combined into a new TCP without review and approval by the City. • Expired TCP is not valid and shall not be used. Applicant shall resubmit the expired TCP for approval with the updated date and time and/or any changes to TCP. • Applicant must have the approved TCP prior to commencing the work. • Approved TCP must be at the work site during work hours. • Signage shall be used to warn motorcyclists/bicyclists of the potential hazards on any uneven surfaced or slippery road conditions during work and non-work hours. • Any vehicle, equipment, barricade, or portable tow-away sign used within the work area must display a company logo or any legally acceptable sign showing the company name, address, and telephone number at a conspicuous place on the vehicle or equipment. • At signalized intersections, vehicle detection shall always remain operational, unless approved in this TCP and notified Transportation Signal Maintenance prior to commencing work. If damage occurs to existing vehicle detection that is to remain, it is Applicant’s responsibility to replace with video vehicle detection equipment that meets current City’s standards at Applicant’s expense. • When not in use, temporary traffic control devices shall be removed or covered immediately. It is the Applicant’s responsible to cover any temporary traffic control devices when not applicable for the construction activities. Similarly, when work is suspended for short periods of time, traffic control devices that are no longer necessary shall be removed or covered. If deemed abandoned, City crews will remove and may store them at the City’s maintenance shop (3555 NE 2nd Street) for up to sixty (60) days. The City is not responsible for any private property from City assets and identifying the property owner. • Applicant is responsible to maintain existing pedestrian accessible routes during work and non-work hours. At intersections, the work on pedestrian facilities shall be limited to one (1) corner at a time, with the least possible inconvenience or delay to pedestrians. Pedestrian pushbuttons shall remain accessible at all times, unless approved pedestrian accessible detour(s) are provided. Accessibility to existing or temporary Page 4 of 6 | Published: 3/12/2025 pedestrian pushbuttons shall not be impaired. Deficiencies caused by Applicant’s operations shall be repaired at Applicant’s expense. • Applicant shall provide complete assistance and accommodation from a dedicated pedestrian escort to all kinds of pedestrian traffic when sidewalk or walkway is impeded to safely redirect pedestrians around a work zone. • Driveway and alley access shall be maintained at all times, also see RMC Chapters 9 and 10 for Street Closure and Street Excavation for details. Applicant is responsible for coordinating with the property owners and/or residents prior to commencement of the work. • Pavement excavation shall be limited to a maximum of one travel lane at a time unless otherwise approved. • Accessibility for emergency vehicles shall be maintained at all times. PUBLIC OUTREACH • Applicant must notify City Inspector (425-430-7203) at least twenty-four (24) hours before commencing work. • Applicant must notify Transportation Signal Maintenance (425-430-7423) at least twenty-four (24) hours before commencing work, if work affects traffic signal operations, including vehicle detection. • Applicant shall notify emergency services (253-852-2121) twenty-four (24) hours before any street closures or lane closures. • Applicant shall call Renton School District (425-204-4455) or any public/private agency, including public transit, to be affected by a temporary lane or road closure a minimum of five (5) working days (excluding weekends and holidays) prior to starting any work. • Applicant shall coordinate with King County Metro Transit Construction Information Center (206-477-1140 or construction.coord@kingcounty.gov) for any construction or installation activities affecting transit operations or facilities. Notification information and guidelines can be found at: https://kingcounty.gov/en/dept/metro/about/contractor-resources/transit-system-impacts. WORKING DAYS AND TIMES • Normal working days are Monday through Friday. Work on holidays, weekends or at night shall not occur without City’s approval. For work times between 10:00 p.m. and 7:00 a.m., see Night Work section below for details. • Work time begins when any street or travel lane is fully or partially closed. This includes set up and removal within the traveled way. • If the City determines the closure hours adversely affect traffic during the work, the City may require to adjust or reduce the working hours accordingly. Reduced work hours may be required by the City to minimize traffic impacts for any work located near a school during pick-up and drop-off times or on an arterial street. (See WSDOT Functional Classification Map: https://www.wsdot.wa.gov/data/tools/geoportal/?config=FunctionalClass) • Applicant may request the City for consideration of extended or modified working hours. Such request must be approved by the City before changing hours of work. CLOSURES • All closure hours and days are subject to local permit and ordinance conditions (such as noise ordinances). More information can be found on https://www.rentonwa.gov/City-Services/Permit-Center. Total street closure lasting more than twenty-four (24) hours is subject to City Council authorization per Section 9-9 of the Renton Municipal Code (RMC). • Road closure notice – Applicant must install Portable Changeable Message Sign (PCMS) boards no less than three (3) working days in advance of effective date and time, not including holidays, at location(s) as identified in the TCP. Other methods of displaying the messages shall be approved by the City. Page 5 of 6 | Published: 3/12/2025 • Road closure notice messages must include at least the following:  ROAD WILL BE CLOSED  MONTH/DAY – MONTH/DAY  _AM - _PM • Road and/or sidewalk closure must be evaluated by the City with respect to both the necessity as well as the impact of the closure to the public. Applicant shall submit detour plans for road closures to accommodate both motorized and non-motorized users, including accessible pedestrian route(s). Road closures shall require additional temporary traffic control including advance notification, approach and detour signage. • Applicant is responsible to temporarily remove the flags and install bags over the flag holders for any work requiring the temporary closure of a crosswalk equipped with pedestrian flags. Applicant shall ensure the bags remain intact and shall replace damaged bags as needed or determined necessary by the City of Renton inspector. For any misplaced or lost flags, Applicant is responsible to replace at Applicant’s own expense. Upon restoration of the crosswalk, Applicant shall remove the bags and return all flags to the holders. Inventory of pedestrian flags must be submitted to the City inspector and reported to City of Renton Transportation Signal Maintenance (425-430-7423) prior to removal. UNIFORMED POLICE OFFICERS (UPO) / FLAGGERS • Any construction activities within one hundred and fifty (150) feet of a signalized intersection shall require Uniformed Police Officer(s) (UPO) at the traffic signal, unless otherwise approved in this TCP and evaluated by City Transportation for the impacts of traffic signal operations and safety. • Flagger and sign placement are subject to revision by the City Inspector on site, if needed to address traffic or pedestrian safety or travel. • For TCPs that require the presence of UPO to manage vehicular traffic and pedestrians at signalized intersections, Applicant shall coordinate with Transportation Signal Maintenance (425-430-7423) at least twenty-four (24) hours in advance for any signal that will be placed in red flashing mode. Applicant shall notify Transportation Signal Maintenance when the intersection is back to the normal traffic signal operations. TEMPORARY TRAFFIC SIGNALS OR TRAFFIC SIGNAL MODIFICATION • Temporary traffic signal programming or modification requires a minimum fifteen (15) working days for each traffic signal controller to be programmed and tested by City Transportation staff before starting the work. The Start Date on this TCP shall reflect the time for temporary traffic signal programming or modification. TEMPORARY NO-PARKING • Applicant must post notice of date(s) and time(s) of Temporary No Parking Zone with signs at every hundred (100) feet at least seventy-two (72) hours in advance of effective date and time. • Applicant is responsible to show on the TCP the limits of Temporary No Parking Zone, identifying barricade locations for vacate parking or curb lane usage. The cover sheet of this approved TCP form must be attached to each Temporary No Parking Sign on the project site. • Two travel lanes (one for each approach) must be open at all times on arterial streets unless approved in this TCP. NIGHT WORK • Between the hours of 10 p.m. and 7 a.m., approved Noise Variance shall be required (See Section RMC 8-7- 8) for night work. Process may take up to twelve (12) weeks. More information can be found at https://www.rentonwa.gov/City-Services/Permit-Center/Land-Use-Development/Noise-Variance. • City may require night work for TCPs that have severe traffic impacts on arterial streets. Page 6 of 6 | Published: 3/12/2025 • Night work shall always be required if two lanes of traffic (One for each approach) cannot be maintained on an arterial street. • Night work shall be required if an evaluation of existing traffic volumes and patterns finds that any TCP will functionally reduce an arterial or high-volume collector street to only one lane of traffic. • The following configurations may require night work:  Work at traffic signals that requires shifting one direction of traffic into a left turn pocket where a high volume of left turns occur.  Work at traffic signals that requires shifting two directions of traffic into left turn pockets.  Work at traffic signals that requires shifting high-volume left-turn movement into a through lane on a single approach to the intersection.  Work at signals that requires shifting left-turning traffic into a through lane on multiple approaches to the intersection. • If City’s initial TCP review finds that night work is required, a pre-construction meeting is mandatory to confirm the extents of the work required, the duration of work, anticipated noise levels, and any potential alternatives to mitigate the impact of night work to adjacent residents prior to review and approval of the TCP. TRAFFIC CONTROL PLAN (TCP) FORMAT • TCP must be site and project specific. The TCP shall clearly indicate all existing transportation facilities impacted by work including roads, bike lanes, sidewalks, transit stops, and driveways. Typical drawings, taper tables and MUTCD illustrations, by themselves, are insufficient. • Each construction phase shall be provided with appropriate work zone traffic control. The impacts of utility relocation, traffic delays, detours and capacity restrictions must be considered and addressed. A suitable sequence of construction activities must be discussed with City Staff prior to fully developing TCPs based on the complexity of a project. • TCPs shall be clearly labeled as separate plans to identify the construction sequencing during each phase when more than one TCP layout is submitted. • TCP must be submitted with an electronic copy of TCP layout(s), on 11” X 17” paper size PDF format, which consist of:  Map(s) showing the location of the project and work area.  All fonts shall be legible and a minimum 10-point font size.  All symbols of viewing or printing shall be clear and contrasting.  All streets shall be labeled, and layout must include a north arrow and scale.  Must show channelizing devices, signing, flagger locations, barricades, PCMS boards, etc.  Show locations where the standard traffic control plans are applied. APPENDIX D TRAFFIC CONTROL PLANS Posted Speed Limit: 25 Mph D a y t o n A v e n u e N E Posted Speed Limit: 25 Mph D a y t o n P l N E Posted Speed Limit: 25 Mph E d m o n d s P l N E Posted Speed Limit: 30 Mph E d m o n d s A v e n u e N E Posted Speed Limit: 30 Mph E d m o n d s A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n Av e n u e N E N E 1 3 t h S t 50 ft60 ftSTOPSLOW STOPSLOW STOPSLOW 10 ft min 60 ft STOPSLOW 100 ft100 ft100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ft100 ft ROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ft ShoulderTaper100 ft100 ft100 ft ROADWORKAHEAD 100 ft100 ft100 ft ROADWORKAHEAD 100 ft ROAD WORK AHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ft ROADWORKAHEAD100 ft 100 ftROADWORKAHEAD 100 ftROADWORKAHEAD100 ft 10 ft min 100 ft BIKESMERGEWITHTRAFFICBIKESMERGE WITH TRAFFIC Traffic Control Plan # 1** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorSingle Lane ClosureJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. SIDEWALK CLOSEDCROSS HERE DETOUR DETOUR STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.SIDEWALK CLOSED CROSS HERE ShoulderTaperTerminationTaper ONE LANEROADAHEAD ONE LANE ROADAHEAD Posted Speed Limit: 30 Mph E d m o n d s A v e n u e N E N E 1 6 t h S tPosted Speed Limit: 25 MphNE 1 6 t h S tPosted Speed Limit: 25 Mph SIDEWALK CLOSED AHEAD CROSS HERE DETOURDETOUR Break Line A Break Line ASIDEWALK CLOSED USE OTHER SIDE Break Line A Break Line A- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. LegendWork AreaDelineatorSTOPSLOW FlaggerPortable Sign StandFiber Line To Be InstalledStorm Pipe TBR / ReinstalledWater Main To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space and flagging taper eliminated to fit field conditions.-Additional flaggers may be needed to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours or during weekends/holiday s as needed.-Work hours may be restricted during school drop off and pick up times.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 1 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph D a y t o n A v e n u e N E Posted Speed Limit: 25 Mph D a y t o n P l N E Posted Speed Limit: 25 Mph E d m o n d s P l N E Posted Speed Limit: 30 Mph E d m o n d s A v e n u e N E Posted Speed Limit: 30 Mph E d m o n d s A v e n u e N ENE 1 3 t h S t 50 ft 50 ft STOPSLOW STOPSLOW STOPSLOW 10 ft min 60 ft STOPSLOW100 ft100 ft100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ft100 ft ROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ftFlaggingTaper ShoulderTaper100 ft100 ft100 ft ROADWORKAHEAD 100 ft100 ft100 ft ROADWORKAHEAD 100 ftROAD WORK AHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ft ROADWORKAHEAD100 ft 100 ftROADWORKAHEAD 100 ftROADWORKAHEAD100 ft TerminationTaper 10 ft min BIKESMERGEWITHTRAFFIC NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. SIDEWALK CLOSED USE OTHER SIDE SIDEWALK ENDS Traffic Control Plan # 2** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N E Posted Speed Limit: 35 MphSunset Blvd NEBreak Line A Break Line A Break Line ABreak Line ASIDEWALK CLOSEDAHEADCROSS HERE DETOURDETOUR SIDEWALK CLOSED CROSS HERE DETOUR DETOUR SIDEWALK CLOSED DETOUR STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. DETOUR SIDEWALK CLOSEDUSE OTHER SIDE Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ONE LANEROADAHEAD ONE LANE ROADAHEAD LegendWork AreaSTOPSLOW FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 2 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph D a y t o n Av e n u e N E Posted Speed Limit: 25 Mph D a y t o n P l N E Posted Speed Limit: 25 Mph E d m o n d s P l N E Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N E Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E N E 1 3 t h S tTraffic Control Plan # 3** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' 50 ftSTOPSLOW STOPSLOW STOPSLOW 60 ft STOPSLOW 100 ft100 ft100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ft100 ft ROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ftFlaggingTaper ShoulderTaper100 ft100 ft100 ft ROADWORKAHEAD 100 ft100 ft100 ft ROADWORKAHEAD 100 ftROAD WORK AHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ft ROADWORKAHEAD100 ft 100 ftROADWORKAHEAD 100 ft 10 ft min 10 ft min 50 ft 155 ftBufferSpaceTerminationTaper NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. SIDEWALK CLOSEDCROSS HERE SIDEWALK CLOSED CROSS HEREDETOURDETOUR DETOUR DETOUR STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ONE LANE ROADAHEAD ONE LANEROADAHEAD LegendWork AreaSTOPSLOW FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 3 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph D a y t o n Av e n u e N E Posted Speed Limit: 25 Mph D a y t o n P l N E Posted Speed Limit: 25 Mph E d m o n d s P l N E Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N E Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N ENE 1 3 t h S tTraffic Control Plan # 4** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' 50 ft STOPSLOW STOPSLOW 100 ft100 ft100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ft100 ft ROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ft 100 ft100 ft100 ft ROADWORKAHEAD 100 ftROAD WORK AHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ft ROADWORKAHEAD100 ft 100 ftROADWORKAHEAD 100 ft 10 ft min10 ft min TerminationTaper155 ft50 ftSTOPSLOW 100 ft100 ft100 ft ROADWORKAHEAD STOPSLOW FlaggingTaperBufferSpace NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. DETOURDETOUR DETOUR DETOUR SIDEWALK CLOSED CROSS HERE SIDEWALK CLOSEDCROSS HERE STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ONE LANEROADAHEAD ONE LANE ROADAHEAD LegendWork AreaSTOPSLOW FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 4 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph D a y t o n Av e n u e N E Posted Speed Limit: 25 Mph D a y t o n P l N E Posted Speed Limit: 25 Mph E d m o n d s P l N E Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N E Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E N E 1 3 t h S t 10 ft min 50 ft 100 ft100 ft ROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ftSTOPSLOW STOPSLOW STOPSLOW 60 ft STOPSLOW 100 ft100 ft100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD ShoulderTaper100 ft 100 ft ROADWORKAHEAD 100 ft100 ft ROADWORKAHEAD 100 ftROAD WORK AHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ft ROADWORKAHEAD100 ft 100 ftROADWORKAHEAD 100 ft Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tFlaggingTaper100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD Traffic Control Plan # 5** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendWork AreaSTOPSLOW FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space and termination taper eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 5 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph D a y t o n Av e n u e N E Posted Speed Limit: 25 Mph D a y t o n P l N E Posted Speed Limit: 25 Mph E d m o n d s P l N E Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N E Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E N E 1 3 t h S t 10 ft min 50 ft 100 ft100 ft ROAD WORK AHEAD ONE LANE ROAD AHEAD STOPSLOW STOPSLOW ROAD WORK AHEAD 100 ft ROADWORKAHEAD 100 ftROADWORKAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ft ROADWORKAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tFlaggingTaper SIDEWALK CLOSED AHEAD CROSS HERE 100 ft50 ftTerminationTaper100 ft100 ft100 ft DETOUR DETOUR DETOUR DETOUR SIDEWALK CLOSED AHEAD CROSS HERE Traffic Control Plan # 6** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 SIDEWALK CLOSED SIDEWALK CLOSED ONE LANE ROAD AHEAD LegendWork AreaSTOPSLOW FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 6 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph D a y t o n A v e n u e N E Posted Speed Limit: 25 Mph D a y t o n P l N E Posted Speed Limit: 25 Mph E d m o n d s P l N E Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N E Posted Speed Limit: 30 Mph E d m o n d s Av e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph Harrington Pl NE N E 1 3 t h S t 50 ft ROAD WORK AHEAD ONE LANE ROAD AHEAD STOPSLOW ROAD WORK AHEAD ONE LANE ROAD AHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t FlaggingTaper 50 ft STOPSLOW 100 ft100 ft 100 ft100 ft 10 ft min100 ft100 ft TerminationTaper 100 ft ROADWORKAHEADONE LANE ROADAHEAD ROADWORKAHEADONE LANEROADAHEAD 100 ft100 ft 100 ft100 ft100 ft STOPSLOWSTOPSLOW 10 ft min Traffic Control Plan # 7** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. SIDEWALK CLOSED CROSS HERE SIDEWALK CLOSEDCROSS HERE DETOUR DETOUR DETOUR DETOUR Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendWork AreaSTOPSLOW FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 7 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n Av e n u e N E Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min10 ft min 50 ft50 ftSTOPSLOW STOPSLOW ROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ft100 ft 100 ft100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD100 ft 100 ft 100 ft ROADWORKAHEADONE LANE ROADAHEAD 100 ft100 ft ROADWORKAHEADONE LANEROADAHEAD100 ft100 ft100 ft FlaggingTaperTerminationTaper STOPSLOW STOPSLOW Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Traffic Control Plan # 8** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. SIDEWALK CLOSED CROSS HERE DETOURDETOUR DETOUR DETOUR SIDEWALK CLOSED AHEAD CROSS HERE SIDEWALK CLOSED USE OTHER SIDE DETOUR DETOUR SIDEWALKCLOSEDDETOUR STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendWork AreaSTOPSLOW FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 8 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min 10 ft min STOPSLOW100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD100 ft 100 ft 100 ft ROADWORKAHEADONE LANE ROADAHEAD 100 ft100 ft ROADWORKAHEADONE LANEROADAHEAD100 ft100 ft100 ft STOPSLOW STOPSLOW Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 50 ftSTOPSLOW 100 ft100 ft ROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ftFlaggingTaper100 ftROADWORKAHEAD50 ftTerminationTaper SIDEWALK CLOSED AHEAD CROSS HERE SIDEWALKCLOSED SIDEWALK CLOSED SIDEWALK CLOSED SIDEWALK CLOSED CROSS HERE DETOUR DETOUR DETOUR DETOUR DETOUR DETOUR Traffic Control Plan # 9** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendWork AreaSTOPSLOW FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 9 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph H a r r i n g t o n Av e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n Av e n u e N E Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min 50 ft ROAD WORK AHEAD 100 ft100 ft 100 ft100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD100 ft 100 ft STOPSLOW STOPSLOW STOPSLOW ROADWORKAHEAD100 ft100 ft ROADWORKAHEAD 100 ft100 ft FlaggingTaper ROADWORKAHEAD 100 ft ONE LANE ROAD AHEAD 100 ft100 ftROADWORKAHEAD Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ROADWORKAHEAD100 ft Posted Speed Limit: 35 Mph NE Sunset Blvd Traffic Control Plan # 10** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane Closure LegendWork AreaSTOPSLOW FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space and termination taper eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 10 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min 50 ft100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD STOPSLOW STOPSLOW ROADWORKAHEAD100 ft ROADWORKAHEAD 100 ft FlaggingTaper ROADWORKAHEAD 100 ft100 ft100 ftROADWORKAHEAD Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E DETOURDETOUR SIDEWALK CLOSED AHEAD CROSS HERE DETOUR DETOUR SIDEWALK CLOSED AHEAD CROSS HERE Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t 50 ftTerminationTaper SIDEWALK CLOSED SIDEWALK CLOSED ROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ft100 ft 100 ft100 ft100 ft CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ROADWORKAHEAD100 ft Posted Speed Limit: 35 Mph NE Sunset Blvd Traffic Control Plan # 11** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane Closure LegendPortable Sign StandWork AreaSTOPSLOW FlaggerDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 11 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min10 ft min 50 ft155 ft50 ftSTOPSLOW STOPSLOW STOPSLOW100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ft100 ft 100 ft100 ft100 ftROADWORKAHEADONE LANEROADAHEAD ROAD WORK AHEAD ONE LANE ROAD AHEAD 100 ft100 ft 100 ftROADWORKAHEAD100 ftFlaggingTaperTerminationTaper BufferSpace ROADWORKAHEAD 100 ft ROADWORKAHEAD100 ft Posted Speed Limit: 25 Mph H a r r i n g t o n Av e n u e N E Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 12** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. SIDEWALK CLOSED SIDEWALK CLOSEDDETOURDETOUR SIDEWALK CLOSED AHEAD CROSS HERE DETOUR DETOUR SIDEWALK CLOSED AHEAD CROSS HERE STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ROADWORKAHEAD100 ft Posted Speed Limit: 35 Mph NE Sunset Blvd LegendPortable Sign StandWork AreaSTOPSLOW FlaggerDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 12 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph H a r r i n g t o n Av e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E 10 ft min50 ft 50 ft100 ft100 ftROADWORKAHEADFlaggingTaperTerminationTaperROAD WORK AHEAD ONE LANE ROAD AHEAD100 ft 100 ft 100 ft ROAD WORK AHEAD 100 ft100 ft 100 ft100 ftROADWORKAHEAD100 ftSTOPSLOW STOPSLOWSTOPSLOW DETOUR DETOUR SIDEWALK CLOSED AHEAD CROSS HERE DETOUR DETOUR SIDEWALK CLOSED AHEAD CROSS HERE SIDEWALK CLOSED SIDEWALK CLOSED Posted Speed Limit: 25 Mph H a r r i n g t o n Av e n u e N E Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Traffic Control Plan # 13** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 Posted Speed Limit: 35 Mph NE Sunset Blvd ONE LANE ROAD AHEAD 100 ft ROADWORKAHEAD100 ft LegendPortable Sign StandWork AreaDelineatorSTOPSLOW FlaggerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 13 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min10 ft min 50 ft ROAD WORK AHEAD ONE LANE ROAD AHEAD100 ft 100 ft 100 ft 125 ft75 ftSTOPSLOW STOPSLOW STOPSLOWSTOPSLOW FlaggingTaper BufferSpace MergingTaper 100 ft 100 ft 100 ft ROAD WORK AHEAD RIGHT LANE CLOSED AHEAD100 ft 100 ft ONE LANE ROAD AHEAD 100 ft R O ADWORKAHEAD ROADWORKAHEAD 100 ft100 ft100 ft100 ftROADWORKAHEAD 100 ft100 ft100 ftROADWORKAHEADONE LANEROADAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Traffic Control Plan # 14** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' Posted Speed Limit: 25 Mph H a r r i n g t o n A v e n u e N E NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.SIDEWALK CLOSED SIDEWALK CLOSEDDETOURDETOUR SIDEWALK CLOSED AHEAD CROSS HERE DETOUR DETOUR STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ONE LANE ROADAHEAD 50 ftTerminationTaper 10 ft min 100 ft100 ft100 ft ROADWORKAHEAD ONE LANEROADAHEAD STOPSLOW SIDEWALK CLOSED AHEAD CROSS HERE Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset Blvd LegendPortable Sign StandWork AreaSTOPSLOW FlaggerDelineatorArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space modified to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 14 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 155 ft63 ft 75 ft 125 ft 100 ft 100 ft 100 ft ROAD WORK AHEAD BufferSpace MergingTaperBufferSpaceShiftingTaper100 ftROADWORKAHEAD100 ftROADWORKAHEAD 350 ftROADWORKAHEAD350 ftROADWORKAHEAD100 ft R O ADWORKAHEAD100 ft100 ftROAD WORK AHEAD 100 ft ROADWORKAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Traffic Control Plan # 15** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' 10 ft min LEFT LANE CLOSED AHEAD NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 50 ftTerminatonTaper STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 10 ft minTerminatonTaper50 ft STOPSLOW STOPSLOW 100 ft100 ft100 ft ROADWORKAHEAD ONE LANEROADAHEAD 100 ft100 ft100 ftROADWORKAHEADONE LANE ROADAHEAD 10 ft min 100 ft 100 ftSTOPSLOWDETOURDETOUR DETOUR DETOUR STOPSLOW SIDEWALK CLOSEDCROSS HERE SIDEWALK CLOSED CROSS HERE Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset Blvd - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. LegendPortable Sign StandWork AreaDelineatorArrow BoardStorm Pipe TBR / ReinstalledWater Main To Be InstalledFiber Line To Be InstalledSTOPSLOW FlaggerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space modified to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 15 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 MphNE 16th StreetPosted Speed Limit: 25 MphHarrington Avenue NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph Index Avenue NE Posted Speed Limit: 25 Mph Posted Speed Limit: 25 Mph H a r r i n g t o n Av e n u e N E Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 Mph L y n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min 135 ft 63 ft 250 ft 100 ft 100 ft100 ft BufferSpace ShiftingTaperTerminationTaper ROAD WORK AHEAD 100 ftROADWORKAHEAD 350 ftROADWORKAHEAD350 ftROADWORKAHEAD100 ft R O ADWORKAHEAD 100 ft ROADWORKAHEAD 100 ftROADWORKAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t RIGHT LANE CLOSED AHEAD SIDEWALK CLOSED SIDEWALK CLOSED SIDEWALK CLOSED AHEAD CROSS HERE DETOUR DETOURDETOUR DETOUR TangentSpace 125 ftMergingTaper 100 ftPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 125 ftMergingTaper100 ft100 ft100 ftROAD WORK AHEAD LEFT LANE CLOSED AHEAD 100 ftROADWORKAHEAD Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset Blvd SIDEWALK CLOSED AHEAD CROSS HERE Traffic Control Plan # 16** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendWork AreaPortable Sign StandArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 16 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min 100 ft100 ftROAD WORK AHEAD 100 ftROADWORKAHEAD100 ftROADWORKAHEAD 100 ft ROADWORKAHEAD 350 ftROADWORKAHEAD 350 ftROADWORKAHEAD100 ft ROADWORKAHEAD STOPSLOWSTOPSLOW STOPSLOW 100 ft 100 ft100 ft100 ft 100 ft 100 ft DETOUR DETOUR DETOUR DETOUR SIDEWALK CLOSED CROSS HEREPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Traffic Control Plan # 17** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 400 ft63 ft 50 ftTerminationTaperShiftingTaperTangentSpace 155 ftMergingTaper 100 ft ROAD WORK AHEAD 100 ft 100 ft LEFT LANE CLOSED AHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 SIDEWALK CLOSEDCROSS HERE 10 ft minSTOPSLOW10 ft min10 ft min 10 ft min10 ft min 100 ft ROADWORKAHEAD Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset BlvdONE LANE ROADAHEAD ONE LANEROADAHEAD LegendPortable Sign StandWork AreaArrow BoardSTOPSLOW FlaggerDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 17 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 350 ftROADWORKAHEAD100 ft 100 ft 100 ft Traffic Control Plan # 18** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Road ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t350 ftROADWORKAHEAD NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. DETOUR DETOUR DETOUR DETOUR STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 10 ft min Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset Blvd 50 ft 125 ftMergingTaperTerminationTaper 100 ft 100 ft 100 ft ROAD WORK AHEAD RIGHT LANE CLOSED AHEAD ROADWORKAHEAD DETO URAHEAD ROADCLOSEDAHEAD SIDEWALK CLOSED CROSS HERE SIDEWALK CLOSED AHEAD CROSS HERE 100 ftROAD WORK AHEAD ROADCLOSED DET OUR DETOURROADCLOSED DET OUR ENDDETOUR Match Line AMatch Line A Posted Speed Limit: 25 MphNE 16th Street P o ste d S p e e d Li mit: 2 5 M p hNE 1 6t h Str e et Posted Speed Limit: 25 MphHarrington Avenue NE Posted Speed Limit: 25 Mph Je f f e r s o n Av e n ue N E Posted Speed Limit: 25 Mph Index Avenue NE Match Line A Match Line A ROAD CLOSEDTO THRU TRAFFIC DETOUR100 ft100 ft ROADWORKAHEAD ROADWORKAHEAD END DETOUR DETOURDETOUR DETOUR DE T OUR N DETOUR LegendPortable Sign StandWork AreaDelineatorArrow BoardWater Main To Be InstalledFiber Line To Be InstalledStorm Pipe TBR / ReinstalledType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 18 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t10 ft min 50 ft125 ftMergingTaper TerminationTaper100 ft100 ft100 ftROAD WORK AHEAD 100 ft ROAD WORK AHEAD DETOURDETOUR DETOUR DETOUR SIDEWALK CLOSED CROSS HERE 350 ftROADWORKAHEAD100 ftROADWORKAHEAD 100 ft ROADWORKAHEAD 100 ft100 ft 100 ft ROADWORKAHEAD100 ft RIGHT LANE CLOSED AHEADROADWORKAHEAD 350 ftROADWORKAHEAD100 ftROADWORKAHEAD Traffic Control Plan # 19** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Road ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. ROADCLOSED ROAD CLOSEDTOTHRU TRAFFIC DETOUR DETOURDET OUR DET OUR SIDEWALK CLOSED CROSS HERE DETOURENDDETOURENDDETOUR DETOURROADCLOSED 100 ft 100 ft ROADCLOSEDAHEADDETOURAHEAD Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 DETOURAHEADROADCLOSEDAHEAD 100 ft ROADWORKAHEAD Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset Blvd LegendPortable Sign StandWork AreaArrow BoardType III BarricadeDelineatorStorm Pipe TBR / ReinstalledWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 19 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min 50 ft STOPSLOW 125 ftMergingTaperTerminationTaper 100 ft100 ft ROAD WORK AHEAD350 ftROADWORKAHEAD100 ftSTOPSLOW 100 ftROADWORKAHEAD 50 ft FlaggingTaperSTOPSLOW ROADWORKAHEAD 350 ftROADWORKAHEAD100 ft ROADWORKAHEAD 100 ft100 ft100 ftBEPREPAREDTO STOP ONE LANE ROADAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ftROADWORKAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t SIDEWALK CLOSEDCROSS HERE SIDEWALK CLOSED CROSS HEREDETOURDETOUR DETOUR DETOUR Traffic Control Plan # 20** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 100 ft LEFT LANE CLOSED AHEAD 100 ft100 ftROAD WORK AHEAD 63 ftShiftingTaper 100 ft Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 400 ftTangentSpace 10 ft minSTOPSLOW Posted Speed Limit: 35 Mph NE Sunset Blvd 50 ftTerminationTaper 100 ft ROADWORKAHEAD Posted Speed Limit: 35 Mph NE Sunset Blvd 40 ft40 ft40 ftONE LANEROADAHEAD LegendPortable Sign StandWork AreaDelineatorArrow BoardSTOPSLOW FlaggerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 20 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E100 ftROADWORKAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ftROADWORKAHEAD 100 ftROADWORKAHEAD 100 ft 350 ftROADWORKAHEAD 350 ftROADWORKAHEAD100 ftSIDEWALK CLOSED CROSS HERE DETOUR DETOUR DETOUR DETOUR Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Traffic Control Plan # 21** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.UPO 350 ft 350 ft SIDEWALK CLOSEDCROSS HERE R O ADWORKAHEAD STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 100 ft100 ftROAD WORK AHEAD 450 ft63 ftShiftingTaper TangentSpace 125 ftMergingTaper 100 ft100 ft ROAD WORK AHEAD 100 ft LEFT LANE CLOSED AHEAD 10 ft min Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 10 ft min50 ftTerminationTaper 50 ftTerminationTaper Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset Blvd 100 ft B E P R E P A R E D T O S T O P350 ftBEPREPAREDTO STOP 350 ft BEPREPAREDTO STOP100 ft100 ft B E P R E P A R E D T O S T O P LegendPortable Sign StandWork AreaArrow BoardUPOUniformed Police OfficerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Sign spacing may be modified to fit field conditions.-Buffer space and flagging taper eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 21 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E 10 ft min 150 ftShiftingTaper100 ftROADWORKAHEAD 100 ftROAD WORK AHEAD 100 ft R O ADWORKAHEAD Traffic Control Plan # 22** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 63 ftShiftingTaper63 ft 125 ft 100 ft125 ft100 ft100 ft TangentSpace 100 ft 100 ft RIGHT LANE CLOSED AHEAD ROAD WORK AHEAD MergingTaper 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD 100 ftROADWORKAHEADLEFT LANE CLOSED AHEAD 10 ft minMergingTaper Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 350 ft UPO 350 ft 100 ft100 ft100 ft ROADWORKAHEAD Posted Speed Limit: 35 Mph NE Sunset Blvd 100 ftB E P R E P A R E D T O S T O P100 ft B E P R E P A R E D T O S T O P 350 ftBEPREPAREDTO STOPROADWORKAHEAD 350 ftROADWORKAHEAD350 ft350 ft BEPREPAREDTO STOP Posted Speed Limit: 35 Mph NE Sunset Blvd LegendPortable Sign StandWork AreaArrow BoardStorm Pipe TBR / ReinstalledDelineatorWater Main To Be InstalledFiber Line To Be InstalledUPOUniformed Police OfficerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 22 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min 100 ftROADWORKAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ftROADWORKAHEAD 100 ftROADWORKAHEAD 100 ft 350 ftROADWORKAHEAD100 ftDETOUR DETOUR DETOUR Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Traffic Control Plan # 23** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.UPO 350 ft R OADWORKAHEAD STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 63 ftShiftingTaper100 ft100 ftROAD WORK AHEAD 340 ft63 ftShiftingTaper TangentSpace 100 ft 155 ftMergingTaper 100 ft100 ft ROAD WORK AHEAD 100 ft LEFT LANE CLOSED AHEAD 10 ft min Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 DETOUR DETOURDETOURDETOUR SIDEWALK CLOSED AHEAD CROSS HERE SIDEWALK CLOSED CROSS HERE SIDEWALK CLOSED USE OTHER SIDE 100 ft ROADWORKAHEAD 100 ft ROADWORKAHEAD Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset Blvd 100 ft ROADWORKAHEAD350 ftROADWORKAHEAD350 ft350 ft BEPREPAREDTO STOPDETOUR 350 ftBEPREPAREDTO STOP100 ft100 ft B E P R E P A R E D T O S T O P LegendPortable Sign StandWork AreaArrow BoardStorm Pipe TBR / ReinstalledUPOUniformed Police OfficerDelineatorWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 23 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 MphMonroe Avenue NE 10 ft min 10 ft min 250 ft 245 ft 350 ftROADWORKAHEAD 100 ft 100 ft 350 ft 350 ftRIGHT LANECLOSEDAHEADMergingTaperBufferSpacePosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 35 Mph Sunset Boulevard NETraffic Control Plan # 24** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane Closure DETOUR DETOUR DETOUR DETOUR NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 350 ft 100 ft 350 ft 100 ftROAD WORK AHEAD STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. SIDEWALK CLOSED CROSS HERE SIDEWALK CLOSED CROSS HERE Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 UPO Posted Speed Limit: 35 Mph NE Sunset Blvd 100 ft ROAD WORK AHEAD B E P R E P A R E D T O S T O P 100 ft100 ftROADWORKAHEAD B E P R E P A R E D T O S T O P 100 ft R O ADWORKAHEAD 350 ft350 ft BEPREPAREDTO STOPROADWORKAHEAD CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. LegendPortable Sign StandWork AreaDelineatorArrow BoardStorm Pipe TBR / ReinstalledWater Main To Be InstalledFiber Line To Be InstalledUPOUniformed Police OfficerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 24 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 MphMonroe Avenue NE 250 ft 245 ft 350 ftROADWORKAHEAD350 ft 350 ftRIGHT LANECLOSEDAHEADMergingTaperBufferSpace Posted Speed Limit: 35 Mph Sunset Boulevard NE 125 ftMergingTaper ShiftingTaper10 ft min 10 ft min 350 ft100 ft100 ft100 ft LEFT LANE CLOSED AHEAD 100 ft100 ft ROAD WORK AHEAD 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD 100 ft Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. Traffic Control Plan # 25** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic Diversion 350 ft ROADWORKAHEAD100 ft 350 ft R O ADWORKAHEAD STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 63 ftShiftingTaper63 ft10 ft min Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 UPO SIDEWALK CLOSED CROSS HERE SIDEWALK CLOSEDCROSS HERE DETOUR DETOUR DETOUR DETOUR ROAD WORK AHEAD 100 ft100 ft B E P R E P A R E D T O S T O P CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' LegendPortable Sign StandWork AreaDelineatorArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledUPOUniformed Police OfficerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 25 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 MphMonroe Avenue NE 245 ft 350 ftROADWORKAHEAD350 ft 350 ftRIGHT LANECLOSEDAHEADMergingTaper Posted Speed Limit: 35 Mph NE Sunset Blvd 10 ft min 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD Traffic Control Plan # 26** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Wade BatesDate: October 2024Drawn By: Ethan AmerineATTSA Cert#: 410902 CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 63 ftShiftingTaper 10 ft min 100 ft 100 ft ROAD WORK AHEAD 63 ftShiftingTaper250 ft63 ft100 ft100 ftROAD WORK AHEAD 100 ft 100 ft B E P R E P A R E D T O S T O P 490 ftTangentSpace63 ftShiftingTaper350 ft 490 ft TangentSpace100 ftROADWORKAHEADMatch Line A Match Line AMatch Line AMatch Line A TangentSpace490 ft 350 ft 350 ftBEPREPAREDTO STOP 350 ft350 ft BEPREPAREDTO STOPUPO SIDEWALK CLOSED CROSS HERESIDEWALK CLOSEDCROSS HERE DETOUR DETOUR DETOUR DETOUR UPO to assist traffic with turnmovements through the intersectionTangentSpaceShiftingTaper 100 ft 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD 100 ft ROADWORKAHEAD 100 ft 100 ft100 ft B E P R E P A R E D T O S T O PROADWORKAHEAD LegendPortable Sign StandWork AreaArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledUPOUniformed Police OfficerDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 26 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 245 ft 350 ft ROADWORKAHEAD350 ft 350 ft MergingTaper82 ft ShoulderTaper 100 ftROADWORKAHEADMatch Line AMatch Line A TangentSpace490 ftLEFT LANECLOSEDAHEAD CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.Traffic Control Plan # 26** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic Diversion- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. LegendWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledPortable Sign StandArrow BoardDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 27 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 MphMonroe Avenue NE 245 ft 350 ftROADWORKAHEAD350 ft 350 ftRIGHT LANECLOSEDAHEADMergingTaper Posted Speed Limit: 35 Mph NE Sunset Blvd 10 ft min 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD Traffic Control Plan # 27** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Wade BatesDate: October 2024Drawn By: Ethan AmerineATTSA Cert#: 410902 CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 125 ftMergingTaper 10 ft min 100 ft100 ft 100 ft ROAD WORK AHEAD 50 ftTerminationTaper100 ft100 ft100 ftROAD WORK AHEAD 100 ft B E P R E P A R E D T O S T O P 100 ft B E P R E P A R E D T O S T O P 490 ftTangentSpace63 ftShiftingTaper350 ft 490 ft TangentSpace100 ftROADWORKAHEADMatch Line A Match Line AMatch Line AMatch Line A TangentSpace490 ft 350 ft 350 ftBEPREPAREDTO STOP 350 ft350 ft BEPREPAREDTO STOPUPO SIDEWALK CLOSED CROSS HERE DETOUR DETOUR DETOUR DETOUR UPO to assist traffic with turnmovements through the intersection 100 ft 100 ft ROADWORKAHEAD 50 ftTerminationTaperLEFT LANE CLOSED AHEAD 10 ft min10 ft min SIDEWALK CLOSEDCROSS HERE100 ftROADWORKAHEAD 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD LegendPortable Sign StandWork AreaArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledUPOUniformed Police OfficerDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 28 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 245 ft 350 ft ROADWORKAHEAD350 ft 350 ft MergingTaper82 ft ShoulderTaper 100 ftROADWORKAHEADMatch Line AMatch Line A TangentSpace490 ftLEFT LANECLOSEDAHEAD CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Traffic Control Plan # 27** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane Closures STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. LegendWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledPortable Sign StandArrow BoardDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 29 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E 50 ft 245 ft 63 ft 10 ft min 10 ft min MergingTaper ShiftingTaperTerminationTaper ROAD WORK AHEAD 100 ft ROADWORKAHEAD 350 ftROADWORKAHEAD 100 ftROADWORKAHEAD350 ft350 ft350 ftROADWORKAHEADRIGHT LANECLOSEDAHEAD Traffic Control Plan # 28** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.350 ft 350 ft 100 ft STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 63 ftShiftingTaper125 ftMergingTaper100 ft100 ft100 ftROAD WORK AHEAD LEFT LANE CLOSED AHEAD 100 ft 100 ft100 ftROADWORKAHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 UPO SIDEWALK CLOSED CROSS HERESIDEWALK CLOSED CROSS HERE DETOUR DETOUR DETOUR DETOUR Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset Blvd 10 ft min 100 ft100 ft B E P R E P A R E D T O S T O P 100 ftB E P R E P A R E D T O S T O PBEPREPAREDTO STOP350 ftBEPREPAREDTO STOPCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' LegendPortable Sign StandWork AreaDelineatorArrow BoardUPOUniformed Police OfficerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 30 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E 10 ft min10 ft min 63 ft245 ft MergingTaper100 ftROADWORKAHEAD350 ft350 ft350 ftROADWORKAHEADRIGHT LANECLOSEDAHEAD63 ftShiftingTaper100 ftROAD WORK AHEAD 100 ftROADWORKAHEAD ShiftingTaper 100 ft ROAD WORK AHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t SIDEWALK CLOSED CROSS HERE DETOURDETOUR DETOUR DETOURTraffic Control Plan # 29** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 350 ft SIDEWALK CLOSED CROSS HERE STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 250 ft63 ft100 ft 100 ftROADWORKAHEAD 125 ftMergingTaper 100 ft 100 ft 100 ft LEFT LANE CLOSED AHEAD 100 ftShiftingTaper 100 ft ROADWORKAHEAD Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 UPOTangentSpace100 ft ROADWORKAHEAD 100 ft100 ft B E P R E P A R E D T O S T O PBEPREPAREDTO STOP 100 ft B E P R E P A R E D T O S T O P350 ft 350 ft350 ftBEPREPAREDTO STOPROADWORKAHEAD LegendPortable Sign StandWork AreaDelineatorArrow BoardUPOUniformed Police OfficerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 31 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min 63 ft350 ftROADWORKAHEAD63 ftShiftingTaper100 ftROAD WORK AHEAD 100 ftROADWORKAHEAD ShiftingTaper 100 ft ROAD WORK AHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t SIDEWALK CLOSED CROSS HERE DETOURDETOUR DETOUR DETOURCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.SIDEWALK CLOSED CROSS HERE STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. 250 ft63 ft100 ft 100 ftROADWORKAHEAD 125 ftMergingTaper 100 ft 100 ft 100 ft LEFT LANE CLOSED AHEAD 100 ftShiftingTaper 100 ft ROADWORKAHEAD Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 UPOTangentSpace100 ft ROADWORKAHEAD 123 ftShiftingTaper 245 ft MergingTaper350 ft350 ft 100 ft - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Match Line A Match Line AMatch Line AMatch Line A 350 ftBEPREPAREDTO STOP 350 ft 350 ft350 ft BEPREPAREDTO STOP 100 ft100 ft B E P R E P A R E D T O S T O P 100 ft B E P R E P A R E D T O S T O P 245 ft TangentSpace350 ftROADWORKAHEADTraffic C o nt r o l Pl an # 3 0** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor D ou bl e L a ne C lo s ure LegendPortable Sign StandWork AreaDelineatorArrow BoardUPOUniformed Police OfficerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 32 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 Mph NE Sunset Blvd 350 ft350 ft350 ftROADWORKAHEADMatch Line AMatch Line A 350 ft BEPREPAREDTO STOPRIGHT LANECLOSEDAHEADCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. Traffic Control Plan # 30** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Double Lane Closure LegendDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 33 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 123 ft63 ft 10 ft min 10 ft min ShiftingTaperShiftingTaper ROAD WORK AHEAD 100 ft ROADWORKAHEAD 350 ftROADWORKAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t350 ft 100 ft63 ftShiftingTaper125 ftMergingTaper100 ft100 ft100 ftROAD WORK AHEAD LEFT LANE CLOSED AHEAD 100 ft 100 ft100 ftROADWORKAHEAD UPO SIDEWALK CLOSED CROSS HERESIDEWALK CLOSED CROSS HERE DETOUR DETOUR DETOUR DETOUR Posted Speed Limit: 35 Mph NE Sunset Blvd 100 ft100 ftB E P R E P A R E D T O S T O P 100 ftB E P R E P A R E D T O S T O P350 ftBEPREPAREDTO STOP 123 ft 245 ft MergingTaper350 ft350 ft 100 ft Match Line A Match Line AMatch Line AMatch Line A 350 ft350 ft BEPREPAREDTO STOP245 ft TangentSpace 350 ftROADWORKAHEADShiftingTaper Traffic Control Plan # 31** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Double Lane Closure LegendPortable Sign StandWork AreaDelineatorArrow BoardUPOUniformed Police OfficerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 34 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 Mph NE Sunset Blvd 350 ft350 ft350 ftROADWORKAHEADMatch Line AMatch Line A 350 ft BEPREPAREDTO STOPRIGHT LANECLOSEDAHEADCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. Traffic Control Plan # 31** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Double Lane Closure LegendDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 35 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min100 ftROADWORKAHEAD 100 ft 350 ftROADWORKAHEAD 100 ft ROAD WORK AHEAD 100 ft ROADWORKAHEAD SIDEWALK CLOSEDCROSS HERE SIDEWALK CLOSED CROSS HEREDETOURDETOUR DETOUR DETOUR Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Traffic Control Plan # 32** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.100 ftROADWORKAHEAD - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 320 ft63 ftShiftingTaper100 ftROAD WORK AHEAD100 ft TangentSpace100 ftROADWORKAHEAD 100 ft ROADWORKAHEAD Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 UPO 100 ft10 ft min 50 ftTerminationTaper100 ft ROADWORKAHEAD 350 ft350 ft BEPREPAREDTO STOP350 ftROADWORKAHEAD350 ft350 ftBEPREPAREDTO STOP 100 ft B E P R E P A R E D T O S T O P 100 ft100 ft B E P R E P A R E D T O S T O P STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. LegendPortable Sign StandWork AreaDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledUPOUniformed Police OfficerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 36 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min 100 ftROADWORKAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ftROADWORKAHEAD 100 ftROADWORKAHEAD 100 ft 350 ftROADWORKAHEAD DETOUR DETOUR DETOUR Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Traffic Control Plan # 33** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.UPO 350 ft R OADWORKAHEAD STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 63 ftShiftingTaper100 ft100 ftROAD WORK AHEAD 340 ft63 ftShiftingTaper TangentSpace 100 ft ROAD WORK AHEAD 100 ft10 ft min Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 DETOUR DETOURDETOURDETOUR SIDEWALK CLOSED AHEAD CROSS HERE SIDEWALK CLOSED CROSS HERE SIDEWALK CLOSED USE OTHER SIDE 100 ft ROADWORKAHEAD 100 ft ROADWORKAHEADPosted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset Blvd 100 ft ROADWORKAHEAD350 ftROADWORKAHEAD350 ft350 ft BEPREPAREDTO STOPDETOUR 350 ftBEPREPAREDTO STOP100 ft100 ft B E P R E P A R E D T O S T O P STOPSLOW STOPSLOW STOPSLOW 100 ft 100 ft ONE LANE ROAD AHEAD 100 ft100 ft ONE LANEROADAHEAD 50 ft 10 ft min10 ft min TerminationTaper LegendPortable Sign StandWork AreaStorm Pipe TBR / ReinstalledUPOUniformed Police OfficerDelineatorWater Main To Be InstalledFiber Line To Be InstalledSTOPSLOW FlaggerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 37 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E 100 ft ROAD WORK AHEAD 100 ft ROADWORKAHEAD SIDEWALK CLOSED CROSS HEREDETOURDETOUR DETOUR DETOUR Posted Speed Limit: 35 Mph Sunset Boulevard NE Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Traffic Control Plan # 34** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 100 ft ROADWORKAHEAD 10 ft min STOPSLOW STOPSLOW 100 ft 100 ft100 ft ONE LANEROADAHEAD MergingTaper Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 UPO 10 ft min125 ft100 ft100 ft100 ftROAD WORK AHEAD LEFT LANE CLOSED AHEAD SIDEWALK CLOSEDCROSS HERE 50 ftTerminationTaper STOPSLOW50 ftTerminationTaper100 ft100 ft B E P R E P A R E D T O S T O P100 ftROADWORKAHEAD 100 ft R O A DWOR KAHEA D 350 ftROADWORKAHEAD350 ft350 ft BEPREPAREDTO STOP350 ftROADWORKAHEAD350 ft350 ftBEPREPAREDTO STOP 100 ft B E P R E P A R E D T O S T O P LegendPortable Sign StandWork AreaSTOPSLOW FlaggerStorm Pipe TBR / ReinstalledWater Main To Be InstalledUPOUniformed Police OfficerDelineatorArrow BoardFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 38 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft min 10 ft min125 ft 50 ft50 ftMergingTaperFlaggingTaperTerminationTaperSTOPSLOW STOPSLOW STOPSLOW350 ftROADWORKAHEAD350 ftROADWORKAHEAD100 ft100 ft100 ftROAD WORK AHEAD RIGHT LANE CLOSED AHEAD 100 ft 100 ft 100 ft100 ft100 ft100 ft ROADWORKAHEAD B EPREPA R E DTO S T O P ONE LANEROADAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e tTraffic Control Plan # 35** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. SIDEWALK CLOSED SIDEWALK CLOSED 100 ft ROADWORKAHEAD100 ft 100 ft 100 ft ROAD WORK AHEAD ONE LANE ROAD AHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 SIDEWALK ENDSSPOTTERS REQUIREDTO ASSIST PEDEST RIANS ONE LANE ROAD AHEAD LegendWork AreaDelineatorArrow BoardPortable Sign StandSTOPSLOW FlaggerStorm Pipe TBR / ReinstalledSpotterWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 39 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E 10 ft m in 10 ft min125 ft 50 ftMergingTaper TerminationTaperSTOPSLOW STOPSLOW STOPSLOW350 ftROADWORKAHEAD350 ftROADWORKAHEAD100 ft100 ft100 ftROAD WORK AHEAD RIGHT LANE CLOSED AHEAD 100 ft 100 ft 100 ft100 ft100 ft ROADWORKAHEAD ONE LANEROADAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e tTraffic Control Plan # 36** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. SIDEWALK CLOSED SIDEWALK CLOSED 100 ft ROADWORKAHEAD100 ft 100 ft ROAD WORK AHEAD ONE LANE ROAD AHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 SIDEWALK ENDSSPOTTERS REQUIREDTO ASSIST PEDEST RIANS LegendWork AreaDelineatorArrow BoardPortable Sign StandSTOPSLOW FlaggerStorm Pipe TBR / ReinstalledSpotterWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 40 of 86PLANS ARENOT TO SCALEN CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 Sunset Boulevard NE Sunset Boulevard NEKirkland Avenue NEK i r k l a n d A v e n u e N E J e f f e r s o n A v e n u e N E Ly n w o o d A v e n u e N E M o n r o e Av e n u e N E N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM o n r o e Av e n u e N E Monroe Avenue NEN e w p o r t A v e n u e N E O l y m p i a A v e n u e N E P i e r c e P l N E P i e r c e A v e N E Q u e e n Av e n u e N E Q u e e n Av e n u e N E R e d m o n d Av e n u e N E R e d m o n d A v e n u e N E S h e l t o n A v e n u e N E N E 11 t h P l U n i o n A v e N E U n i o n A v e N E Redmond Avenue NE R e d m o n d P l N E N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l P i e r c e Av e N E SHEET 42 SHEET 43 SHEET 44 SHEET 45 SHEET 46 *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDLYNWOOD -MONROEPanel 1Advance Message P C M S P C M S P C M S P C M S P C M S LegendDelineatorWork AreaPortable Changeable Message BoardDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 41 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E 155 ft42 ft BufferSpaceShoulderTaper100 ft100 ft ROADWORKAHEAD DETOUR 100 ft ROADWORKAHEAD DET OUR100 ftROADWORKAHEAD 100 ft R O A DWORKAHEAD ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND DETOUR Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph Sunset Boulevard NEDETOUR Match Line B Match Line B Match Line DMatch Line DCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 125 ft100 ft100 ft100 ft RIGHT LANE CLOSED AHEAD ROAD WORK AHEAD 100 ft MergingTaper 100 ft DET OUR AHEAD ROAD CLOSED AHEAD RIGHT LANE MUST TURN RIGHT 500 ft 100 ft100 ftDETOURAHEADROADCLOSEDAHEAD DETOUR Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 DET OUR ROAD CLOSED ROAD CLOSED ROAD CLOSED 100 ftDETOURROADWORKAHEAD LEFT LANECLOSEDAHEAD Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure LegendPortable Sign StandType III BarricadeDelineatorArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledWork AreaDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 42 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph O l y m p i a A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e P l N E Posted Speed Limit: 25 Mph P i e r c e A v e N E Posted Speed Limit: 25 Mph Q u e e n Av e n u e N E Posted Speed Limit: 25 Mph Q u e e n Av e n u e N E Posted Speed Limit: 25 Mph R e d m o n d A v e n u e N E Posted Speed Limit: 25 Mph R e d m o n d A v e n u e N E Posted Speed Limit: 25 Mph S h e l t o n A v e n u e N E Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 25 MphNE 11 t h P l100 ft ROADWORKAHEAD DETOUR 100 ft ROADWORKAHEAD DETOUR100 ftDETOUR 100 ft ROADWORKAHEAD DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR 100 ft ROADWORKAHEAD DETOUR 100 ft ROADWORKAHEAD DETOUR Match Line B Match Line B Match Line C Match Line C Match Line FMatch Line FCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 500 ft ROAD CLOSED 500 FT 100 ft100 ft DET OURAHEADROADCLOSEDAHEAD ROAD CLOSED TO T HRU T RAFFIC Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634500 ft ROADWORKAHEAD ROAD CLOSED 1000 FT LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 43 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph N E 11 t h P l Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 35 MphSunset Boulevard NE Posted Speed Limit: 30 Mph U n i o n Av e N E Posted Speed Limit: 30 Mph Union Ave NE 100 ft ROADWORKAHEAD DETOUR ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD DETOUR END DETOURMatch Line C Match Line C Match Line GMatch Line G Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. DETOUR Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 44 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 MphNE S u n s e t B l v d Posted Speed Limit: 25 MphMonroe Avenue NE Posted Speed Limit: 25 Mph N e w p o r t Av e n u e N E Posted Speed Limit: 25 Mph P i e r c e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 35 Mph Sunset Boulevard NE DETOUR Match Line D Match Line DMatch Line DMatch Line D Match Line E Match Line E CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.100 ftROADWORKAHEAD - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. ROAD CLOSEDTO THRU TRAFFIC DETOUR 100 ft100 ft ROADWORKAHEAD 100 ft DETOURAHEAD ROADCLOSEDAHEAD 350 ft 350 ft R O A D W O R K A H E A D 350 ftROADWORKAHEADROADCLOSEDAHEAD350 ft ROAD CLOSED AHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 45 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 30 Mph P osted S peed Limit: 25 M ph Red m ond Avenue N E Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t Union Ave NE Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 35 MphNE Sunset BlvdDETOUR Match Line F Match Line FMatch Line FMatch Line F Match Line E Match Line E Match Line G Match Line GMatch Line GMatch Line G Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 46 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E O l y m p i a A v e n u e N E 10 ft min155 ft125 ft BufferSpaceMergingTaper100 ft100 ft100 ft 100 ft ROAD WORK AHEAD ROAD WORK AHEAD RIGHT LANE CLOSED AHEAD 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD 350 ftROADWORKAHEAD350 ftROADWORKAHEAD Traffic Control Plan # 38** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' 100 ft R O A DWORKAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. STOPSLOW STOPSLOW 100 ft ROADWORKAHEAD 155 ft63 ft 100 ft BufferSpaceShiftingTaper STOPSLOW 100 ft100 ft 100 ft 100 ft 100 ft B E P R E P A R E D T O S T O P ONE LANE ROAD AHEADROADWORKAHEAD100 ft100 ft100 ft ONE LANE ROAD AHEAD 100 ft 50 ftTerminationTaper Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 100 ft ONE LANEROADAHEAD ONE LANEROADAHEAD Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E LegendDelineatorArrow BoardPortable Sign StandStorm Pipe TBR / ReinstalledWater Main To Be InstalledFiber Line To Be InstalledWork AreaSTOPSLOW FlaggerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 47 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph O l y m p i a Av e n u e N E Posted Speed Limit: 25 MphNE 11 t h P l 10 ft min125 ftMergingTaper 100 ft 100 ft ROADWORKAHEAD ROAD WORK AHEAD ROAD WORK AHEAD RIGHT LANE CLOSED AHEAD 100 ft Traffic Control Plan # 39** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' 100 ft100 ft100 ft 100 ft ShiftingTaperROADWORKAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 126 ft Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 SIDEWALK ENDSSPOTTERS REQUIREDTO ASSIST PEDEST RIANS SIDEWALK ENDSSIDEWALK CLOSED SIDEWALK CLOSED LegendPortable Sign StandWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledSpotterArrow BoardWork AreaDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 48 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph O l y m p i a Av e n u e N E Posted Speed Limit: 25 MphNE 11 t h P l 10 ft min125 ftMergingTaper 100 ft ROADWORKAHEAD ROAD WORK AHEAD ROAD WORK AHEAD RIGHT LANE CLOSED AHEAD 100 ft Traffic Control Plan # 40** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' 100 ft100 ft100 ft 100 ft ShiftingTaperROADWORKAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 63 ft Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 50 ft 50 ftTerminationTaperFlaggingTaperSTOPSLOWSTOPSLOW 100 ft 100 ft ONE LANE ROAD AHEAD 100 ftSTOPSLOW ROADWORKAHEAD 100 ft100 ft 100 ft100 ft 100 ft100 ft 235 ftBufferSpace 350 ftROADWORKAHEAD350 ftROADWORKAHEAD ONE LANE ROAD AHEAD ONE LANEROADAHEAD LegendPortable Sign StandWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledArrow BoardDelineatorWork AreaSTOPSLOW FlaggerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 49 of 86PLANS ARENOT TO SCALEN CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 Sunset Boulevard NE Sunset Boulevard NEKirkland Avenue NEK i r k l a n d A v e n u e N E J e f f e r s o n A v e n u e N E Ly n w o o d A v e n u e N E M o n r o e Av e n u e N E N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM o n r o e Av e n u e N E Monroe Avenue NEN e w p o r t Av e n u e N E O l y m p i a A v e n u e N E P i e r c e P l N E P i e r c e A v e N E Q u e e n Av e n u e N E Q u e e n Av e n u e N E R e d m o n d Av e n u e N E R e d m o n d A v e n u e N E S h e l t o n A v e n u e N E N E 11 t h P l U n i o n A v e N E U n i o n A v e N E Redmond Avenue NE R e d m o n d P l N E N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l P i e r c e Av e N E SHEET 51 SHEET 52 SHEET 53 SHEET 54 SHEET 55 P C M S *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDMONROE TOMONROEPanel 1Advance Message P C M S P C M S P C M S P C M S LegendWork AreaPortable Changeable Message BoardDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 50 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d A v e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph L y n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n Av e n u e N E ROAD CLOSED 155 ft42 ft BufferSpaceShoulderTaper100 ft100 ft ROADWORKAHEAD DETOUR DETOUR 100 ft ROADWORKAHEAD DET OUR100 ftROADWORKAHEAD 100 ft R O A DWORKAHEAD ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND DETOUR Posted Speed Limit: 35 Mph NE Sunset Blvd Posted Speed Limit: 35 Mph NE Sunset BlvdDETOUR Match Line B Match Line B Match Line DMatch Line DCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 125 ft100 ft100 ftRIGHT LANE CLOSED AHEAD ROAD WORK AHEAD 100 ft MergingTaper 100 ft DET OUR AHEAD ROAD CLOSED AHEAD RIGHT LANE MUST TURN RIGHT 100 ft100 ftDETOURAHEADROADCLOSEDAHEAD ROAD CLOSED ROADCLOSED 500 ftROAD CLOSED 500 FT DETOUR Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 500 ft 100 ft RIGHT LANECLOSEDAHEAD LegendPortable Sign StandType III BarricadeDelineatorArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledWork AreaDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 51 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph O l y m p i a A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e P l N E Posted Speed Limit: 25 Mph P i e r c e A v e N E Posted Speed Limit: 25 Mph Q u e e n Av e n u e N E Posted Speed Limit: 25 Mph Q u e e n Av e n u e N E Posted Speed Limit: 25 Mph R e d m o n d A v e n u e N E Posted Speed Limit: 25 Mph R e d m o n d A v e n u e N E Posted Speed Limit: 25 Mph S h e l t o n A v e n u e N E Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 25 MphNE 11 t h P l100 ft ROADWORKAHEAD DETOUR 100 ft ROADWORKAHEAD DETOUR100 ftROADWORKAHEADDETOUR 100 ft ROADWORKAHEAD DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR 100 ft ROADWORKAHEAD DETOUR 100 ft ROADWORKAHEAD DETOUR Match Line B Match Line B Match Line C Match Line C Match Line FMatch Line FCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 500 ft 500 ft ROAD CLOSED 500 FT ROAD CLOSED 1000 FT 100 ft100 ft DET OURAHEADROADCLOSEDAHEAD ROAD CLOSED TO T HRU T RAFFIC Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 52 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph N E 11 t h P l Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 35 MphSunset Boulevard NE Posted Speed Limit: 30 Mph U n i o n Av e N E Posted Speed Limit: 30 Mph Union Ave NE 100 ft ROADWORKAHEAD DETOUR ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD DETOUR END DETOURMatch Line C Match Line C Match Line GMatch Line G Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. DETOUR Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 53 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 MphNE S u n s e t B l v d Posted Speed Limit: 25 MphMonroe Avenue NE Posted Speed Limit: 25 Mph N e w p o r t Av e n u e N E Posted Speed Limit: 25 Mph P i e r c e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 35 Mph NE Sunset Blvd DETOUR Match Line D Match Line DMatch Line DMatch Line D Match Line E Match Line E CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.100 ftROADWORKAHEAD - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. ROAD CLOSEDTO THRU TRAFFIC DETOUR 100 ft100 ft ROADWORKAHEAD 100 ft DETOURAHEAD ROADCLOSEDAHEAD 350 ft 350 ft R O A D W O R K A H E A D 350 ftROADWORKAHEADROADCLOSEDAHEAD350 ft ROAD CLOSED AHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 54 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 30 Mph P osted S peed Limit: 25 M ph Red m ond Avenue N E Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t Union Ave NE Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 35 MphNE Sunset BlvdDETOUR Match Line F Match Line FMatch Line FMatch Line F Match Line E Match Line E Match Line G Match Line GMatch Line GMatch Line G Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500' NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 55 of 86PLANS ARENOT TO SCALEN Sunset Boulevard NE Sunset Boulevard NEKirkland Avenue NEK i r k l a n d A v e n u e N E J e f f e r s o n A v e n u e N E Ly n w o o d A v e n u e N E M o n r o e A v e n u e N E N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM o n r o e Av e n u e N E Monroe Avenue NEN e w p o r t Av e n u e N E O l y m p i a Av e n u e N E P i e r c e P l N E P i e r c e A v e N E Q u e e n Av e n u e N E Q u e e n Av e n u e N E R e d m o n d A v e n u e N E R e d m o n d A v e n u e N E S h e l t o n Av e n u e N E N E 11 t h P l U n i o n Av e N E U n i o n Av e N E Redmond Avenue NE R e d m o n d P l N E N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l P i e r c e Av e N E SHEET 57 SHEET 58 SHEET 59 SHEET 60 SHEET 61 CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.P C M S *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDMONROE TOOLYMPIAPanel 1Advance Message P C M S P C M S P C M S P C M S LegendDelineatorWork AreaPortable Changeable Message BoardDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 56 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E DETOURDETOUR 100 ft ROADWORKAHEAD DET OUR100 ftROADWORKAHEAD 100 ft R O A DWORKAHEAD ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND DETOUR DETOUR Match Line H Match Line H Match Line JMatch Line J 125 ft100 ft100 ftRIGHT LANE CLOSED AHEAD ROAD WORK AHEAD 100 ft MergingTaper 100 ft DET OUR AHEAD ROAD CLOSED AHEAD RIGHT LANE MUST TURN RIGHT ROAD CLOSED100 ft ROADWORKAHEAD ROAD CLOSED TO T HRU T RAFFIC 500 ftDETOUR ROAD CLOSED 500 FTNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 100 ft 100 ftROADWORKAHEADDETOUR LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeDelineatorArrow BoardWork AreaWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 57 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph O l y m p i a A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e P l N E Posted Speed Limit: 25 Mph P i e r c e Av e N E Posted Speed Limit: 25 Mph Q u e e n A v e n u e N E Posted Speed Limit: 25 Mph Q u e e n A v e n u e N E Posted Speed Limit: 25 Mph R e d m o n d Av e n u e N E Posted Speed Limit: 25 Mph R e d m o n d Av e n u e N E Posted Speed Limit: 25 Mph S h e l t o n A v e n u e N E Posted Speed Limit: 25 MphNE 11 t h P l Posted Speed Limit: 25 MphNE 11 t h S t Posted Speed Limit: 25 Mph O l y m p i a Av e n u e N E 100 ft ROADWORKAHEAD DET OUR100 ftROADWORKAHEADDETOUR 100 ft ROADWORKAHEAD DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR 100 ft ROADWORKAHEAD DETOUR 100 ft ROADWORKAHEAD DETOUR Match Line H Match Line H Match Line I Match Line I Match Line LMatch Line L500 ft 500 ft ROAD CLOSED 500 FT ROAD CLOSED 1000 FT ROADCLOSED ROAD CLOSED 100 ft100 ft100 ft ROADWORKAHEAD DET OURAHEADROADCLOSEDAHEAD ROAD CLOSEDTOTHRU TRAFFICDETOUR 100 ft ROAD WORK AHEAD DETOUR CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeWork AreaWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 58 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph N E 11 t h P l Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 35 MphSunset Boulevard NE Posted Speed Limit: 30 Mph U n i o n A v e N E 100 ft ROADWORKAHEAD DETOUR ROAD CLOSED TO THRU T RAFFIC DETOUR 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD DETOUR END DETOURMatch Line I Match Line I Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. DETOUR - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 Match Line MMatch Line M LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 59 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 MphNE S u n s e t B l v d Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e P l N E Posted Speed Limit: 25 MphMonroe Avenue NEPosted Speed Limit: 25 Mph N e w p o r t A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E ROADWORKAHEAD Posted Speed Limit: 35 Mph NE Sunset BlvdDETOUR ROADWORKAHEAD ROADWORKAHEAD DETOUR Match Line J Match Line JMatch Line JMatch Line J Match Line K Match Line K 500 ft ROAD CLOSED 500 FT 100 ftROADWORKAHEAD 100 ft 350 ft 350 ft R O A D W O R K A H E A DROADWORKAHEADROADWORKAHEADNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ROADWORKAHEAD LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 60 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Q u e e n Av e n u e N E Posted Speed Limit: 25 Mph R e d m o n d A v e n u e N E Posted Speed Limit: 30 Mph P osted S peed Limit: 25 M ph Red m ond Avenue N E Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t Union Ave NE Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 35 MphNE Sunset Blvd ROADWORKAHEAD ROADWORKAHEAD DETOUR DETOUR Match Line L Match Line LMatch Line LMatch Line L Match Line K Match Line K Road Closure 500 ft ROAD CLOSED 500 FT ROAD CLOSED 1000 FT DETOUR Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 Match Line M Match Line MMatch Line MMatch Line M Road Closure LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 61 of 86PLANS ARENOT TO SCALEN Sunset Boulevard NE Sunset Boulevard NEKirkland Avenue NEK i r k l a n d A v e n u e N E J e f f e r s o n A v e n u e N E Ly n w o o d A v e n u e N E M o n r o e A v e n u e N E N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM o n r o e Av e n u e N E Monroe Avenue NEN e w p o r t Av e n u e N E O l y m p i a Av e n u e N E P i e r c e P l N E P i e r c e A v e N E Q u e e n Av e n u e N E Q u e e n Av e n u e N E R e d m o n d A v e n u e N E R e d m o n d A v e n u e N E S h e l t o n Av e n u e N E N E 11 t h P l U n i o n Av e N E U n i o n Av e N E Redmond Avenue NE R e d m o n d P l N E N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l P i e r c e Av e N E SHEET 63 SHEET 64 SHEET 65 SHEET 66 SHEET 67 CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.P C M S *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDOLYMPIATO PIERCEPanel 1Advance Message P C M S P C M S P C M S P C M S LegendDelineatorWork AreaPortable Changeable Message BoardDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 62 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E DETOUR 100 ft ROADWORKAHEAD DETOUR DET OUR100 ftROADWORKAHEAD 100 ft R O A DWORKAHEAD ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND DETOUR DETOUR Match Line N Match Line N Match Line PMatch Line P 125 ft100 ft100 ftRIGHT LANE CLOSED AHEAD ROAD WORK AHEAD 100 ft MergingTaper 100 ft DET OUR AHEAD ROAD CLOSED AHEAD RIGHT LANE MUST TURN RIGHT 100 ft ROADWORKAHEAD ROAD CLOSED TO T HRU T RAFFIC ROAD CLOSED 500 FT500 ft DETOUR ROAD CLOSED 1000 FTNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 100 ft DETOUR 100 ftROADWORKAHEAD LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeDelineatorArrow BoardWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 63 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph O l y m p i a A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e P l N E Posted Speed Limit: 25 Mph P i e r c e Av e N E Posted Speed Limit: 25 Mph Q u e e n A v e n u e N E Posted Speed Limit: 25 Mph Q u e e n A v e n u e N E Posted Speed Limit: 25 Mph R e d m o n d Av e n u e N E Posted Speed Limit: 25 Mph R e d m o n d Av e n u e N E Posted Speed Limit: 25 Mph S h e l t o n A v e n u e N E Posted Speed Limit: 25 MphNE 11 t h P l Posted Speed Limit: 25 MphNE 11 t h S t Posted Speed Limit: 25 Mph O l y m p i a Av e n u e N E 100 ft ROADWORKAHEADDETOUR 100 ft ROADWORKAHEAD DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR 100 ft ROADWORKAHEAD DETOUR 100 ft ROADWORKAHEAD DETOUR Match Line N Match Line N Match Line O Match Line O Match Line RMatch Line R500 ft 500 ft ROAD CLOSED 500 FT ROAD CLOSED 1000 FT ROADCLOSED ROAD CLOSED 100 ft ROADWORKAHEAD DETOURROAD CLOSED ROAD CLOSEDTOTHRU TRAFFIC 100 ft ROADCLOSEDAHEAD500 ft CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeWork AreaWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 64 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph N E 11 t h P l Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 35 MphSunset Boulevard NE Posted Speed Limit: 30 Mph U n i o n A v e N E 100 ft ROADWORKAHEAD DETOUR ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD DETOUR END DETOURMatch Line O Match Line O DETOUR CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureMatch Line SMatch Line S LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 65 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 MphNE S u n s e t B l v d Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e P l N E Posted Speed Limit: 25 MphMonroe Avenue NEPosted Speed Limit: 25 Mph N e w p o r t A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E ROADWORKAHEAD Posted Speed Limit: 35 Mph NE Sunset BlvdDETOUR ROADWORKAHEAD DETOUR Match Line P Match Line PMatch Line PMatch Line P Match Line Q Match Line Q 100 ftROADWORKAHEAD 100 ft 350 ft 350 ft R O A D W O R K A H E A DROADWORKAHEADROADWORKAHEADNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ROADWORKAHEAD Stage 4 LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 66 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Q u e e n Av e n u e N E Posted Speed Limit: 25 Mph R e d m o n d A v e n u e N E Posted Speed Limit: 30 Mph P osted S peed Limit: 25 M ph Red m ond Avenue N E Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t Union Ave NE Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 35 MphNE Sunset Blvd ROADWORKAHEAD ROADWORKAHEAD DETOUR DETOUR Match Line R Match Line RMatch Line RMatch Line R Match Line Q Match Line Q 500 ft 500 ft ROAD CLOSED 500 FT ROAD CLOSED 1000 FT DETOUR CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure Match Line S Match Line SMatch Line SMatch Line S LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 67 of 86PLANS ARENOT TO SCALEN Sunset Boulevard NE Sunset Boulevard NEKirkland Avenue NEK i r k l a n d A v e n u e N E J e f f e r s o n A v e n u e N E Ly n w o o d A v e n u e N E M o n r o e A v e n u e N E N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM o n r o e Av e n u e N E Monroe Avenue NEN e w p o r t Av e n u e N E O l y m p i a Av e n u e N E P i e r c e P l N E P i e r c e A v e N E Q u e e n Av e n u e N E Q u e e n Av e n u e N E R e d m o n d A v e n u e N E R e d m o n d A v e n u e N E S h e l t o n Av e n u e N E N E 11 t h P l U n i o n Av e N E U n i o n Av e N E Redmond Avenue NE R e d m o n d P l N E N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l P i e r c e Av e N E SHEET 69 SHEET 70 SHEET 71 SHEET 72 SHEET 73 CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.P C M S *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDPIERCETO PIERCEPanel 1Advance Message P C M S P C M S P C M S P C M S LegendDelineatorWork AreaPortable Changeable Message BoardDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 68 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E DETOUR 100 ft ROADWORKAHEAD DETOUR DET OUR100 ftROADWORKAHEAD 100 ft R O A DWORKAHEAD ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND DETOUR Posted Speed Limit: 35 Mph Sunset Boulevard NE DETOUR Match Line T Match Line T Match Line VMatch Line V 125 ft100 ft100 ft100 ft RIGHT LANE CLOSED AHEAD ROAD WORK AHEAD 100 ft MergingTaper 100 ft DET OUR AHEAD ROAD CLOSED AHEAD RIGHT LANE MUST TURN RIGHT 100 ft ROADWORKAHEAD ROAD CLOSED TO T HRU T RAFFIC NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. ROAD CLOSED 1000 FT DETOUR 500 ft Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendPortable Sign StandType III BarricadeStorm Pipe TBR / ReinstalledDelineatorArrow BoardWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 69 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph O l y m p i a A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e P l N E Posted Speed Limit: 25 Mph P i e r c e Av e N E Posted Speed Limit: 25 Mph Q u e e n A v e n u e N E Posted Speed Limit: 25 Mph Q u e e n A v e n u e N E Posted Speed Limit: 25 Mph R e d m o n d Av e n u e N E Posted Speed Limit: 25 Mph R e d m o n d Av e n u e N E Posted Speed Limit: 25 Mph S h e l t o n A v e n u e N E Posted Speed Limit: 25 MphNE 11 t h P l Posted Speed Limit: 25 MphNE 11 t h S t Posted Speed Limit: 25 Mph O l y m p i a Av e n u e N E 100 ft ROADWORKAHEAD 100 ft ROADWORKAHEAD DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR 100 ft ROADWORKAHEAD DETOUR 100 ft ROADWORKAHEAD DETOUR Match Line T Match Line T Match Line U Match Line U Match Line XMatch Line X500 ft 500 ft ROAD CLOSED 500 FT ROAD CLOSED 1000 FT ROAD CLOSED ROADCLOSED100 ft ROADWORKAHEAD ROAD CLOSED CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 100 ftROADWORKAHEAD 100 ft100 ft ROADCLOSEDAHEADDETOURAHEAD ROAD CLOSEDTOTHRU TRAFFICDETOURDET OUR DETOUR 500 ftROAD CLOSED 500 FT500 ft Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 DETOUR LegendPortable Sign StandType III BarricadeStorm Pipe TBR / ReinstalledWork AreaWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 70 of 86PLANS ARENOT TO SCALEN Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ROAD CLOSED TO THRU TRAFFIC DETOUR DETOUR Posted Speed Limit: 25 Mph N E 11 t h P l Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 35 MphSunset Boulevard NE Posted Speed Limit: 30 Mph U n i o n Av e N E 100 ft ROADWORKAHEAD DET OUR ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD DETOUR END DETOURMatch Line U Match Line U DETOUR Match Line YMatch Line Y LegendType III BarricadePortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 71 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 MphNE S u n s e t B l v d Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e P l N E Posted Speed Limit: 25 MphMonroe Avenue NEPosted Speed Limit: 25 Mph N e w p o r t A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E ROADWORKAHEAD Posted Speed Limit: 35 Mph NE Sunset BlvdDETOUR ROADWORKAHEAD DETOUR Match Line V Match Line VMatch Line VMatch Line V Match Line W Match Line W 100 ftROADWORKAHEAD 100 ft 350 ft 350 ft R O A D W O R K A H E A DROADWORKAHEADROADWORKAHEADNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure ROADWORKAHEAD Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 72 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Q u e e n Av e n u e N E Posted Speed Limit: 25 Mph R e d m o n d A v e n u e N E Posted Speed Limit: 30 Mph P osted S peed Limit: 25 M ph Red m ond Avenue N E Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t Union Ave NE Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 35 MphNE Sunset Blvd ROADWORKAHEAD ROADWORKAHEAD DETOUR DETOUR Match Line X Match Line XMatch Line XMatch Line X Match Line W Match Line W 500 ft 500 ft ROAD CLOSED 500 FT ROAD CLOSED 1000 FT DETOUR Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 Match Line Y Match Line Y LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 73 of 86PLANS ARENOT TO SCALEN Sunset Boulevard NE Sunset Boulevard NEKirkland Avenue NEK i r k l a n d A v e n u e N E J e f f e r s o n A v e n u e N E Ly n w o o d A v e n u e N E M o n r o e A v e n u e N E N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM o n r o e Av e n u e N E Monroe Avenue NEN e w p o r t Av e n u e N E O l y m p i a Av e n u e N E P i e r c e P l N E P i e r c e A v e N E Q u e e n Av e n u e N E Q u e e n Av e n u e N E R e d m o n d A v e n u e N E R e d m o n d A v e n u e N E S h e l t o n Av e n u e N E N E 11 t h P l U n i o n Av e N E U n i o n Av e N E Redmond Avenue NE R e d m o n d P l N E N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l P i e r c e Av e N E SHEET 75 SHEET 76 SHEET 77 SHEET 78 SHEET 79 CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.P C M S *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDPIERCETO QUEENPanel 1Advance Message P C M S P C M S P C M S P C M S LegendDelineatorWork AreaPortable Changeable Message BoardDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 74 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Harrington Pl NE Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E Posted Speed Limit: 25 Mph K i r k l a n d Av e n u e N E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph Ly n w o o d A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph J e f f e r s o n A v e n u e N E DETOURDETOUR 100 ft ROADWORKAHEAD DETOUR DET OUR100 ftROADWORKAHEAD 100 ft R O A DWORKAHEAD ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND DETOUR Posted Speed Limit: 35 Mph Sunset Boulevard NE DETOUR Match Line Z Match Line Z Match Line BBMatch Line BB 125 ft100 ft100 ftRIGHT LANE CLOSED AHEAD ROAD WORK AHEAD 100 ft MergingTaper 100 ft DET OUR AHEAD ROAD CLOSED AHEAD RIGHT LANE MUST TURN RIGHT 100 ft ROADWORKAHEAD ROAD CLOSED TO T HRU T RAFFIC NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 100 ft LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeDelineatorArrow BoardWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 75 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph O l y m p i a A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e P l N E Posted Speed Limit: 25 Mph P i e r c e Av e N E Posted Speed Limit: 25 Mph Q u e e n A v e n u e N E Posted Speed Limit: 25 Mph Q u e e n A v e n u e N E Posted Speed Limit: 25 Mph R e d m o n d Av e n u e N E Posted Speed Limit: 25 Mph R e d m o n d Av e n u e N E Posted Speed Limit: 25 Mph S h e l t o n A v e n u e N E Posted Speed Limit: 25 MphNE 11 t h P l Posted Speed Limit: 25 MphNE 11 t h S t Posted Speed Limit: 25 Mph O l y m p i a Av e n u e N E ROADWORKAHEAD 100 ft ROADWORKAHEAD DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR 100 ft ROADWORKAHEAD DETOUR 100 ft ROADWORKAHEAD DETOUR Match Line Z Match Line Z Match Line AA Match Line AA Match Line DDMatch Line DD500 ft 500 ft ROAD CLOSED 500 FT ROAD CLOSED 1000 FT ROAD CLOSED 100 ft ROADWORKAHEAD ROAD CLOSED CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 100 ftROADWORKAHEAD 100 ft DETOURDETOURDETOUR Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeWork AreaWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 76 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph N E 11 t h P l Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 35 MphSunset Boulevard NE Posted Speed Limit: 30 Mph U n i o n A v e N E 100 ft ROADWORKAHEAD DETOUR ROAD CLOSED TO THRU TRAFFIC DETOUR 100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD DETOUR END DETOURMatch Line AA Match Line AA DETOUR Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 Match Line EEMatch Line EE LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 77 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 MphNE S u n s e t B l v d Posted Speed Limit: 25 Mph M o n r o e Av e n u e N E Posted Speed Limit: 25 Mph P i e r c e P l N E Posted Speed Limit: 25 MphMonroe Avenue NEPosted Speed Limit: 25 Mph N e w p o r t A v e n u e N E Posted Speed Limit: 25 Mph P i e r c e Av e n u e N E Posted Speed Limit: 25 Mph M o n r o e A v e n u e N E ROADWORKAHEAD Posted Speed Limit: 35 Mph Sunset Boulevard NEDETOUR ROADWORKAHEAD DETOUR Match Line BB Match Line BBMatch Line BBMatch Line BB Match Line CC Match Line CC 100 ftROADWORKAHEAD 100 ft 350 ft 350 ft R O A D W O R K A H E A DROADWORKAHEADROADWORKAHEADNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure ROADWORKAHEAD Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 78 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 Mph Q u e e n A v e n u e N E Posted Speed Limit: 25 Mph R e d m o n d Av e n u e N E Posted Speed Limit: 30 Mph P osted S peed Limit: 25 M ph Red m ond Avenue N E Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t Union Ave NE Posted Speed Limit: 25 Mph R e d m o n d P l N E Posted Speed Limit: 35 MphNE Sunset Blvd ROADWORKAHEAD ROADWORKAHEAD DETOUR DETOUR Match Line DD Match Line DDMatch Line DDMatch Line DD Match Line CC Match Line CC 500 ft 500 ft ROAD CLOSED 500 FT ROAD CLOSED 1000 FT DETOUR Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 Match Line EE Match Line EEMatch Line EEMatch Line EE LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 79 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 Mph N E S u n s e t B l v d Posted Speed Limit: 25 MphLynwood Av e n u e N E Posted Speed Limit: 25 MphMonroe Av e n u e N E Posted Speed Limit: 25 MphMonroe Av e n u e N E Posted Speed Limit: 25 MphOlympia Av e n u e N E Posted Speed Limit: 25 Mph Monroe Avenue NE Posted Speed Limit: 25 MphNewport Av e n u e N E Posted Speed Limit: 25 MphMonroe Av e n u e N E 50 ft 50 ftFlaggingTaperTerminationTaper STOPSLOW STOPSLOW 100 ft100 ft100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD 30 ft100 ft 100 ft100 ft ROADWORKAHEAD R O A DWORKAHEADROADWORKAHEAD Posted Speed Limit: 35 Mph S u n s e t B o u l e v a r d N E Posted Speed Limit: 35 MphSunset Boulevard NE Posted Speed Limit: 25 Mph N E 1 2 t h S t r e e t Traffic Control Plan # 46** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 30 ftONE LANE ROAD AHEAD LegendWork AreaDelineatorSTOPSLOW FlaggerPortable Sign StandWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 80 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 35 Mph N E S u n s e t B l v d Posted Speed Limit: 25 MphLynwood Av e n u e N E Posted Speed Limit: 25 MphMonroe Av e n u e N E Posted Speed Limit: 25 MphMonroe Av e n u e N E Posted Speed Limit: 25 MphOlympia Av e n u e N E Posted Speed Limit: 25 Mph Monroe Avenue NE Posted Speed Limit: 25 MphNewport Av e n u e N E Posted Speed Limit: 25 Mph N E 11 t h P l Posted Speed Limit: 25 MphMonroe Av e n u e N E 10 ft min 50 ftFlaggingTaper100 ft 50 ftTerminationTaperSTOPSLOW STOPSLOW 100 ft100 ftROAD WORK AHEAD ONE LANE ROAD AHEAD Posted Speed Limit: 25 Mph N E 1 2 t h S t r e e t 100 ft 100 ft 100 ftROADWORKAHEADPosted Speed Limit: 35 MphSunset Boulevard NE100 ft100 ft R O A DWORKAHEADROADWORKAHEAD Posted Speed Limit: 35 Mph S u n s e t B o u l e v a r d N E Traffic Control Plan # 47** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ONE LANE ROAD AHEAD LegendWork AreaPortable Sign StandDelineatorSTOPSLOW FlaggerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 81 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 10 ft min155 ft50 ft 50 ftFlaggingTaperBufferSpaceTerminationTaper100 ft100 ft100 ft100 ft B E P R E P A R E D T O S T O P ONE LANE ROAD AHEAD ROAD WORK AHEAD 100 ft100 ft100 ft100 ft B E P R E P A R E D T O S T O P ONE LANE ROAD AHEAD ROAD WORK AHEAD NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 48** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorTypical FlaggingClosure SIDEWALK CLOSED SIDEWALK CLOSED STOPSLOW STOPSLOW STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 SPOT T ERS REQUIREDTO ASSIST PEDEST RIANS Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t SIDEWALK CLOSED AHEAD CROSS HERE DETOURDETOUR T O BE APPLIED AT T HE NEARESTCROSSWALK IN EIT HER DIRECT IONOF SIDEWALK CLOSURE. LegendWork AreaDelineatorPortable Sign StandSTOPSLOW FlaggerSpotterDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Plan is ty pical of NE 12th Street.-Plan is applicable to the opposing side of NE 12th Street.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 82 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 10 ft min155 ft125 ft 50 ftBufferSpaceTerminationTaperMergingTaper100 ftROAD WORK AHEAD 100 ft100 ft ROAD WORK AHEAD 100 ft SIDEWALK CLOSED SIDEWALK CLOSED RIGHT LANE CLOSED AHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 49** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorTypical RightLane ClosureSTEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t SIDEWALK CLOSED AHEAD CROSS HERE DETOURDETOUR T O BE APPLIED AT T HE NEARESTCROSSWALK IN EIT HER DIRECT IONOF SIDEWALK CLOSURE. SPOT T ERS REQUIREDTO ASSIST PEDEST RIANS LegendWork AreaDelineatorArrow BoardPortable Sign StandSpotterDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Plan is ty pical of NE 12th Street.-Plan is applicable to the opposing side of NE 12th Street.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 83 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t 10 ft min155 ft125 ft 50 ftBufferSpaceTerminationTaperMergingTaper100 ftROAD WORK AHEAD 100 ft100 ft ROAD WORK AHEAD 100 ft Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 50** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorTypical LeftLane Closure LEFT LANE CLOSED AHEAD STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LegendArrow BoardPortable Sign StandWork AreaDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Plan is ty pical of NE 12th Street.-Plan is applicable to the opposing side of NE 12th Street.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 84 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 10 ft min155 ft125 ft BufferSpaceMergingTaper100 ftROAD WORK AHEAD 100 ft100 ft RIGHT LANE CLOSED AHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained. 63 ft250 ft ShiftingTaperTangentSpace 63 ftShiftingTaper100 ft 125 ftMergingTaper 100 ft ROAD WORK AHEAD 100 ft 100 ft LEFT LANE CLOSED AHEAD SIDEWALK CLOSED SIDEWALK CLOSED Traffic Control Plan # 51** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorTypical Diversion 10 ft min Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t SIDEWALK CLOSED AHEAD CROSS HERE DETOURDETOUR TO BE APPLIED AT T HE NEARESTCROSSWALK IN EIT HER DIRECT IONOF SIDEWALK CLOSURE. SPOT T ERS REQUIREDTO ASSIST PEDEST RIANS LegendWork AreaPortable Sign StandArrow BoardDelineatorSpotterDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Plan is ty pical of NE 12th Street.-Plan is applicable to the opposing side of NE 12th Street.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 85 of 86PLANS ARENOT TO SCALEN Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project. 10 ft min155 ft125 ft BufferSpaceMergingTaper100 ftROAD WORK AHEAD 100 ft100 ft Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations. - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Traffic Control Plan # 52** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorTypical Inside LaneClosures 10 ft min Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 LEFT LANE CLOSED AHEAD 50 ftTerminationTaper 155 ft 125 ftBufferSpaceMergingTaper 100 ft ROAD WORK AHEAD 100 ft 100 ft LEFT LANE CLOSED AHEAD 50 ftTerminationTaper LegendArrow BoardPortable Sign StandWork AreaDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Plan is ty pical of NE 12th Street.-Plan is applicable to the opposing side of NE 12th Street.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 86 of 86PLANS ARENOT TO SCALEN