Loading...
HomeMy WebLinkAboutDetailed Specs - 2022 Overlay Project CITY OF RENTON RENTON, WASHINGTON Contract Provisions for the 2022 Overlay City Contract Number: CAG-22-200 June 2022 City of Renton 1055 South Grady Way Renton, WA 98057 2022 Overlay Table of Contents Page 1 of 1 2022 CITY OF RENTON 2022 Overlay Table of Contents VOLUME I I. CALL FOR BIDS II. INFORMATION FOR BIDDERS 1. INFORMATION AND CHECKLIST FOR BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON III. PROJECT PROPOSAL 1. * PROJECT PROPOSAL COVER SHEET 2. * PROPOSAL 3. * SCHEDULE OF PRICES 4. * NON-COLLUSION DECLARATION 5. * LOCAL AGENCY SUBCONTRACTOR LIST 6. * PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT 7. * CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS 8. * PROPOSAL SIGNATURE PAGE 9. * PROPOSAL BID BOND IV. AGREEMENT FORMS 1. ❖ AGREEMENT 2. ❖ CONTRACT BOND TO THE CITY OF RENTON 3. ❖ FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 4. ❖ RETAINAGE METHOD SELECTION * Submit as part of the bid. ❖ Submit within 10 days after Notice of Award. VI. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS APPENDICES A – PREVAILING HOURLY MINIMUM WAGE RATES B – CITY OF RENTON STANDARD PLANS C – WSDOT STANDARD PLANS City of Renton Contract Provisions for 2022 Overlay ______________________________________________________________________________ I. CALL FOR BIDS CAG-22-200 2022 Overlay Call for Bids 2022 CITY OF RENTON 2022 Overlay Project CALL FOR BIDS Sealed bids will be received until 1:00 PM on June 30, 2022, at the lobby of Renton City Hall, 1055 South Grady Way, Renton, WA 98057. All supplemental documents, that are allowed to be submitted after this date and time, shall be received at the lobby of Renton City Hall. Sealed bids will be opened and publicly read via Zoom video-conferencing web application at 2:00 PM, on June 30, 2022. Any bids received after the published bid submittal time cannot be considered and will not be accepted. The bid opening meeting can be accessed via videoconference by: • Clicking this link to join the Zoom meeting: https://us02web.zoom.us/j/85958076905?pwd=bit6bzR4MVNEeDBoQlFmWkxBRkFSZz09 •Using the Zoom app: Meeting ID: 859 5807 6905 •Password: 758506 •Via telephone by dialing: 253-215-8782,, 85958076905#,,,,*758506# •Zoom is free to use and is available at https://zoom.us/. Approved plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future addenda and to be placed on the Bidders List). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The improvement for which bids will be received is described below: Construct the 2022 Overlay Project. The work includes but is not limited to: excavation; grading; removal of pavement; planing pavement; paving with asphalt; adjustments to utility frames, grates and covers; pavement markings, property restoration and all other work necessary to complete the Work as specified and shown in the Contract Provisions. Jason A. Seth, City Clerk Published: June 15, 2022, and June 22, 2022 Daily Journal of Commerce Renton Reporter (online) City of Renton Contract Provisions for 2022 Overlay ______________________________________________________________________________ II. INFORMATION AND CHECKLIST FOR BIDDERS 2022 Overlay Information and Checklist for Bidders Page 1 of 3 2022 INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Prevailing Wages. This project has does not include federal funding. Therefore, only State Prevailing Wages must be paid on this project. The Prevailing Wages in eff ect at time of Advertisement are provided in Appendix B. It is the Bidder’s responsibility to obtain wage information for any work classifications that are not included. b. Map of Project Locations and Summary of Quantities. Appendix A includes a Map of Project Locations and a summary of quantities for each street included in the scope of work. If there is a conflict in quantities between these summaries and the Schedule of Prices, the Schedule of Prices shall govern. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply t o reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either: • Submit questions via e-mail: mailto: HBernardo@Rentonwa.gov. Put “2022 Overlay” in the subject line No other type of inquiry will be accepted. 4. All bids must be self -explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City of Renton may request further information on particular points. The bidder shall, upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder. The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. Payment for this work will be made in cash warrants. 8. Bidders are not required to be in possession of a current City of Renton business license in 2022 Overlay Information and Checklist for Bidders Page 2 of 3 2022 order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time that bids are due. The following documents shall be submitted with the bid. a. Project Proposal Cover Sheet - The form included in these Bid Documents must be used; no substitute will be accepted. b. Proposal – The form included in these Bid Documents must be used; no substitute will be accepted. c. Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. d. Non-Collusion Declaration – The form included in these Bid Documents must be used; no substitute will be accepted. e. Local Agency Subcontractor List - This form is available at http://wsdot.wa.gov/forms/pdfForms.html . Bidder may download, print and complete the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. f. Proposal for Incorporating Recycled Materials into the Project – The form included in these Bid Documents must be used; no substitute will be accepted. g. Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts – This form is available at http://wsdot.wa.gov/forms/pdfForms.html . Bidder may download, complete, print and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. 2022 Overlay Information and Checklist for Bidders Page 3 of 3 2022 h. Proposal Signature Page – The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. i. Proposal Bid Bond – The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. 10. Contract Checklist The following documents are to be executed by the successful Bidder after the Contract is awarded. a. Agreement – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. b. Contract Bond – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all l aborers, subcontractors, suppliers, etc. If an attorney -in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. c. Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents must be used; no substitute will be accepted. d. Retainage Method Selection - The form included in these Bid Documents must be used; no substitute will be accepted. e. Certificates of Insurance – To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as “Additional Insured” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. 2022 Overlay Summary of Fair Practices Policy 2022 2022 Overlay Summary of American Disabilities Act Policy 2022 City of Renton Contract Provisions for 2022 Overlay ______________________________________________________________________________ III. PROJECT PROPOSAL Project Name: 2022 Overlay City Contract Number: CAG-22-200 Company: Address: Telephone No.: Fax No.: Total Bid Amount: $ 2022 Overlay Proposal 2022 PROPOSAL 2022 Overlay TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work, has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of Prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of (check one)  bid bond, or  cashier's check (made payable to the City of Renton), or  postal money order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Amount, is attached hereto. If a bid bond is signed by an attorney -in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 40 working days. Contract time shall begin on the first working day following the Notice to Proceed date. ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 1 ROADWAY SURVEYING 1-05.4 L.S. 1 2 LICENSED SURVEYING 1-05.4 FA. 1 $8,000.00 $8,000.00 3 SPCC PLAN 1-07 L.S. 1 4 MOBILIZATION 1-09 L.S. 1 5 PROJECT TEMPORARY TRAFFIC CONTROL 1-10 L.S. 1 6 TRAFFIC CONTROL SUPERVISOR 1-10 L.S. 1 7 PEDESTRIAN TRAFFIC CONTROL 1-10 L.S. 1 8 FLAGGERS 1-10 HR 640 9 OTHER TRAFFIC CONTROL LABOR 1-10 HR 180 10 CONSTRUCTION SIGNS CLASS A 1-10 S.F. 1,296 11 SEQUENTIAL ARROW 1-10 HR 1,848 12 PORTABLE CHANGEABLE MESSAGE SIGN 1-10 HR 5,280 13 OFF-DUTY POLICE OFFICER WITH MARKED PATROL CAR 1-10 HR 88 14 REMOVING ASPHALT CONC. PAVEMENT 2-02 S.Y. 470 15 ROADWAY EXCAVATION INCL. HAUL 2-03 C.Y. 140 16 UNSUITABLE FOUNDATION EXCAVATION, INCL. HAUL 2-03 C.Y. 20 17 LOCATE EXISTING UTILTIES 2-09 LS 1 NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE OF PRICES 2022 Overlay ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID 2022 Overlay TEDXXXXXX Page 1 of 3 Schedule of Prices 2022 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE* EXTENSION NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE OF PRICES 2022 Overlay ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID 18 CRUSHED SURFACING BASE COURSE 4-04 TON 150 19 PLANING BITUMINOUS PAVEMENT 5-04 S.Y. 18,300 20 PAVEMENT REPAIR EXCAVATION, INCL. HAUL 5-04 S.Y. 1,700 21 HMA CL. 1/2 IN. PG 58H-22 5-04 TON 2,300 22 COMMERCIAL HMA 5-04 TON 150 23 TEMPORARY HMA 5-04 TON 40 24 JOB MIX COMPLIANCE ADJUSTMENT 5-04 CALC 1 $0.00 $0.00 25 COMPACTION PRICE ADJUSTMENT 5-04 CALC 1 $0.00 $0.00 26 ADJUST MANHOLE 5-04 EACH 18 27 ADJUST EXISTING CATCH BASIN 5-04 EACH 9 28 ADJUST WATER VALVE BOX 5-04 EACH 26 29 ADJUST GAS VALVE BOX 5-04 EACH 20 30 ADJUST MONUMENT CASE 5-04 EACH 10 31 ROOF DRAIN 7-04 EACH 4 32 EROSION CONTROL AND WATER POLLUTION PREVENTION 8-01 LS 1 33 INLET PROTECTION 8-01 EACH 42 34 STREET CLEANING 8-01 HR 128 2022 Overlay TEDXXXXXX Page 2 of 3 Schedule of Prices 2022 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE* EXTENSION NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE OF PRICES 2022 Overlay ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID 35 CEMENT CONC. VALLEY GUTTER 8-04 LF 300 36 RAISED PAVEMENT MARKER TYPE 1 8-09 HD 8.50 37 RAISED PAVEMENT MARKER TYPE 2 8-09 HD 2.00 38 PERMANENT SIGNING 8-21 LS 1 39 PLASTIC LINE 8-22 HR 9,940 40 PLASTIC CROSSWALK LINE 8-22 HR 415 41 PLASTIC STOP LINE 8-22 HR 218 42 PLASTIC TRAFFIC ARROW 8-22 HR 7 43 TEMPORARY PAVEMENT MARKING - SHORT DURATION 8-23 HR 9,400 TOTAL BID AMOUNT = *NOTE: All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1) and WAC 458-20-171. 2022 Overlay TEDXXXXXX Page 3 of 3 Schedule of Prices 2022 2022 Overlay Local Agency Non-Collusion Declaration 2022 2022 Overlay Local Agency Subcontractor List 2022 2022 Overlay Proposal For Incorporating Recycled Materials 2022 2022 Overlay Contractor Certification, Wage Law Compliance – Responsibility Criteria 2022 2022 Overlay Proposal – Signature Page 2022 PROPOSAL SIGNATURE PAGE By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 3 2 4 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. [Signature of Authorized Official] * [Business Name] [Printed Name] [Address Line 1] [Title] [Address Line 2] [Date] [Telephone Number] * NOTE: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non -responsive and the Bid may be rejected. NOTE: The address and phone number listed above will be used for all communications regarding this proposal. Type of business entity (e.g. corporation, partnership, etc.): 2022 Overlay Proposal – Signature Page 2022 State of Incorporation, or State where business entity was formed: WA State Contractor’s Registration # UBI # Industrial Insurance Account # Employment Security Department # State Excise Tax Registration # DUNS # N/A The Surety Company which will furnish the required Contract Bond is [Surety] [Address Line 1] [Telephone Number] [Address Line 2] 2022 Overlay Proposal Bid Bond to the City of Renton 2022 PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] _________________________________ of [address] ______________________________________________________ as Principal, and [Surety] _________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of the bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit: 2022 Overlay said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the law s of the State of Washington, and venue shall be in King County, Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this ________ day of ____________________, 20______. 2022 Overlay Proposal Bid Bond to the City of Renton 2022 PRINCIPAL SURETY [Principal] [Surety] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or Surety Company: Telephone: Surety WAOIC # Surety NAIC # City of Renton Contract Provisions for 2022 Overlay ______________________________________________________________________________ IV. AGREEMENT FORMS 2022 Overlay Agreement 2022 AGREEMENT CONTRACT NO. CAG-22-200 THIS AGREEMENT, made and entered into this ________ day of ________________, ________ by and between the CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter referred to as “City” and _______________________________________________, hereinafter referred to as “Contractor.” WITNESSETH: That in consideration of the terms and con ditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2022 Overlay in accordance with and as described in the attached plans and specifications, and the 2022 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation (WSDOT) and the Washington State Chapter of the American Public Works Association (APWA) which are by this reference incorporated herein and made part hereof and, shall perform any changes in the work in accord with the Contract Documents. The Contractor shall provide and bear the e xpense of all equipment, work and labor, of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in these Contract Documents except those items mentioned therein to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and furnish the same in accord with the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices at the time and in the manner and upon the conditions provided for in this contract The sum total of all progress payments is not to exceed the Total Bid Amount listed in the Schedule of Prices incorporated into this contract , unless the Total Bid Amount is amended by change order(s) prepared and executed in accordance with these Contract Documents . 3. The Contractor for himself/herself, and for his/her heirs, executors, administrators, successors, and assigns, does hereby agree to full performance of all covenants required of the Contractor in the contract. 2022 Overlay Agreement 2022 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as provided herein. 5. In the event litigation is commenced to enforce this contract, the prevailing party shall be entitled to recover its costs, including reasonable attorney’s and expert witness fees. 6. This contract is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed and original. IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first below written and the Mayor has caused this instrument to be executed by and in the name of the City of Renton the day and year first above written. CONTRACTOR CITY OF RENTON [Signature of Authorized Official] * Denis Law, Mayor [Title] ATTEST [Business Name] Jason Seth, City Clerk [Date] * NOTE: E vidence of the signatory’s authority to sign the Agreement on behalf of the business entity shall be submitted. CONTRACTOR ADDRESS FOR GIVING NOTICES CITY OF RENTON ADDRESS FOR GIVING NOTICES Transportation Systems Division Renton City Hall – 5th Floor 1055 South Grady Way Renton, WA 98057 2022 Overlay Contract Bond to the City of Renton 2022 CONTRACT BOND TO THE CITY OF RENTON Bond No. ________________ KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ______________________________ 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) in the penal sum of $ ____________________________ Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, executors, administrators and assigns, successors and assigns, or person representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at _____________, Washington, this ________ day of ____________________, 20______. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Contract No. CAG-22-200 providing for construction of the 2022 Overlay; the Principal has accepted, or is about to accept, the Contract, and undertake to perform the Work therein provided for in the manner and within the time set forth. NOW, THEREFORE, by executing this Contract Bond, a combined Performance and Payment Bond, Surety indemnifies and holds the City, its officers, agents and assigns harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract AND for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying City all expenses that City may incur in making good any default by Principal. FUTHERMORE, this Contract Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by City in the manner and within the time specified as may be extended under the Contract; • Pays all persons in accordance with RCW 39.08, 39.12 and 60.28 including all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material persons, and all other persons or agents who supply labor, equipment, or materials to the Project; • Pays all taxes incurred on said contract under title 50 and 51 Revised Code of Washington (RCW) and all taxes imposed on the Principle under Title 82 RCW; • Receives a written discharge from City, signed by the Mayor or by a duly authorized representative of City. 2022 Overlay Contract Bond to the City of Renton 2022 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 hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Contract Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Contract Bond without the prior written consent of Surety. This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. 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: 2022 Overlay Fair Practices and Non-Discrimination Declaration 2022 FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation affirms and subscribes to the Fair Practices and Non-discrimination policies set forth by the law and by City of Renton policy, adopted by Resolution No. 4085. 2. That by signing the signature page of this Agreement, I am deemed to have signed and to have agreed to the provisions of this declaration. 2022 Overlay Retainage Method Selection 2022 RETAINAGE METHOD SELECTION CONTRACT NO. CAG-22-200 Project Name: 2022 Overlay In accordance with Specification Section 1-09.9(1) and RCW 60.28, a sum of five percent (5%) of the monies earned by the Contractor will be retained from progress payments. The Contractor may select one of two options for the monies retained: 1. Retained in a fund by the Contracting Agency, or 2. Deposited by the Contracting Agency in an escrow (interest -bearing) account in a bank, mutual saving bank, or savings and loan association (interest on monies so retained shall be paid to the Contractor). Deposits are to be in the name of the Contracting Agency and are not to be allowed to be withdrawn without the C ontracting Agency’s written authorization. The Contracting Agency will issue a check representing the sum of the monies reserved, payable to the bank or trust company. Such check shall be converted into bonds and securities chosen by the Contractor as the interes t accrues. Option selected by Contractor: Option 1 Option 2 Contractor: ____________________________________________________________________ By: ___________________________________________________________________________ Date: _________________________ Required information if Option 2 is selected: Name of bank or trust company: ___________________________________________________ Address: ______________________________________________________________________ Agent name: ___________________________________________________________________ Agent phone number: ___________________________________________________________ Account Number: _______________________________________________________________ Contractor assumes full responsibility to pay all costs that may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. City of Renton Contract Provisions for 2022 Overlay ______________________________________________________________________________ V. CONTRACT SPECIFICATIONS City of Renton Contract Provisions for 2022 Overlay ______________________________________________________________________________ 1. Special Provisions 2022 Overlay SP i Special Provisions 2022 Table of Contents Introduction To The Special Provisions .............................................................................................. SP 1 Description of Work .......................................................................................................................... SP 2 1-02 BID PROCEDURES AND CONDITIONS .................................................................................... SP 4 1-03 AWARD AND EXECUTION OF CONTRACT ............................................................................. SP 11 1-04 SCOPE OF WORK ................................................................................................................. SP 14 1-05 CONTROL OF WORK ............................................................................................................ SP 15 1-06 CONTROL OF MATERIAL ...................................................................................................... SP 21 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ................................................... SP 22 1-08 PROSECUTION AND PROGRESS ........................................................................................... SP 31 1-09 MEASUREMENT AND PAYMENT .......................................................................................... SP 36 1-10 TEMPORARY TRAFFIC CONTROL ........................................................................................... SP 39 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ................................................................. SP 43 2-03 ROADWAY EXCAVATION AND EMBANKMENT ...................................................................... SP 45 2-04 HAUL ................................................................................................................................... SP 48 2-07 WATERING ........................................................................................................................... SP 49 2-09 STRUCTURE EXCAVATION .................................................................................................... SP 49 3-01 PRODUCTION FROM QUARRY AND PIT SITES........................................................................ SP 52 4-04 BALLAST AND CRUSHED SURFACING .................................................................................... SP 53 5-04 HOT MIX ASPHALT .............................................................................................................. SP 54 7-04 STORM SEWERS ................................................................................................................... SP 85 7-05 MANHOLES, INLETS, CATCH BASINS AND DRYWELLS ............................................................ SP 85 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ....................................................... SP 88 8-04 CURB, GUTTERS, AND SPILLWAYS ........................................................................................ SP 89 8-09 RAISED PAVEMENT MARKERS .............................................................................................. SP 90 8-21 PERMANENT SIGNING .......................................................................................................... SP 91 8-22 PAVEMENT MARKING .......................................................................................................... SP 92 2022 Overlay SP ii Special Provisions 2022 9-03 AGGREGATES ....................................................................................................................... SP 94 APPENDICES .................................................................................................................................... SP 94 2022 Overlay SP 1 Special Provisions 2022 SPECIAL PROVISIONS INTRODUCTION TO THE SPECIAL PROVISIONS (December 10, 2020 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction , 2022 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labele d under the headers of each GSP, with the effective date of the GSP and its source, as follows: (May 18, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (*****) Project Specific Special Provision added by City of Renton 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 Standard Details, City of Renton Public Works Department, Current Edition • Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. 2022 Overlay SP 2 Special Provisions 2022 DIVISION 1 – GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of 2022 Overlay and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (January 19, 2022 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. 2022 Overlay SP 3 Special Provisions 2022 Supplement this Section with the following: All references in the Standard Specifications or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. 2022 Overlay SP 4 Special Provisions 2022 Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") 2 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 2 Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense. 2022 Overlay SP 5 Special Provisions 2022 1-02.4 Examination of Plans, Specifications and Site of Work 1-02.4(1) General (January 19, 2022 APWA GSP Option B) The first sentence of the ninth paragraph, beginning with “Any prospective Bidder desiring…”, is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business 5 business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4(2) Subsurface Information (January 19, 2022 APWA GSP) The third and fourth sentences in the first paragraph are revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. The boring logs and associated data, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms (******) Delete Section 1-02.5 and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, tel ephone number, and signature; a State of Washington Contractor’s Registration Number; Unified Business Identifier (UBI); Industrial Insurance Account Number, Employment Security Department Number and State Excise Tax Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 2022 Overlay SP 6 Special Provisions 2022 1-02.6 Preparation of Proposal (******) Delete Section 1-02.6 and replace it with the following: The Contracting Agency will accept only those Proposals properly executed on the physical forms it provides, or electronic forms that the Bidder has been authorized to access. Unless it approves in writing, the Contracting Agency will not accept Proposals on forms attached to the Plans and stamped “Informational”. All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars and cents. The Proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), 2. An extension for each unit price (omitting digits more than two places to the right of the decimal point), and 3. The Total Bid Amount (the sum of all extensions). 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. In the space provided on the signature sheet, the Bidder shall confirm that all Addenda have been received. The Bidder shall submit with the Bid a list of: 1. Subcontractors who will perform the work of heating, ventilation and air conditioning, plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and 2. The work those Subcontractors will perform on the Contract. 3. Shall not list more than one Subcontractor for each category of work identified, except, when Subcontractors vary with Bid alternates, in which case the Bidder shall identify which Subcontractor will be used for which alternate. If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. Evidence of the signatory’s authority to sign the Bid Proposa l 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. 2022 Overlay SP 7 Special Provisions 2022 1-02.6(1) Recycled Materials Proposal (******) Section 1-02.6(1) is an added new section: The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and will be rejected. 1-02.6(2) Certification of Compliance with Wage Payment Statutes (******) Section 1-02.6(2) is an added new section: The Bidder shall submit with the Bid a completed and signed “Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts” document where the Bidder under penalty of perjurty verifies that the Bidder is in compliance with reponsibile bidder criteria in RCW 39.04.350 subsection (1)(g), as required per Section 1-02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and will be rejected. The Bidder may use the form provided in the Bid Documents. The form is also available at http://wsdot.wa.gov/forms/pdfForms.html. The Bidder may download, print, complete and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in the Bid Documents, otherwise the Bid will be regarded as irregular and non-responsive and the Bid will be rejected. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 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. 2022 Overlay SP 8 Special Provisions 2022 If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order (******) Section 1-02.7(1) is an added new section: As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of either a bid bond, cashier’s check or postal money order in an amount equal to five percent (5%) of the Total Bid Amount shall be submitted with the Bi d Proposal. If the Bidder elects to provide a bid bond, the Proposal Bid Bond form included in the Bid Documents shall be used. Otherwise, the Bid Proposal will be considered irregular and non-responsive and the Bid Proposal will be rejected. If the Bidder elects to provide a cashier’s check, it shall be made payable to the City of Renton. If the Bidder elects to provide a postal money order, it shall be made payable to the City of Renton. Cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (******) Delete Section 1-02.9 and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. Proposals that are received as required will be publically opened and read as specified in Section 1- 02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2022 Overlay SP 9 Special Provisions 2022 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 shal l be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, e-mailed, or faxed requests to withdraw, revise or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals (******) Supplement Section 1-02.12 with the following: The Contracting Agency reserves the right to postpone the date and/or time that sealed bids are due and the bid opening. Notification to all bidders of any change will be by addenda. 1-02.13 Irregular Proposals (******) Delete Section 1-02.13 and replace it with the following: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; h. The Bidder fails to submit with their Bid Proposal, an original Bid Proposal Deposit in an amount equal to five percent (5%) of the Total Bid Amount, as required in Section 1-02.7; i. The Bidder elects to provide a Bid Bond for the Bid Proposal Deposit and does not submit or properly execute the Proposal Bid Bond form included in the Bid Documents, as required in Section 1-02.7(1); 2022 Overlay SP 10 Special Provisions 2022 j. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; k. The Bidder fails to submit or properly complete the Proposal for Incorporating Recycled Materials into the Project document, as required in Section 1-02.6(1). l. The Bidder fails to submit or properly execute the Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contractors document, as required in Section 1-02.6(2). m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 3. A Proposal will be considered irregular and may be rejected if: a. The Bidder fails to submit with their Bid Proposal, evidence of signatory’s authority to sign the Bid Proposal on behalf of the business entity, as required in Section 1-02.6. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option A) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibil ity 2022 Overlay SP 11 Special Provisions 2022 criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. 1-02.15 Pre Award Information (August 14, 2013 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 (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the 2022 Overlay SP 12 Special Provisions 2022 minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative from each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (January 19, 2022 APWA GSP) Revise this section to read: Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. 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 2022 Overlay SP 13 Special Provisions 2022 Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide an executed payment and performance bond(s) for the full contract amount. The bond may be combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on a Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contact obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice-president, unless accompanied by written proof of the authority of the 2022 Overlay SP 14 Special Provisions 2022 individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice-president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications and Addenda (December 10, 2020 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Standard Specifications, 6. Contracting Agency’s Standard Plans or Details (if any), and 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.6 Variation in Estimated Quantities (July 23, 2015 APWA GSP, Option A) Revise the first paragraph to read: Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. When the accepted quantity of Work performed under a unit item varies from the original Proposal quantity, payment will be at the unit Contract price for all Work unless the total accepted quantity of any Contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original Proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than $10,000. In that case, payment for contract work may be adjusted as described herein. 2022 Overlay SP 15 Special Provisions 2022 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: (January 13, 2021 WSDOT GSP) Contractor Surveying - Roadway The Contracting Agency has provided primary survey control in the Plans. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and sig nals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shal l be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitio ns of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 2022 Overlay SP 16 Special Provisions 2022 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not l imited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes +0.10 feet +0.10 feet Subgrade grade stakes set 0.04 feet below grade +0.01 feet +0.5 feet (parallel to alignment) +0.1 feet (normal to alignment) Stationing on roadway N/A +0.1 feet Alignment on roadway N/A +0.04 feet 2022 Overlay SP 17 Special Provisions 2022 Surfacing grade stakes +0.01 feet +0.5 feet (parallel to alignment) +0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving +0.01 feet +0.2 feet (parallel to alignment) +0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment Payment will be made for the following bid item when included in the proposal: "Roadway Surveying", lump sum. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. (April 4, 2011 WSDOT GSP) Licensed Surveyors The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right-of-way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide “rights of entry” as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right-of-way lines as designated by the Engineer. 2022 Overlay SP 18 Special Provisions 2022 The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at Contractors expense. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment Payment will be made in accordance with Section 1-09.6 for the following bid item when included in the proposal: 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified i n the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. 2022 Overlay SP 19 Special Provisions 2022 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons 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. 2022 Overlay SP 20 Special Provisions 2022 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 i nspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class oper ating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. 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. 2022 Overlay SP 21 Special Provisions 2022 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented with the following: (March 13, 1995 WSDOT GSP) Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: 2022 Curb Ramps for Overlay Project 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project 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 in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (October 1, 2005 APWA GSP) Section 1-05.16 is an added new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. 2022 Overlay SP 22 Special Provisions 2022 Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site. 1-07.1(2) Health and Safety This section is supplemented with the following: (September 27, 2021 WSDOT GSP) Governor’s Proclamation 20-05/21-14 The Contractor, by submitting its Bid, agrees that it will comply with Governor’s Proclamations 20 -05 as amended and 21-14 as amended, regarding COVID-19 Vaccination Requirements, and that it will require its workers, service providers, subcontractors, suppliers, and their workers to comply as well. Furthermore, prior to starting Work, the Contractor shall provide a Vaccine Declaration form (WSDOT 2022 Overlay SP 23 Special Provisions 2022 Form #271-050). The Proclamations are available at: https://www.governor.wa.gov/office-governor/official- actions/proclamations All costs related to the Governor’s Proclamations shall be considered included with or incidental to other Bid items. 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA - funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or im proving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item pri ces, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal 2022 Overlay SP 24 Special Provisions 2022 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(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.7 Load Limits (March 13, 1995 WSDOT GSP) Section 1-07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.13 Contractor’s Responsibility for Work 1-07.13(4) Repair of Damage (August 6, 2001 WSDOT GSP) Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1 -04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 2022 Overlay SP 25 Special Provisions 2022 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (April 2, 2007 WSDOT GSP) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: Communication, Power and Gas utilities will adjust their vaults and castings to grade The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors, and all utility owners and their Contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: Utility Agency/ Company Address Contact Phone Power Puget Sound Energy Daniel.Aguirre@pse.com Daniel Aguirre 757-535-1716 Power Seattle City Light david.kylen@seattle.gov David Kylen 253-615-0607 Gas Puget Sound Energy 6905 S 228th St Kent, WA 98032 Glenn Heiton 425-559-4647 Communications Lumen Jesse.patjens@lumen.com Jesse Patjens 425-429-5722 Communications Comcast Corporation James_cohn@comcast.com James Cohn 253-569-0636 Transportation Maintenance City of Renton 3555 NE 2nd St Renton, WA 98056 Eric Cutshall 425-430-7423 Water Maintenance City of Renton 3555 NE 2nd St Renton, WA 98056 George Stahl 425-430-7400 Surface Water and Wastewater Maintenance City of Renton 3555 NE 2nd St Renton, WA 98056 Nathan Nelson 425-757-4102 Transit King County Metro Construction.coord@kingco unty.gov Metro Construction Information Center 206-477-1140 Buried Utility Locating Assistance One-Call Center 800-424-5555 2022 Overlay SP 26 Special Provisions 2022 1-07.17(3) Transit Facilities (******) Section 1-07.17(3) is a new section: King County Metro Any construction or installation activities affecting transit operations or facilities must be coordinated by the Contractor through the Metro Transit Construction Information Center. The Contractor shall prepare and submit the appropriate construction notification documentation for King County Metro Transit and provide copies of such documentation to the Engineer. For notification information and guidelines, refer to: http://www.kingcounty.gov/transportation/kcdot/MetroTransit/Construction.aspx 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A.M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be 2022 Overlay SP 27 Special Provisions 2022 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 receipts of such notice. F. The Contractor shall not being 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. 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 i n 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. 2022 Overlay SP 28 Special Provisions 2022 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 the Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is require d 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 2022 Overlay SP 29 Special Provisions 2022 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 Cont ractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence $1,000,000 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 limi t: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (******) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor’s operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. 2022 Overlay SP 30 Special Provisions 2022 During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 40 mph 15 45 to 50 mph 20 55 to 60 mph 30 65 mph or greater 35 Minimum Work Zone Clear Zone Distance (January 5, 2015 WSDOT GSP) Section 1-07.23(1) is supplemented with the following: Lane closures are subject to the following restrictions: With the exception of holidays, lane closues are limited to the hours of 8:00 AM to 5:00 PM, Monday through Friday. If the Engineer determines that permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contract in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 8:30 AM on the day after the holiday or holiday weekend. 2022 Overlay SP 31 Special Provisions 2022 1-07.23(1) Construction Under Traffic (May 2, 2017 APWA GSP) Revise the third sentence of the second paragraph to read: Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction. 1-07.24 Rights of Way (******) Section 1-07.24 is supplemented with the following: The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplish ed. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference wi ll be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 2022 Overlay SP 32 Special Provisions 2022 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; 6. To discuss such other related items as may be pertinent to the work; The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 2 weeks prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example. 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day. 2022 Overlay SP 33 Special Provisions 2022 5. If David Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1 Subcontracting (******) Section 1-08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer written certification that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421-012, revised 07/2016). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. (******) The eigth paragraph of Section 1-08.1 is deleted and replaced with the following: On all projects, the Contractor shall certify to the actual amount received from the Contracting Agency (Final Contract Voucher Certification) and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or services providers on the Contract. Upon physical completion of the project, the Contractor shall submit to the Contracting Agency, a list o f all firms paid under this contract and the final actual amounts paid to each firm listed. 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit five (5) copies of a Type A Progress Schedule no later than at the pre- construction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 2022 Overlay SP 34 Special Provisions 2022 1-08.4 Prosecution of the Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.4(1) Daily Notification of Planned Work Location (******) Section 1-08.4(1) is a new section. For each day work is scheduled to be performed, the Contractor shall contact and inform the Engineer of the location and the anticipated start time. 1-08.5 Time for Completion (March 13, 1995 WSDOT GSP) Section 1-08.5 is supplemented with the follo wing: This project shall be physically completed within 40 working days. (January 19, 2022 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; 2022 Overlay SP 35 Special Provisions 2022 (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable The statement will be identified as a Written Determination by the Engineer. If the Contractor does not agree with the Written Determination of working days, the Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whe ther or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Terminati on by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 1-08.9 Liquidated Damages This Section is supplemented with the following: (September 8, 2020 WSDOT GSP) Liquidated damages in the amount of $1,500 per working day will be assessed for failure to physically 2022 Overlay SP 36 Special Provisions 2022 complete the Contract within the physical completion time specified. 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (January 19, 2022 APWA GSP) Section 1-09.9 is revised to read: 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 Project Engineer to determine the Work performed on a monthly basis. 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 Project Engineer will make a determination based on information available. The Project 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 conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the 2022 Overlay SP 37 Special Provisions 2022 purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Failure to perform any of the 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, th e 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 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 2022 Overlay SP 38 Special Provisions 2022 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. 1-09.11 Disputes and Claims 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any 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 any such claims or causes of action. It is further mutually agreed by the parties that when any 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 any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 1-09.13(3)A Administration of Arbitration (January 19, 2022 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 2022 Overlay SP 39 Special Provisions 2022 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General (September 7, 2021 WSDOT GSP) Section 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 https://www.nwlett.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 https://www.esc.org The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 https://altssa.com/training Integrity Safety 13912 NE 20th Ave. Vancouver WA 98686 (360) 574-6071 https://www.integritysafety.com US Safety Alliance (904) 705-5660 https://www.ussafetyalliance.com 1-10.3 Traffic Control Labor, Procedures, and Devices 2022 Overlay SP 40 Special Provisions 2022 1-10.3(1) Traffic Control Labor 1-10.3(1)B Other Traffic Control Labor (******) This Section is supplemented with the following: “Off-Duty Police Officer with Marked Patrol Car” As directed by the Engineer, the Contractor shall provide an off-duty uniformed police officer with a marked patrol car to control the flow of traffic through an intersection or supplement flaggers. It is th Contractor’s responsibility to coordinate the scheduling of the Off-Duty Police Officer with a marked patrol car. The Contracotr shall request officers from King County Police Officers Guild at (206) 957-0934. All requests shall be made forty-eight (48) hours in advance. A minimum of 4 hours call out time shall be paid fro an off-duty officer. The Contractor is responsible to confirm with the King County Police Officer’s Guild cost of and invoicing for an off-duty police officer with a marked patrol car. 1-10.3(3)F Notification to Properties (******) Section 1-10.3(3)F is deleted and replaced with the following: The Contractor shall be responsible for delivering notification to all properties that front on, or have access to, any street included in the Work. The first notification shall be made approximately one week prior to the day the work is scheduled to begin. The second notification shall be made twenty - four hours (24 hours) prior to the beginning of work. The Contacting Agency shall supply the Contractor with standard notification forms that the Contractor shall complete and deliver. All work and materials associated with this work shall be incidental to the contract lump sum price for “Other Traffic Control”. 1-10.3(3)L No Parking Signs (******) Section 1-10.3(3)L is a new section: Along any street included in the Work, the Contractor shall be responsible for posting “No Parking” signs a minimum of 72 hours in advance of the start of work. The signs shall specify the date(s) and time(s) that parking restrictions will be in effect. The name and phone number of the Contractor shall be clearly visible on each sign. The Contractor shall be responsible for coordinating with the Engineer and/or Renton Police Department if the need arises to tow any vehicl e(s) violating a posted “No Parking” sign. The Contractor shall make a reasonable effort to contact the vehicle owner prior to initiating the process 2022 Overlay SP 41 Special Provisions 2022 to tow a vehicle. All work and materials associated with this work shall be incidental to the contract lump sum price for “Project Temporary Traffic Control”. 1-10.4 Measurement 1-10.4 Measurement 1-10.4(2) Item Bids With Lump Sum for Incidentals (******) This Section is supplemented with the following: “Off-Duty Police Officer with Marked Patrol Car” will be measured per hour as directed by the Engineer. 1-10.4(3) Reinstating Unit Items With Lump Sum Traffic Control (August 2, 2004 WSDOT GSP) Section 1-10.4(3) is supplemented with the following: The bid proposal contains the item “Project Temporary Traffic Control”, lump sum and the additional temporary traffic control items listed below. The provisions of Section 1-10.4(1), Section 1-10.4(3), and Section 1-10.5(3) shall apply. “Traffic Control Supervisor” “Pedestrian Traffic Control” “Flaggers” “Other Traffic Control Labor” “Construction Signs Class A” “Sequential Arrow” “Portable Changeable Message Sign” “Other Traffic Control” “Off-Duty Police Officer with Marked Patrol Car” 2022 Overlay SP 42 Special Provisions 2022 1-10.5 Payment 1-10.5(2) Item Bids With Lump Sum for Incidentals (******) This Section is supplemented with the following: “Off-Duty Police Officer with Marked Patrol Car”, per hour. The unit Contract price shall be full compensation for all costs incurred by the Contractor in performing the work defined in Section 1-10. END OF DIVISION 1 2022 Overlay SP 43 Special Provisions 2022 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description (******) This Section is supplemented with the following: This work also consists of removing, handling and disposing of deleterious material or debris encountered during roadway, sidewalk, and trench excavation or other work as indicated on the Plans within the Project site, including, but not limited to, existing pipes, utility structures or appurtenances, riprap, buried concrete including thrust blocks, concrete footings and/or slabs, buried logs or debris, asphalt pavement, cement concrete pavement, sidewalks, fences, landscaping items, rock walls, guardrail, signs and any and all other structures and obstructions (unless a separate bid item has been provided for this work). All salvageable items shall be removed and delivered to the Contracting Agency unless indicated otherwise on the Plans. 2-02.3 Construction Requirements (******) This Section is supplemented with the following: The removal of any existing improvements shall be conducted in such a manner as not to damage utilities and any portion of the infrastructure that is to remain in place. Any deviation in this matter will obligate the Contractor at his own expense, to repair, replace or otherwise make proper restoration to the satisfaction of the Contracting Agency. When sawing of concrete or combinations of materials is required, the depth of cut shall be as required to accomplish the intended purpose, without damaging surfaces to be left in place and will be determined in the field to the satisfaction of the Engineer. Unless otherwise indicated on the Plans or in the Special Provisions, all structures, castings, pipe and other material of recoverable value removed from the Project site shall be carefully salvaged and delivered to the Owner of said utility items in good condition and in such order of salvage as the Engineer may direct. Materials and other items deemed of no value by the Engineer shall be promptly removed, loaded and wastehauled by the Contractor and becomes his property, to be disposed of at his discretion, in compliance with regulatory requirements. Waste materials shall be loaded and hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. 2022 Overlay SP 44 Special Provisions 2022 2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters (******) This Section is supplemented with the following: Existing cement concrete sidewalks, roadway slabs, curbs, and curbs and gutters shall be removed at the nearest construction joint where possible, and removed and wastehauled as required for the construction of this Project. Where directed by the Engineer, cement concrete curbs or curb and gutter shall be saw-cut prior to removal. Existing pavement shall be precut before commencing excavation and shall be removed as required for the construction. Where shown on the Plans or where directed in the field by the Engineer, the Contractor shall make a neat vertical saw-cut at the boundaries of the area to be removed. Care shall be taken during sawcutting so as to prevent damage to the existing asphalt concrete, or concrete, to remain in place. Any pavement or concrete damaged by the Contractor outside the area scheduled for removal due to the Contractor’s operations or negligence shall be repaired or replaced to the Contracting Agency’s satisfaction by the Contractor at no additional cost to the Contracting Agency. All cuts shall be continuous, full depth, and shall be made with saws specifically equipped for this purpose. No skip cutting or jack hammering will be allowed unless specifically approved otherwise in writing by the Engineer. Wheel cutting or jack hammering shall not be considered an acceptable means of pavement “cutting,” unless pre-approved in writing by the Engineer. However, even if pre-approved as a method of cutting, no payment will be made for this type of work, and it shall be included in the various unit contract and lump sum prices listed in the Proposal. The location of all pavement cuts shall be pre-approved by the Engineer in the field before cutting commences. All water and slurry material resulting from sawcutting operations shall not be allowed to enter the storm drainage or sanitary sewer system and shall be removed from the site and disposed of in accordance with the Washington State Department of Ecology regulations. 2-02.4 Measurement (New Section) (******) This Section is supplemented with the following: “Removing Asphalt Conc. Pavement,” will be measured per square yard. 2022 Overlay SP 45 Special Provisions 2022 “Sawcutting” will be incidental to Removing Asphalt Conc. Pavement and no separate measurement will be made. 2-02.5 Payment (******) This Section is supplemented with the following: All costs for “Sawcutting” shall be considered incidental to Removing Asphalt Conc. Pavement and as such there shall be no separate payment for sawcutting. “Removing Asphalt Conc. Pavement,” per square yard. The unit contract price for “Removing Asphalt Conc. Pavement” shall be full pay to perform the work for removal, wastehaul and disposal of asphalt concrete pavement. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description (******) This Section is supplemented with the following: This work also includes wet weather and wet condition earthwork measures. 2-03.3 Construction Requirements (******) This Section is supplemented with the following: The following items shall be followed if earthwork is to be performed in wet weather or in wet conditions: 1. Earthwork shall be performed in small sections to minimize exposure to wet weather. Excavation or the removal of unsuitable soil shall be followed immediately by the placement and compaction of a suitable thickness (generally eight inches or less) of clean structural fill. The size and/or type of construction equipment shall be selected as required to prevent soil disturbance. In some instances, it may be necessary to limit equipment size to minimize subgrade disturbance caused by equipment traffic. 2. During wet weather conditions, the allowable fines content of the gravel borrow shall be reduced to no more than 5 percent by weight based on the portion passing the 3/4-inch sieve. The sand equivalent shall be 50 percent minimum. 2022 Overlay SP 46 Special Provisions 2022 3. The ground surface in the construction area shall be graded to promote the rapid runoff of surface water and to prevent ponding of water. 4. No soil should be left uncompacted and exposed to moisture. A smooth drum vibratory roller, or equivalent, shall be used to seal the ground surface. 5. Excavation and placement of fill or backfill material will be observed by the Engineer, to determine that all work is being accomplished in accordance with the project specifications. 2-03.3(7)B Haul (******) Delete this Section and replace it with the following: There shall be no separate payment for haul of excess or unsuitable excavated material, or debris to the Contractor provided disposal site. The Contracting Agency is not providing a disposal site for this Project. All costs for haul shal l be included in the bid prices for other work. 2-03.3(7)C Contractor-Provided Disposal Site (******) Delete the first paragraph and replace it with the following: The Contractor shall arrange for the disposal of the excess or unsuitable excavated material, or other materials at no expense to the Contracting Agency. 2-03.3(10) Selected Material (******) Delete the second paragraph and insert the following in its place: Direct Hauling. If it is practical, the Contractor shall haul selected material immediately from the excavation to its final place on the Roadbed. The Contracting Agency will pay for such Work at the unit Contract price for “Roadway Excavation, Incl. Haul.” Delete the fifth paragraph and insert the following in its place: There will be not additional payment for hauling, handling and stockpiling selected materials. 2-03.3(12) Overbreak Delete the last sentence in this Section. 2022 Overlay SP 47 Special Provisions 2022 2-03.4 Measurement (******) Delete all paragraphs under this Section and replace with the following: Only one determination of the original ground elevation will be made on this project. Roadway Excavation, Incl. Haul will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the original survey notes will be made available for the successful bidder’s inspection if the Contract is awarded. Measurement for Roadway Excavation, Incl. Haul will be per cubic yard of excavation to the “neat lines” shown on the Plans. Measurement of Unsuitable Foundation Excavation, Incl. Haul will be per cubic yard, as field measured in the excavated area (not truck measurement). 2-03.5 Payment (******) Delete all paragraphs under this Section and replace with the following: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the Proposal: “Roadway Excavation, Incl. Haul,” per cubic yard. The unit contract price per cubic yard for “Roadway Excavation, Incl. Haul” shall be full pay for all materials, tools, labor, and equipment necessary for excavation to the grade lines shown including, but not limited to, haul, stockpiling, placing, shaping, and grading per Section 2-03, Subgrade Preparation per Section 2-06, Watering per Section 2-07, compacting, loading, hauling to waste and disposing of all excess or unsuitable material, including logs, rocks, cobbles, etc. The unit contract price shall also include all costs required to uniformly grade and clean existing and/or new ditches to drain to existing and/or proposed drainage structures and the earthwork required for construction of driveways and retaining walls. 2022 Overlay SP 48 Special Provisions 2022 The unit contract price shall also include all costs required to remove and wastehaul existing asphalt and/or concrete pavement, sidewalks, curbs and gutters located within the grade lines shown. All other existing pavement, sidewalks, curb and gutter, storm drainage structures, abandoned utilities, and other such structures intended to be removed for the installation of the proposed improvements shall be paid under the contract item “Removal of Structure and Obstruction.” In the event the Contractor overcuts a street, due to his oversight or error, the structural fill material (as approved by Contracting Agency) and compaction required to bring the roadway section back to subgrade elevation shall be furnished and accomplished at his sole expense, as no additional payment will be due the Contractor for this work. Should solid rock be encountered, the excavation, removal and wastehaul will be paid by change order per Section 1-04.4. Boulders or broken rock less than 2 cubic yards in volume will not be classified as solid rock, nor will so called “hard-pan” or cemented gravel, even though it may be advantageous to use explosives in its removal. “Unsuitable Foundation Excavation, Incl. Haul,” per cubic yard. In the event that the Engineer directs and authorizes the Contractor to excavate unsuitable material below design subgrade, then this additional excavation, to include excavating, loading, wastehauling and disposal of the material shall be measured and paid at the unit contract price per cubic yard for “Unsuitable Foundation Excavation, Incl. Haul.” 2-04 HAUL 2-04.1 Description (******) This Section is supplemented with the following: If the sources of materials provided by the Contractor necessitates hauling over any public roads, the Contractor shall, at the Contractor’s expense, make all arrangements for the use of the haul routes. No separate monies will be due the Contractor for this work. 2022 Overlay SP 49 Special Provisions 2022 2-07 WATERING 2-07.3 Construction Requirements (******) This Section is supplemented with the following: During construction, the Contractor shall have dedicated to the Project a suitable water truck that shall be operated as necessary to control dust. Failure to have a water truck immediately accessible to the job and failure to use a water truck for dust control shall be adequate reason for the Engineer to issue a suspension of work. A hydrant permit will be required to be secured by the Contractor for any necessary water. Water will be provided at the convenience of the Contracting Agency which reserves the right to control the location and use of water based on the Contracting Agency’s own needs. 2-07.5 Payment (******) This Section is supplemented with the following: The cost for all water permit(s), and furnishing and placing water shall be included in the unit contract price for “Roadway Excavation, Incl. Haul.” 2-09 STRUCTURE EXCAVATION 2-09.3(1) General Requirements (******) This Section is supplemented with the following: When any Work is being considered by the Contractor in the vicinity of an existing utility, the Contractor shall so inform an authority of the particular utility in amp le time so that the utility involved and the Contractor may take any precautions necessary to facilitate construction in the vicinity of the utility, and thereby protect that particular utility from damage. Protecting and Maintaining Utility Service The Contractor shall protect and maintain the operational service of existing utility systems in a continuous manner as possible. The Contractor shall have the approval from the Engineer and notification shall be given to the Contracting Agency before any disruptions of service in existing utilities will be allowed. The Contractor shall comply with all the conditions established by the Engineer and the Contracting Agency. The Contractor shall give the utility owner a minimum notice of 48 hours before disrupting 2022 Overlay SP 50 Special Provisions 2022 any planned service interruption. No planned interruption to an existing system shall be allowed on Fridays, weekends, or holidays, unless specifically agreed to in writing by the Contracting Agency. Where services are to be shut down, affected parti es shall be notified in writing by the Contractor (i.e., door hangers) at least 48 hours and not more than 72 hours in advance of the time and period of shut down. The Contractor shall make every effort to keep shut down schedules to periods of anticipated minimum usage and for the least period of time. Where the construction crosses or is adjacent to existing utilities, the Contractor shall exercise extreme care to protect such utilities from damage. Additionally, the Contractor shall review the Plans, the project site and familiarize himself with the various utilities and plan his construction activities in recognition that the very close proximity of existing utilities to the proposed work will adversely affect production rates of installation of the various planned improvements. The Contractor is hereby advised and cautioned that the location of existing utilities will be cause for considerable and extreme care and due diligence on the part of the Contractor. As such, work production rates are anticipated to be significantly impacted by their presence and normal production rates should not be anticipated, during construction by the Contractor for work in these areas. The Contractor shall anticipate minor alignment adjustments will also be required to accommodate the installation of utilities. 2-09.3(1)E Backfilling (******) This Section is supplemented with the following: Where existing and/or proposed ground contours prevent a minimum of 24 inches of cover above “flexible” storm pipe or where utility crossings necessitate, the Contracting Agency may direct the Contractor to install a controlled density fill encasement for the pipe. The encasement shall be constructed in accordance with the Plans and/or as directed in the field by the Contracting Agency. Material for encasement shall be controlled density fill per Section 2-09.3(1)E of the Standard Specifications. The pipe shall be securely held in place until the material has “set.” Trenches located within roadways/drives shall be protected with H-20 steel plates, or Contracting Agency- approved equal, while the material sets. 2-09.3(5) Locating Utilities (New Section) (******) A reasonable attempt has been made to locate known existing utilities; however, the exact location, and/or depth is unknown in most instances. It shall be the responsibility of the Contractor to locate existing utilities, to include their respective depths. The Contractor shall provide field exploration through vacuum excavation, potholing or other suitable means to locate more precisely existing underground utilities as to location and depth. The Contractor shall decide on the difficulties to be encountered in constructing the project, and 2022 Overlay SP 51 Special Provisions 2022 determine therefrom the extent of exploration required to expedite the construction to first prevent damage to those utilities, and secondly to determine if the new construction is to go around, over or under the existing utility. 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, minor pipe alignment or grade will be modified at no additional cost to the Contracting Agency. At a minimum, potholing will be required at all utility interties prior to trench excavation for connections and at all major utility crossings, and potential conflicts noted by underground location notification as may be directed by the Engineer. See Contract Plans for additional specific locations. 2-09.4 Measurement (******) This Section is supplemented with the following: No specific unit of measurement shall apply to the lump sum item of locate existing utilities. 2-09.5 Payment (******) Delete all paragraphs under this Section and replace with the following: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the Proposal. “Locate Existing Utilities,” per lump sum. The lump sum contract price for “Locate Existing Utilities” shall be full compensation for all costs incurred by the Contractor in performing the work. This bid item shall be paid proportionate to the installation of all utilities, complete and in place. 2022 Overlay SP 52 Special Provisions 2022 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.2 Material Sources, General Requirement 3-01.2(1) Approval of Source (******) This Section is supplemented with the following: The Contractor is responsible for all costs associated with approval of the material source. 2022 Overlay SP 53 Special Provisions 2022 4-04 BALLAST AND CRUSHED SURFACING 4-04.4 Measurement (******) Delete the last sentence in this Section and replace with the following: No measurement will be made for water used in placing and compacting surfacing materials. 4-04.5 Payment (******) This Section is supplemented with the following: The unit contract prices for the various types of ballast, structural fill, crushed surfacing base course, and crushed surfacing top course materials shall include all costs for obtaining the materials, hauling the materials to the site, stockpiling, spreading, grading, shaping, moisture conditioning, compacting, and all other incidentals, complete, in place. Asphalt grindings are not subject to reimbursement under any of these bid items. 2022 Overlay SP 54 Special Provisions 2022 DIVISION 5 – SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (July 18, 2018 APWA GSP) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications. and the lines, grades, thick- nesses, and typical cross -sections shown in the Plans. The Contractor shall maintain the existing street surface contours (e.g. street profile and cross section, etc.), unless otherwise directed by the Engineer. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Spec- ifications. WMA processes include organic additives, chemical additives, and foaming . HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the propor- tions specified to provide a homogeneous, stable, and workable mixtur e. See Volume 2 of 2 for the paving limits and the thickness of HMA. All HMA to be placed in this contract shall be HMA Cl. ½” PG 58-22. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing ) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufac- ture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Con- tractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. 2022 Overlay SP 55 Special Provisions 2022 The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Speci- fications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from dif- ferent sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RA P by total weight of HMA. The Contractor shall submit to the Engineer for ap- proval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3 -01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3 -02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). as follows: Comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350 -042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti -stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti- stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5 -04.2(2)B. 5-04.2(1)A Vacant 2022 Overlay SP 56 Special Provisions 2022 5-04.2(2) Mix Design – Obtaining Project Approval ESALs The number of ESALs for the design and acceptance of the HMA shall be 0.3 to <3 million. No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes , paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as ap- proved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix de- sign verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a quali fied City or County laboratory that is within one year of the approval date.** ** The mix design report shall be performed by a lab accredited by a national authority such as Labora- tory Accreditation Bureau, L-A-B for Construction Materials Testing, The C onstruction Materials Engi- neering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation sha ll; • 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 t he 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. 2022 Overlay SP 57 Special Provisions 2022 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 Equiva- lent Single Axle Loads (ESAL’s) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include o rganic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5 -04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer’s approval using WSDOT Form 350 -076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st thro ugh 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 provide d that there has been an advance warn- ing to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to ac- celerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. 2022 Overlay SP 58 Special Provisions 2022 Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8 -23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the st orage 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 thermo meter location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another ap- proved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the mini- mum temperature required to maintain the asphalt binder in a homogeneous state. The as- phalt binder shall be heated in a manner that will avoid local variations in heating. The heat- ing method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA addi- tive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a me- chanical sampler for the sampling of the mineral materials. The mechanical sampler shall 2022 Overlay SP 59 Special Provisions 2022 meet the requirements of Section 1-05.6 for the crushing and screening operation. The Con- tractor shall provide for the setup and operation of the field testing facilities of the Contract- ing Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material o f sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air tem- perature less than 45°F or when time from loading to unloading exceeds 30 m inutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adher- ing to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self -contained, power -propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall li st the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effec- tively produce a finished surface of the required evenness and textur e without tearing, shoving, segre- gating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without au- gers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract or directed by the Engineer , reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be 2022 Overlay SP 60 Special Provisions 2022 controlled automatically from reference lines or by means of a mat referencing device and a slope con- trol device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, c ross-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 n ecessary verti- cal control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories nec- essary for satisfactory operation of the automatic control equi pment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as al- lowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thor- oughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval , unless oth- erwise required by the contract. A MTD/V is not required for this contract. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature through- out the mixture. If a windrow elevator is used, the length of the windr ow 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 pa ver. 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 pri or to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 2022 Overlay SP 61 Special Provisions 2022 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufac- turer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufactur er’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5 -04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uni- form grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneuma tic rollers to avoid bridging across preleveled ar- eas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be ap- proved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the p avement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely re- moved from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, an d other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thor- oughly. Prior to the application of tack coat, or paving, the condition of the sur face shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of re- sidual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be app roved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be lim- ited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS -1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The 2022 Overlay SP 62 Special Provisions 2022 tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified as- phalt manufacturer. All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from sticking to them. Diesel shall not be used for this purpose. After application of the biodegradable soap, all catch basins shall be co vered to prevent tack and HMA from entering into them. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement sur- faces within the crack immedia tely prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS -1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS -1 emulsified asphalt, approximately 2 per- cent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per sec- tion 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any crack s 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 un til 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 th e cracks as follows: 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in ac- cordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working 2022 Overlay SP 63 Special Provisions 2022 Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended h eating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application tem- perature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: a. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant. b. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excava- tion operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a resul t of the Contractor’s operations shall be repaired by the Con- tractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall ex- cavate only within one lane at a time unless approved otherwise by the Engineer. The Contr actor 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 grind er. 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 i n 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. 2022 Overlay SP 64 Special Provisions 2022 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 pro cessing 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 amount of mineral materials, asphalt binder, recycling agent and anti -stripping addi- tives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the m ineral materials is en- sured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water con- tent of 2 percent in the mix, at discharge, will be allowed providing the water causes no pro blems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture con- tent shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with appro val of the Engi- neer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage faci lity shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be ac- cepted from the storage facility when the HMA in storage is below the top of the co ne 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 mixe d HMA is produced. If there is evidence of the recycled as- phalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall im- mediately suspend the use of the RAP until changes have been approved by the Engineer. After the re- quired amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been intro- duced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5 -04.3(3) shall be used to distribute the mixture. Un- less otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: 2022 Overlay SP 65 Special Provisions 2022 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 finish- ing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The interm ingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. All cast off rock from raking shall be removed prior to compaction of final HMA lift. Before the installation of the 2 inches or 4-inches of HMA, the streets shall be bladed and compacted to a uniform grade and cross -section as approved by the Engineer. The preparation of the base shall be inci- dental to the bid item for HMA Cl. ½” PG 58H-22. Subbase material, which is determined by the Engineer to be unsuitable shall be removed under Roadway Excavation Including Haul and replaced with Crushed Surfacing Base Course prior to the application of HMA. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncom- pacted void content and fracture will be evaluated in accordanc e with Section 3-04. Sampling and test- ing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluat ion. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is speci- fied. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pave- ment, and pavement repair. Other nonstructural applications of HMA accepted by commercial evalua- tion shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial ev alua- tion will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accord- ance with this section. HMA Tolerances and Adjustments 2022 Overlay SP 66 Special Provisions 2022 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the toler- ances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1 -06.2(2)D2. Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tol- erances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower ac- ceptance limits for aggregates, as well as the USL and LSL required in Section 1 -06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent. 5-04.3(9)A Vacant 5-04.3(9)B Vacant 2022 Overlay SP 67 Special Provisions 2022 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected sampl es of the same mix design that will be tested for ac- ceptance. 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 collec- tively. 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 th an 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH - TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 sam- ples 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 re- maining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be performed by the Con- tracting Agency for this contract. 2022 Overlay SP 68 Special Provisions 2022 Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5 -04.3(9), the Contracting Agency will de- termine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evalu- ation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix For- mula 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 calcula- tion of the CPF and the maximum CPF shall be 1.00. W hen 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 calcu- lated 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 Specificati ons, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submi t a writ- ten request within 7 calendar days after the specific test results have been received. A split of the origi- nal acceptance sample will be retested. The split of the sample will not be tested with the same tester 2022 Overlay SP 69 Special Provisions 2022 that ran the original acceptance test. The sample will be tested for a complete gradation analysis, as- phalt 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 de- ducted 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 a nd having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1 -06.2 to de- termine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots e xist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for eval- uation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for inter- sections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 -foot, shall be compacted to a specified level of relative density. The speci- fied level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1 -06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of den- sity attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge cor- relation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required pro- cedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test proced ures 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. 2022 Overlay SP 70 Special Provisions 2022 Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in ac- cordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise ap- proved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be ob tained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engi- neer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. 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 appro ved compaction train, required to attain the maximum test point den- sity, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire rol ler unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 per- cent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may req uest that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density deter- mined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and ac- ceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be re- quested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the En- gineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeit ure of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or defi- ciency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. 2022 Overlay SP 71 Special Provisions 2022 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 att ained. 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 m ore 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 per- formed 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 ac- ceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, require d to attain the maximum test point den- sity, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used 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 Nonstatis tical 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. 2022 Overlay SP 72 Special Provisions 2022 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 appro- priate CPF. The maximum CPF shall be 1.00, however, lots w ith 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 deter- mined. The NCCF equals the algebraic difference of CPF minus 1.00 mul tiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the com- paction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1 -06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance . 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defec- tive. Material rejected before placement shall not be incorporated into the pavement. Any rejected sec- tion of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contrac- tor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an a ddition of 25 percent of the unit Contract price added for the cost of removal and disposal. 2022 Overlay SP 73 Special Provisions 2022 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evalu- ated as an independent lot in accordance with Section 1 -06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a mini- mum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1 -06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Con- tractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the fr eshly 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 tem- perature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated fr om 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. 2022 Overlay SP 74 Special Provisions 2022 The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. All transverse (butt) joints between new and existing asphalt shall be milled to the full overlay depth as shown on the Plans. All transverse (butt ) joints shall be sealed after paving. See Section 5 -04.3(17) for requirements. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be lo- cated at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearin g surface of new HMA unless otherwise approved by the Engi- neer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H :1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(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 func- tional for use in aligning the sawcut after p lacing the overlay. 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. Construct the sawcut in accordance with Section 5 -05.3(8)B and the manufacturer’s application proce- dure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accor dance with the requirements specified in section 5 - 04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5 -01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch ¼ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to 2022 Overlay SP 75 Special Provisions 2022 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 o f transverse slope shown in the Plans. of the existing street surface. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviati ons anywhere greater than the allow- able tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations re- sulting from a high place where corrective action, in the opinion of the Engineer, will not produce s atis- factory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment de- tails provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. For this contract, utility appurtenances shall be adjusted to final grade after pav- ing, unless otherwise directed by the Engineer. See Section 5 -04.3(20) for requirements. Utility appurtenance adjustment discussions will be included in the Pre -Paving planning planing (5- 04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning planing plan must be approved by the Engineer and a pre planning planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning planing sub- mittals. Prior to planing operations, existing induction loop vehicle dete ctors shall be disconnected. Induction loop vehicle detectors shall be removed during planing operations. The planing operation on any street and/or street segment shall not precede the HMA paving operation by more than three (3) calendar days, unless otherwise allowed by the Engineer. Locations of existing surfacing to be planed are as shown in the Drawings. The depth of planing shall match the thickness of HMA to be placed, as shown on the Plans. 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 2022 Overlay SP 76 Special Provisions 2022 prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unle ss otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as deter- mined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches 2-inches of curb reveal after placement and compaction of the final wearing course. The dimen- sions of the wedge must be as shown on the Drawings 6-feet wide 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 or as directed by the Engineer, patched and preleveled. before opening planed areas to traffic. As shown on the Plans, the streets listed that are 2-inches thick shall be ground down 2 -inches deep and paved with 2 -inches of HMA. Streets listed that are 4 -inches thick shall be ground down 4 -inches deep and paved 4-inches in two 2-inch lifts. The Contractor shall provide for safe vehicular travel over existing utility appurtenances during and after planing operations. For utility appurtenances not lowered prior to planing operations, the Contractor shall place temporary fillets of HMA, with a minimum slope of 4H:1V, around all exposed utility appurtenances if any vehicular traffic will be permitted to travel through the work area prior to paving. The HMA used for this purpose shall be considered Temporary HMA. The Contractor shall provide for safe vehicular travel ov er driveway entrances during and after planing operations. If the depth of exposed curb or drop off exceeds two (2) inches at a driveway and paving will not occur in the same work shift, the Contractor shall place temporary fillets of HMA along the driveway to provide a transition with a minimum slope of 4H:1 V. The HMA used for this purpose shall be considered Temporary HMA. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hid den metal in pavement detection survey as specified in Section 5-04.3(14)A. 2022 Overlay SP 77 Special Provisions 2022 Gutter panels, curbs, or utility structures damaged as a result of planing operations shall be replaced by the Contractor at their own expense. No additional monies will be due t he Contractor for damage to curbs, gutters, or utility structures, all costs of which shall be borne by the Contractor. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1 -07.16(1) regarding the protection of survey monumentation that may be hidden in pave- ment. 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 fa ilure 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 un- less the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the fol- lowing: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time re- quired to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, mus t be addressed in the traffic control plan, which must be submitted to and accepted by the Engi- neer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into qua rters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is im- pacted, keep such closure to the minimum time required to place and compact the HMA mix- ture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. 2022 Overlay SP 78 Special Provisions 2022 e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post -paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8 -23. 3. Permanent pavement marking must comply with Section 8-22. 4. Roadways Open to Traffic When the roadway being paved is open to traffic, the following requirements shall apply: The Contractor shall keep roadways open to traffic at all times except where paving is in progress. During such time, and provided that there has been an advance warning to the public, only that specified section of road being paved may be closed for the mini- mum time required to place and compact the HMA. Adjacent travel lanes and shoul- der shall be left open for traffic during these times. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling o f the pavement and to shorten the time required before reopening to traffic. Before temporarily closing a portion of the road, advance -warning signs shall be placed and signs shall also be placed clearly alerting the driver of temporary lane closures. During paving operations, temporary pavement markings shall be maintained through- out the project. Temporary pavement markings shall be installed on the roadway prior to opening to traffic and shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these require- ments shall be included in the unit contract prices for the various bid items involved in the Contract. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the mov- ing operation and traffic control are coordinated, as they will be discussed at the pre -planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch 11 x 17 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet 100 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, p aving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must 2022 Overlay SP 79 Special Provisions 2022 show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1 -10.2(2), detailing each day’s traffic con- trol as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of tempor ary parking and staging areas, in- cluding return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of pro- posed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifica- tions and coordinations to be timely made. The plan m ust show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate time s and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre -Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately pre- pared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, in- cluding driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other con- tractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, ap- proved traffic control plan, and public convenience and safety. Such discussion includes, but is not lim- ited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. 2022 Overlay SP 80 Special Provisions 2022 b. In intersections, how to break up the in tersection, and address traffic control and signaliza- tion for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applica- ble, as it relates to traffic control, to public convenie nce and safety, and to other con -trac- tors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of tem porary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related opera- tions. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operat- ing the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure dif- ferent JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and test- ing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5 -02.3. Un- less otherwise approved by the Engineer , apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engi- neer. The Work shall be performed in accordance with Section 5 -04. 5-04.3(17) Construction Joint Sealing Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) calendar days after final rolling of the final lift of HMA. The seal shall be CSS -1 emulsified asphalt. The emulsified asphalt 2022 Overlay SP 81 Special Provisions 2022 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 “HMA CL. ½” PG 58H-22”. 5-04.3(18) Temporary HMA During the course of construction, it may be necessary to provide improved temporary vehicle and/or pedestrian access within the project limits. Such temporary access shall be provided by temporarily patching trench crossings or other areas with temporary HMA until such time as the permanent surface restoration is installed. Locations shall include those areas specifically indi- cated on the Plans, directed by the Engineer or as further specified herein. This material will be furnished, placed, compacted, and removed and wastehauled at variou s locations through- out the project. The trenches and/or subgrade shall be thoroughly compacted and brought to a smooth grade prior to placing the material. It shall be placed, maintained (daily), and re- moved and wastehauled by the Contractor. Typical co mpacted depth will be 4 inches. Tem- porary HMA shall also be used around castings, after grinding, to provide a transition until final lift of HMA paving is installed, or for temporary thickened edges. 5-04.3(19) Edge of Pavement Alignment Where curb and gutter do not exist, the Contractor shall maintain a ± 2 inches per 100 linear feet tolerance for the edge of pavement. The Contractor may establish a reference line as a guide at their discretion or as directed by the Engineer . This work is considered incidental to the bid item “HMA CL. ½” PG 58H-22”. 5-04.3(20) Adjusting Utility Covers and Monument Cases to Final Grade The following section only applies to existing utility covers and monument cases covered by HMA. The work shall be completed after the final rolling of the final lift of HMA. The work consists of locating and marking these features and then adjusting them final grade. The Contractor shall locate all utility covers and monument cases covered by HMA immediately after pav- ing operations are complete for a street and/or street segment. Each location shall be marked with paint and identify the type of buried feature. The Contractor shall completely expose all water valve boxes and gas valves for access within five (5) calendar days after final rolling of the final lift of HMA. Existing structures and new structures shall be adjusted to the finished grade as shown on the Plans and as further specified herein. Existing boxes, rings, grates, covers, and lids shall be reset in a careful and workmanlike manner to conform to the required grades. The new and existing utility castings and monuments shall be adjusted to grade in the following manner: As soon as the street has been paved past each structure o r casting, the asphalt concrete mat shall be scored around the location of the structure or casting. After rolling has been completed and the mat has cooled, it shall be cut along the scored lines. The structure or casting shall then be raised to fin- ished pavement grade and the annular spaces filled as indicated on the Plans. The Contractor shall in- stall the pavement to give a smooth finished appearance. All covers, lids, frames, and grates shall be thoroughly cleaned. After pavement is in place, all new pavement joints shall be sealed with a 6-inch-wide strip of hot asphalt sealer. A sand blanket shall be applied to the surface of the hot asphalt sealer immediately after the 2022 Overlay SP 82 Special Provisions 2022 placement of the sealer to help alleviate the tracking of the asphalt. The s ealer shall meet the require- ments of Section 9-04.2(1) of the Standard Specifications The Contractor shall adjust the following features to final grade per the requirements listed below. Manholes and Catch Basins – Refer to Renton Standard Plan 106 inclu ded in the Plans. Water Valve Boxes – Refer to Renton Standard Plan 330.1 in the Plans Gas Valves – Same as Water Valve Boxes. Monument Cases – Refer to Renton Standard Plan 113 in the Plans. J-boxes, Electrical Vaults, Communications Vaults – These features shall not to be covered with HMA. 5-04.3(21) Temporary Pavement Marking The furnishing and installing of temporary pavement marking shall be as described in Section 8-23. For this contract, all temporary pavement markin g is considered short duration. 5-04.4 Measurement HMA Cl. ___ PG ___, Temporary HMA and Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Sec- tion 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8 -23.4. Adjust Manhole Cover will be measured per each. Adjust Existing Catch Basin will be measured per each. Adjust Water Valve Box will be measured per each. Adjust Gas Valve will be measured per each. Adjust Monument Case will be measured per each. 2022 Overlay SP 83 Special Provisions 2022 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ___ PG ___”, per ton. “Commercial HMA”, per ton. The unit Contract price per ton for “HMA Cl. ___ PG ___”, and “Commercial HMA” shall be full compen- sation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5 - 04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. The unit contract price per ton for “HMA Cl. ____ PG ____” and “Commercial HMA” shall include the cost for all labor, materials, equipment and tools for furnishing, placing, com- pacting and constructing asphalt pavement including mix design, anti -strip determination, mix design verification, preparation of untreated roadway, removing plastic traffic marking, removing RPMs, re- moving permanent striping, anti -stripping additive, soil residual herbicide, asphalt for tack coat, HMA pavement, HMA for preleveling, HMA transition sections, HMA ramps, HMA driveways/approaches, HMA wedge curb, spreading and finishing, water, compaction, sealing all cold joints with asphalt sealant (and sand blanket to alleviate tracking), temporary pavement markings, removal of tempor ary pave- ment markings,, and all other incidentals necessary for a complete paving system to the lines, cross sec- tion and grades in accordance with the Plans. “Temporary HMA,” per ton. The unit contract price per ton for “Temporary HMA” shall be full pay to furnish, install, maintain, re- move, and waste haul the temporary asphalt. “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pave ment Repair Excavation Incl. Haul” shall be full pay- ment for all costs incurred to perform the Work described in Section 5 -04.3(4) with the exception, how- ever, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “Commercial HMA” per ton. “Planing Bituminous Pavement”, p er square yard. The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Temporary Pavement Marking”, per linear foot. Payment for “Temporary Pavement Marking” is described in Section 8 -23.5. “Job Mix Compliance Price Adjustmen t”, by calculation. 2022 Overlay SP 84 Special Provisions 2022 “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5 - 04.3(9)C6. “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5-04..3(10)D3. “Roadway Core”, per each. The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be inci- dental and included within the unit Bid price per each and no additional payments will be made. “Adjust Manhole Cover”, per each. “Adjust Existing Catch Basin”, per each “Adjust Water Valve Box”, per each. “Adjust Gas Valve”, per each. “Adjust Monument Case”, per each. The unit Contract price per each for “Adjust Manhole Cover”, “Adjust Existing Catch Basin”, “Adjust Water Valve Box”, “Adjust Gas Valve”, “Adjust Monument Case” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(20). END OF DIVISION 5 2022 Overlay SP 85 Special Provisions 2022 7-04 STORM SEWERS 7-04.4 Measurement (******) Supplement this section with the following Roof Drain will be measured per each. 7-04.5 Payment (******) Delete all paragraphs under this section and replace with the following: Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the Proposal : “Roof Drain,” per each. The unit price per each for “Roof Drain ” shall constitute full compensation for all labor, materials, tools, equipment, transportation, supplies and incidentals required to complete all work to furnish and install roof drain fittings to direct roof drains to drain to the new alley surface where d irected by the Engineer. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.3(1) Adjusting Manholes and Catch Basins to Grade This Section is replaced with: (******) Where shown in the Plans or where directed by the Engineer, the existing manhole s, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalli ng at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6” above grade. 2022 Overlay SP 86 Special Provisions 2022 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 covere d in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the a sphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adj acent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so 2022 Overlay SP 87 Special Provisions 2022 that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 2022 Overlay SP 88 Special Provisions 2022 8-01 EROSION CONTROL AND WATER POLLUTION CONTRO L (May 4, 2020 G&O GSP) This Section is supplemented with the following: This work also consists of transfer of coverage of the National Pollution Discharge Elimination System. 8-01.3 Construction Requirements (May 4, 2020 G&O GSP) This Section is supplemented with the following: The Contractor shall take all necessary precautions and utilize the Department of Ecology’s (ECY ) Best Management Practices to prevent sediment and fugitive dust from construction activities from entering into storm water systems, na tural waterways, or environmentally sensitive areas and from otherwise being carried away from the construction area by stormwater or air. Temporary erosion protection shall be furnish ed, installed, and maintained for the duration of this Project to protect environmentally sensitive areas, sloped surfaces, adjacent areas and/or water bodies or conveyance systems. Temporary erosion protection may include the use of straw, jute matting, wattles, heavy plastic sheeting, or other forms of ground cover on areas disturbed by construction. Sloped surfaces shall be restored and protected in such a manner that surface runoff does not erode the embankments, slopes, or ground surfaces, nor create surface channels, or ruts. Any damage caused by the Contractor’s failure to keep the erosion materials maintaine d shall be borne by the Contractor alone. The Contractor shall prepare and submit a S tormwater Pollution Prevention Plan, in conformance with ECY requirements, to the Engineer before any Work begins. 8-01.3(1)A Submittals (May 4, 2020 G&O GSP) This Section is supplemented with the following: The Contractor shall be required to maintain and update the TESC plan, as may be required during the course of the Project. The TESC plan and details included are provided solely for the establishment of basic erosion control measures and are not intended to be a complete plan. 2022 Overlay SP 89 Special Provisions 2022 8-01.3(9)D Inlet Protection (May 4, 2020 G&O GSP) This Section is supplemented with the following: All catch basins grates within the project limits and adjacent areas shall have inlet protection installed t o prevent sedimentation from entering the storm system. The inlet protection shall be routinely cleaned of sediment t o prevent plugging. This sediment shall be regularly removed, loaded, and hauled to waste whenever it presents a potential surface accumulation problem or concern to the Contracting Agency. 8-01.4 Measurement (May 4, 2020 G&O GSP) This Section is supplemented with the following: No specific unit of measure will apply to erosion and pollution preventio n. 8-01.5 Payment (May 4, 2020 G&O GSP) Delete all paragraphs under this Section and repl ace with the following: Payments will be made in accordance with Section 1 -04.1 for the following Bid Item(s): “Erosion Con trol and Water Pollution Pre vention” The lump sum contract price for “Erosion Control and Water Pollution Prevention” shall include all costs for preparing a TESC plan inspecting, documenting, testing, and notification as required by the CSWGP and all temporary erosio n control and water pollution prevention as stated herein and as further indicated on the Pl ans that is not otherwise paid under separate contract items in the Proposal, including furnishing, installing, maintaining, ,removal of erosion/water pollution prevention devices. 8-04 CURB, GUTTERS, AND SPILLWAYS 8-04.2 Materials (******) This Section is supplemented with the following: Cement concrete curb, all extruded curb and gutter and valley gutt er shall be constructed with Class 4000 psi air entrained concrete conforming to the requirements of Section 6 -02 of the Standard Specifications. 2022 Overlay SP 90 Special Provisions 2022 8-04.3 Construction Requirements (******) This Section is supplemented with the following: Any gutter damaged, defaced, cracked, chipped, or determined to be of poor workmanship, in the opinion of the Contracting Agency, shall be removed, wastehauled and replaced by the Contractor, at the Contractor’s expense. Sacking and grinding shall not be considered an acceptable means for repairing unacceptable sections. The Contractor shall further provide verbal and written notice (door hanger) to property owners identifying restricted use of their driveways, sidewalks, etc. This notice must be provided twice: at 1 week prior and again 1 day prior t o the work being performed. 8-04.4 Measurement (******) This Section is supplemented with the following: Cement concrete valley gutter will be measured by the linear foot. 8-04.5 Payment (******) This Section is supplemented with the following: The unit contract price per linear foot for “Cement Concrete Valley Gutter” shall include all costs associated with furnishing labor, material, tools, and equipment for the complete installation of these items including, but not limited to, forming, placing, block-outs, reinforcement, joint filler, curing, temporary barricades, and any other items as shown on the plans and as required in the field for a complete installation. It shall also include protecting all gutters from vandalism and other damage until accepted by the Contracting Agency. 8-09 RAISED PAVEMENT MARKERS 8-09.3 Construction Requirements (******) This Section is supplemented with the following: One Blue Raised Pavement Marker , Type 2 shall be placed in-line with the lane line that is closest to the hydrant perpendicular to the centerline of the roadway in front of each fire hydrant. On a two-lane roadway, the marker shall be offset from the centerline 4 inches toward the hydrant location. 2022 Overlay SP 91 Special Provisions 2022 8-09.4 Measurement (******) Delete this Section and replace with the following: Measurement of markers will be by units of 100 markers furnished and set in place regardless of the type of marker. 8-09.5 Payment (******) Delete this Section and replace with the following: “Raised Pavement Marker, Type ___,” per hundred. The unit contract price per hundred for “Raised Pavement Marker, Type ___” shall be full pay for furnishing and installing the markers, regardless of type, in accordance with these Specifications in cluding all costs involved with tr affic control except for reimbursement for labor for traffic control in accordance with Section 1 -10.5. 8-21 PERMANENT SIGNING 8-21.3(4) Sign Removal (******) This Section is supplemented with the following: The Contractor shall obtain approval from the Engineer prior to removing existing signs. 8-21.3(5) Sign Relocation (******) This Section is supplemented with the following: All existing signs not designated for permanent removal that are damaged or removed shall be replaced by the Contractor a t no additional expense to the Contracting Agency. Existing signs shall be temporarily relocated by the Contractor, as required, to portable sign stands, subject to the approval of the Engineer. When temporarily in stalled on posts, the signs shall be located as near as practical to their permanent locations and shall have a minimum vertical clearance above the pavement in accordance with the Manual on Uniform Traffic Control Devices (MUTCD). All portable sign stand s shall be designed to rigidly support the sign in position without creating a hazard to the motorist. Portable sign stands shall be furnished by the 2022 Overlay SP 92 Special Provisions 2022 Contractor and upon completion of the work shall remain the property of the Contractor and shall be remov ed from the Project. 8-21.5 Payment (******) This Section is supplemented with the following: “Permanent Signing,” per lump sum. The lump sum contract price for “Permanent Signing” shall be full pay for all material, labor, tools, and equipment necess ary to remove, protect, and reinstall e xisting signs including posts, concrete anchors, and fasteners, as specified herein and shown on the Plans, as well as furnishing and installing all new permanent signs as may be specified on the Plans. 8-22 PAVEMENT MARKING 8-22.1 Description (******) This Section is supplemented with the following: Pavement markings shall conform to Section 8 -22 of the Standard Specifications, and the latest edition and amendments thereto of the Manual on Uniform Traffic Contro l Devices (MUTCD) as adopted by the Sta te of Washington, and shall be constructed as shown in the Plans except as modified herein. The Contractor shall be responsible for all traffic control required to place and protect pavement marking material, as outlined in Sections 1 -07.23 and 1 -10 of the Standard Specifications and these Special Provisions. 8-22.2 Materials (******) This Section is supplemented with the following: Plastic pavement marking materials shall be Type A – liquid hot applied thermoplastic unless indicated otherwise in the Con tract Documents. Patents The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work, and agrees to indemnify and save harmless the Contracting Agency and its dul y authorized representatives from all suits of law or action of every nature for, or on account of, the use of any patented materials, equipment, device, or processes. 2022 Overlay SP 93 Special Provisions 2022 Acceptance The Contractor shall be responsible f or supplying material that meets afores ta ted material and testing requirements. The Contractor shall supply certification that the pavement marking material meets the above specifications. 8-22.3 Construction Requirements (******) This Section is supplemented with the following: In addition to the requirements of Sections 8-22.3(2) and 8-22.3(3), the application and surface preparation shall conform to the manufacturer’s recommendations. The Contractor shall provide the Engineer with two copies of the manufacturer’s recommendations for installation. In all cases, the product manufacturer’s recommended application procedures shall be adhered to. When no such procedures have been published, workmanship shall be governed by these Special Provisions and the Standard Specifications. After cleaning of areas to receive pavement markings, the areas shall pass inspection of the Engineer prior to application of the material or the primer coat. Reflectorized beading as stated in Section 8 -22.3(3) of the Standard Spe cifications shall be provided with all pavement markings. 2022 Overlay SP 94 Special Provisions 2022 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8(7) HMA Tolerances and Adjustments (******) Delete Item 1 and replace it with the following: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Evaluation Commercial Evaluation Aggregate, percent passing 1", 3/4", 1/2", and 3/8" sieves 6% 8% U.S. No. 4 sieve 6% 8% U.S. No. 8 sieve 6% 8% U.S. No. 200 sieve 2.0% 3.0% Asphalt Binder 0.5% 0.7% These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100 percent passing wi ll be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. Appendices (January 2, 2012 WSDOT) The following appendices are attached and made a part of this contract: Appendix A – Wage Rates Washington State Prevailing Wage Rates Appendix B – City of Renton Standard Plans Appendix C – WSDOT Standard Plans 2022 Overlay SP 95 Special Provisions 2022 (January 10, 2022 WSDOT GSP) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01, effective September 13, 2021, is made a part of this contract. The Standard Plans are revised as follows: B-90.40 Valve Detail – DELETED C-8 DELETED C-8A DELETED C-20.10 Note 1: “Refer to Standard Plan C-1b and C-20.11 for additional details not shown on this plan.” is revised to read: “Refer to Standard Plan C-1b for additional details not shown on this plan.” C-60.10 Sheet 1, ADD Note: NOTE: STEEL WELDED WIRE REINFORCEMENT DEFORMED FOR CONCRETE MAY BE SUBSTITUTED FOR REINFORCING STEEL IN ACCORDANCE WITH STANDARD SPECIFICATION, SECTION 6 -10.3 Sheet 2, New Note 5: The connecting pin may be fabricated with a forged head as shown on Standard Plan C-60.15.” C-60.80 DELETED C-85.16 DELETED C-85.20 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non -standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum. 2022 Overlay SP 96 Special Provisions 2022 D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non -standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non -standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non -standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are withdrawn. Special designs in accordance with the current WSDO T BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. G-90.11 DELETED G-90.40 DELETED 2022 Overlay SP 97 Special Provisions 2022 J-10.16 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J -10.14 J-10.17 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J -10.14 J-10.18 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-20.26 Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian pushbutton post.” J-20.16 View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1, Elevation View, Round Concrete Foun dation Detail, callout – “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ THREE REQ’D. PER ASSEMBLY” IS REVISED TO READ: “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ FOUR REQ’D. PER ASSEMBLY” Sheet 1 of 2, Elevation view (Round), add dimension depictin g the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR.. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping Bolts (see Note 3)” is revised to read; “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping Bolts (see Note 1)” Detail F, callout, “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Four Required (See Note 4)” is revised to read; “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Three Required (See Note 2)” J-21.15 Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE NIPPLE ~ 1 ½” (IN) DIAM. 2022 Overlay SP 98 Special Provisions 2022 J-21.16 Detail A, callout, was – LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4’ - 6” is revised to read; 6’-0” (2x) Detail A, callout, was – LOCK NIPPLE ~ 1 ½” DIAM. is revised to read; CHASE NIPPLE ~ 1 ½” (IN) DIAM. J-40.10 Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S. FLAT WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 1/2” (IN) S. S. FLAT WASHER” J-40.36 Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-40.37 Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-75.20 Key Notes, note 16, second bullet point, was: “1/2” (IN) x 0.45” (IN) Stainless Steel Bands”, add the following to the end of the note: “Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware.” The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans showing different dat es shall not be used in this contract. A-10.10-00........8/7/07 A-30.35-00.......10/12/07 A-50.10-01……...8/17/21 A-10.20-00......10/5/07 A-40.00-00.........8/11/09 A-50.40-01……...8/17/21 A-10.30-00......10/5/07 A-40.10-04.........7/31/19 A-60.10-03........12/23/14 A-20.10-00......8/31/07 A-40.15-00.........8/11/09 A-60.20-03.........12/23/14 A-30.10-00......11/8/07 A-40.20-04.........1/18/17 A-60.30-01..........6/28/18 A-30.30-01......6/16/11 A-40.50-02.........12/23/14 A-60.40-00..........8/31/07 B-5.20-03........9/9/20 B-30.50-03.........2/27/18 B-75.20-03..........8/17/21 B-5.40-02.........1/26/17 B-30.60-00……..9/9/20 B-75.50-01..........6/10/08 B-5.60-02.........1/26/17 B-30.70-04.........2/27/18 B-75.60-00............6/8/06 B-10.20-02........3/2/18 B-30.80-01..........2/27/18 B-80.20-00.........6/8/06 B-10.40-02........8/17/21 B-30.90-02........1/26/17 B-80.40-00.........6/1/06 2022 Overlay SP 99 Special Provisions 2022 B-10.70-02……8/17/21 B-35.20-00..........6/8/06 B-85.10-01.........6/10/08 B-15.20-01........2/7/12 B-35.40-00..........6/8/06 B-85.20-00..........6/1/06 B-15.40-01........2/7/12 B-40.20-00..........6/1/06 B-85.30-00..........6/1/06 B-15.60-02........1/26/17 B-40.40-02........1/26/17 B-85.40-00..........6/8/06 B-20.20-02.......3/16/12 B-45.20-01..........7/11/17 B-85.50-01.........6/10/08 B-20.40-04.......2/27/18 B-45.40-01..........7/21/17 B-90.10-00….......6/8/06 B-20.60-03.......3/15/12 B-50.20-00..........6/1/06 B-90.20-00..........6/8/06 B-25.20-02........2/27/18 B-55.20-03..........8/17/21 B-90.30-00..........6/8/06 B-25.60-02.........2/27/18 B-60.20-02..........9/9/20 B-90.40-01..........1/26/17 B-30.05-00……..9/9/20 B-60.40-01..........2/27/18 B-90.50-00..........6/8/06 B-30.10-03.........2/27/18 B-65.20-01..........4/26/12 B-95.20-02..........8/17/21 B-30.15-00……..2/27/18 B-65.40-00..........6/1/06 B-95.40-01..........6/28/18 B-30.20-04.........2/27/18 B-70.20-00..........6/1/06 B-30.30-03.........2/27/18 B-70.60-01..........1/26/17 B-30.40-03..........2/27/18 C-1....................9/9/20 C-22.16-07........9/16/20 C-60.70-00……9/24/20 C-1b...................9/9/20 C-22.40-08........9/16/20 C-60.80-00……..8/17/21 C-1d................10/31/03 C-22.45-05........9/16/20 C-70.15-00……..8/17/21 C-2c..................8/12/19 C-23.60-04........7/21/17 C-70.10-03........8/20/21 C-4f...................8/12/19 C.24.10-02........8/12/19 C-75.10-02........9/16/20 C-6a................10/14/09 C-25.20-07........8/20/21 C-75.20-03........8/20/21 C-7.....................6/16/11 C-25.22-06........8/20/21 C-75.30-03........8/20/21 C-7a...................6/16/11 C-25.26-05........8/20/21 C-80.10-02........9/16/20 C-8.....................2/10/09 C-25.30-01…….8/20/21 C-80.20-01........6/11/14 C-8a...................7/25/97 C-25.80-05........8/12/19 C-80.30-02........8/20/21 C-20.10-07.........8/20/21 C-60.10-01…….9/24/20 C-80.40-01........6/11/14 C-20.14-04..........8/12/19 C-60.15-00……..8/17/21 C-85.10-00........4/8/12 C-20.15-02..........6/11/14 C-60.20-00……9/24/20 C-85.11-01........9/16/20 C-20.18-03..........8/12/19 C-60.30-01……8/17/21 C-85.15-02........8/27/21 C-20.40-08..........8/20/21 C-60.40-00……..8/17/21 C-85-18 -02........8/20/21 C-20.41-03..........8/20/21 C-60.45-00……..8/17/21 C-20.42-05..........7/14/15 C-60.50-00……..8/17/21 C-20.45.02..........8/12/19 C-60.60-00……..8/17/21 D-2.04-00........11/10/05 D-2.80-00........11/10/05 D-10.10-01......12/2/08 D-2.06-01........1/6/09 D-2.84-00........11/10/05 D-10.15-01......12/2/08 D-2.08-00........11/10/05 D-2.88-00........11/10/05 D-10.20-01.........8/7/19 D-2.32-00........11/10/05 D-2.92-00........11/10/05 D-10.25-01.........8/7/19 D-2.34-01........1/6/09 D-3.09-00........5/17/12 D-10.30-00.........7/8/08 D-2.36-03........6/11/14 D-3.10-01……5/29/13 D-10.35-00.........7/8/08 D-2.46-02……8/13/21 D-3.11-03……6/11/14 D-10.40-01......12/2/08 D-2.60-00........11/10/05 D-3.15-02……6/10/13 D-10.45-01......12/2/08 D-2.62-00........11/10/05 D-3.16-02……5/29/13 D-2.64-01........1/6/09 D-3.17-02……5/9/16 D-2.66-00........11/10/05 D-4.................12/11/98 2022 Overlay SP 100 Special Provisions 2022 D-2.68-00........11/10/05 D-6...................6/19/98 E-1....................2/21/07 E-4....................8/27/03 E-2....................5/29/98 E-4a..................8/27/03 F-10.12-04.......9/24/20 F-10.62-02........4/22/14 F-40.15-04........9/25/20 F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16 F-10.18-02.........9/24/20 F-30.10-04........9/25/20 F-45.10-03........8/13/21 F-10.40-04...........9/24/20 F-40.12-03........6/29/16 F-80.10-04........7/15/16 F-10.42-00.........1/23/07 F-40.14-03........6/29/16 G-10.10-00........9/20/07 G-26.10-00……7/31/19 G-20.10-03........8/20/21 G-30.10-04.......6/23/15 G-22.10-04..........6/28/18 G-50.10-03.......6/28/18 G-24.10-00......11/8/07 G-90.10-03……7/11/17 G-24.20-01......2/7/12 G-90.20-05……7/11/17 G-24.30-02......6/28/18 G-90.30-04……7/11/17 G-24.40-07.....6/28/18 G-95.10-02........6/28/18 G-24.50-05.....8/7/19 G-95.20-03........6/28/18 G-24.60-05.....6/28/18 G-95.30-03........6/28/18 G-25.10-05.......9/16/20 H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-02......8/17/21 H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-02......8/17/21 H-30.10-00......10/12/07 H-60.20-01.........7/3/08 I-10.10-01.........8/11/09 I-30.20-00.........9/20/07 I-40.20-00.........9/20/07 I-30.10-02.........3/22/13 I-30.30-02.........6/12/19 I-50.20-01..........6/10/13 I-30.15-02.........3/22/13 I-30.40-02.......6/12/19 I-60.10-01..........6/10/13 I-30.16-01.........7/11/19 I-30.60-02.........6/12/19 I-60.20-01..........6/10/13 I-30.17-01.........6/12/19 I-40.10-00.........9/20/07 I-80.10-02..........7/15/16 J-10..................7/18/97 J-28.40-02......6/11/14 J-60.13-00…....6/16/10 J-10.10-04……9/16/20 J-28.42-01.......6/11/14 J-60.14-01……7/31/19 J-10.12-00……9/16/20 J-28.43-01.......6/28/18 J-75.10-02……7/10/15 J-10.14-00……9/16/20 J-28.45-03.......7/21/16 J-75.20-01……7/10/15 J-10.15-01........6/11/14 J-28.50-03.......7/21/16 J-75.30-02…….7/10/15 J-10.16-02……8/18/21 J-28.60-03.......8/27/21 J-75.41-01……6/29/16 J-10.17-02……8/18/21 J-28.70-03.......7/21/17 J-75.45-02……6/1/16 J-10.18-02……8/18/21 J-29.10-01.......7/21/16 J-80.10-01……8/18/21 J-10.20-04……8/18/21 J-29.15-01.......7/21/16 J-80.12-00……8/18/21 J-10.21-02……8/18/21 J-29.16-02.......7/21/16 J-80.15-00……6/28/18 J-10.22-02........8/18/21 J-30.10-00…...6/18/15 J-81.10-02……8/18/21 J-10.25-00……7/11/17 J-40.05-00……7/21/16 J-81.12-00……9/3/21 J-12.15-00……6/28/18 J-40.10-04…...4/28/16 J-86.10-00……6/28/18 J-12.16-00……6/28/18 J-40.20-03…...4/28/16 J-90.10-03…….6/28/18 2022 Overlay SP 101 Special Provisions 2022 J-15.10-01........6/11/14 J-40.30-04……4/28/16 J-90.20-03…….6/28/18 J-15.15-02……7/10/15 J-40.35-01……5/29/13 J-90.21-02……6/28/18 J-20.10-04........7/31/19 J-40.36-02……7/21/17 J-90.50-00……6/28/18 J-20.11-03........7/31/19 J-40.37-02……7/21/17 J-20.15-03........6/30/14 J-40.38-01.......5/20/13 J-20.16-02........6/30/14 J-40.39-00……5/20/13 J-20.20-02........5/20/13 J-40.40-02……7/31/19 J-20.26-01........7/12/12 J-45.36-00……7/21/17 J-21.10-04......6/30/14 J-50.05-00……7/21/17 J-21.15-01......6/10/13 J-50.10-01…….7/31/19 J-21.16-01......6/10/13 J-50.11-02…….7/31/19 J-21.17-01......6/10/13 J-50.12-02…….8/7/19 J-21.20-01......6/10/13 J-50.13-00…….8/22/19 J-22.15-02......7/10/15 J-50.15-01…….7/21/17 J-22.16-03......7/10/15 J-50.16-01…….3/22/13 J-26.10-03…..7/21/16 J-50.18-00…….8/7/19 J-26.15-01…..5/17/12 J-50.19-00…….8/7/19 J-26.20-01…..6/28/18 J-50.20-00…….6/3/11 J-27.10-01…..7/21/16 J-50.25-00…….6/3/11 J-27.15-00…..3/15/12 J-50.30-00…….6/3/11 J-28.10-02......8/7/19 J-60.05-01…….7/21/16 J-28.22-00.......8/07/07 J-60.11-00…....5/20/13 J-28.24-02.......9/16/20 J-60.12-00…....5/20/13 J-28.26-01......12/02/08 J-28.30-03......6/11/14 K-70.20-01.......6/1/16 K-80.35-01.......9/16/20 K-80.10-02.......9/25/20 K-80.37-01.......9/16/20 K-80.20-00.....12/20/06 K-80.32-00……8/17/21 K-80.34-00……8/17/21 L-10.10-02........6/21/12 L-40.15-01........6/16/11 L-70.10-01.......5/21/08 L-20.10-03........7/14/15 L-40.20-02........6/21/12 L-70.20-01.......5/21/08 L-30.10-02........6/11/14 M-1.20-04.........9/25/20 M-11.10-03........8/7/19 M-40.20-00......10/12/07 M-1.40-03.........9/25/20 M-12.10-02……9/25/20 M-40.30-01......7/11/17 M-1.60-03.........9/25/20 M-15.10-01........2/6/07 M-40.40-00......9/20/07 M-1.80-03.........6/3/11 M-17.10-02........7/3/08 M-40.50-00......9/20/07 M-2.20-03.........7/10/15 M-20.10-03........9/25/20 M-40.60-00......9/20/07 M-2.21-00……..7/10/15 M-20.20-02........4/20/15 M-60.10-01......6/3/11 M-3.10-04.........9/25/20 M-20.30-04........2/29/16 M-60.20-03......8/17/21 M-3.20-03.........9/25/20 M-20.40-03........6/24/14 M-65.10-03......8/17/21 M-3.30-04.........9/25/20 M-20.50-02........6/3/11 M-80.10-01......6/3/11 M-3.40-04.........9/25/20 M-24.20-02.......4/20/15 M-80.20-00......6/10/08 2022 Overlay SP 102 Special Provisions 2022 M-3.50-03.........9/25/20 M-24.40-02.......4/20/15 M-80.30-00......6/10/08 M-5.10-03.........9/25/20 M-24.60-04.......6/24/14 M-7.50-01.........1/30/07 M-24.65-00……7/11/17 M-9.50-02.........6/24/14 M-24.66-00……7/11/17 M-9.60-00……..2/10/09 M-40.10-03......6/24/14 City of Renton Contract Provisions for 2022 Overlay ______________________________________________________________________________ APPENDIX A. PREVAILING HOURLY MINIMUM WAGE RATES State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 07/05/2022 County Trade Job Classification Wage HolidayOvertime Note *Risk Class King Asbestos Abatement Workers Journey Level $54.62 5D 1H View King Boilermakers Journey Level $72.54 5N 1C View King Brick Mason Journey Level $63.32 7E 1N View King Brick Mason Pointer-Caulker-Cleaner $63.32 7E 1N View King Building Service Employees Janitor $27.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $27.68 5S 2F View King Building Service Employees Window Cleaner (Non- Scaffold) $31.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $32.18 5S 2F View King Cabinet Makers (In Shop)Journey Level $22.74 1 View King Carpenters Acoustical Worker $68.19 15J 4C View King Carpenters Bridge, Dock And Wharf Carpenters $68.19 15J 4C View King Carpenters Carpenter $68.19 15J 4C View King Carpenters Floor Finisher $68.19 15J 4C View King Carpenters Floor Layer $68.19 15J 4C View King Carpenters Scaffold Erector $68.19 15J 4C View King Cement Masons Application of all Composition Mastic $67.41 15J 4U View King Cement Masons Application of all Epoxy Material $66.91 15J 4U View King Cement Masons Application of all Plastic Material $67.41 15J 4U View King Cement Masons Application of Sealing Compound $66.91 15J 4U View King Cement Masons Application of Underlayment $67.41 15J 4U View King Cement Masons Building General $66.91 15J 4U View King Cement Masons Composition or Kalman Floors $67.41 15J 4U View King Cement Masons Concrete Paving $66.91 15J 4U View King Cement Masons Curb & Gutter Machine $67.41 15J 4U View King Cement Masons Curb & Gutter, Sidewalks $66.91 15J 4U View King Cement Masons Curing Concrete $66.91 15J 4U View Firefox https://secure.lni.wa.gov/wagelookup/ 1 of 17 6/13/2022, 10:00 AM King Cement Masons Finish Colored Concrete $67.41 15J 4U View King Cement Masons Floor Grinding $67.41 15J 4U View King Cement Masons Floor Grinding/Polisher $66.91 15J 4U View King Cement Masons Green Concrete Saw, self- powered $67.41 15J 4U View King Cement Masons Grouting of all Plates $66.91 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $66.91 15J 4U View King Cement Masons Gunite Nozzleman $67.41 15J 4U View King Cement Masons Hand Powered Grinder $67.41 15J 4U View King Cement Masons Journey Level $66.91 15J 4U View King Cement Masons Patching Concrete $66.91 15J 4U View King Cement Masons Pneumatic Power Tools $67.41 15J 4U View King Cement Masons Power Chipping & Brushing $67.41 15J 4U View King Cement Masons Sand Blasting Architectural Finish $67.41 15J 4U View King Cement Masons Screed & Rodding Machine $67.41 15J 4U View King Cement Masons Spackling or Skim Coat Concrete $66.91 15J 4U View King Cement Masons Troweling Machine Operator $67.41 15J 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $67.41 15J 4U View King Cement Masons Tunnel Workers $67.41 15J 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $122.46 15J 4C View King Divers & Tenders Diver $122.49 15J 4C 8V View King Divers & Tenders Diver On Standby $81.04 15J 4C View King Divers & Tenders Diver Tender $73.60 15J 4C View King Divers & Tenders Manifold Operator $73.60 15J 4C View King Divers & Tenders Manifold Operator Mixed Gas $78.60 15J 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $73.60 15J 4C View King Divers & Tenders Remote Operated Vehicle Tender $68.64 15J 4C View King Dredge Workers Assistant Engineer $73.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $73.05 5D 3F View King Dredge Workers Boatmen $73.62 5D 3F View King Dredge Workers Engineer Welder $75.03 5D 3F View King Dredge Workers Leverman, Hydraulic $76.53 5D 3F View King Dredge Workers Mates $73.62 5D 3F View King Dredge Workers Oiler $73.05 5D 3F View King Drywall Applicator Journey Level $68.19 15J 4C View King Drywall Tapers Journey Level $67.91 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $35.19 5L 1E View King Electricians - Inside Cable Splicer $97.21 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $104.49 7C 4E View King Electricians - Inside Certified Welder $93.91 7C 4E View King Electricians - Inside Certified Welder (tunnel) $100.86 7C 4E View King Electricians - Inside Construction Stock Person $47.03 7C 4E View Firefox https://secure.lni.wa.gov/wagelookup/ 2 of 17 6/13/2022, 10:00 AM King Electricians - Inside Journey Level $90.59 7C 4E View King Electricians - Inside Journey Level (tunnel) $97.21 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1B View King Electricians - Powerline Construction Cable Splicer $88.89 5A 4D View King Electricians - Powerline Construction Certified Line Welder $81.65 5A 4D View King Electricians - Powerline Construction Groundperson $52.91 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $81.65 5A 4D View King Electricians - Powerline Construction Journey Level Lineperson $81.65 5A 4D View King Electricians - Powerline Construction Line Equipment Operator $70.02 5A 4D View King Electricians - Powerline Construction Meter Installer $52.91 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $81.65 5A 4D View King Electricians - Powerline Construction Powderperson $60.75 5A 4D View King Electronic Technicians Journey Level $59.10 7E 1E View King Elevator Constructors Mechanic $103.81 7D 4A View King Elevator Constructors Mechanic In Charge $112.09 7D 4A View King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $18.25 5B 1R View King Fence Erectors Fence Erector $46.29 15J 4V 8Y View King Fence Erectors Fence Laborer $46.29 15J 4V 8Y View King Flaggers Journey Level $46.29 15J 4V 8Y View King Glaziers Journey Level $72.41 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journey Level $82.02 15H 11C View King Heating Equipment Mechanics Journey Level $91.83 7F 1E View King Hod Carriers & Mason Tenders Journey Level $57.31 15J 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $14.49 1 View King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $14.49 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91 1 View Firefox https://secure.lni.wa.gov/wagelookup/ 3 of 17 6/13/2022, 10:00 AM King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45 1 View King Insulation Applicators Journey Level $68.19 15J 4C View King Ironworkers Journeyman $80.28 7N 1O View King Laborers Air, Gas Or Electric Vibrating Screed $54.62 15J 4V 8Y View King Laborers Airtrac Drill Operator $56.31 15J 4V 8Y View King Laborers Ballast Regular Machine $54.62 15J 4V 8Y View King Laborers Batch Weighman $46.29 15J 4V 8Y View King Laborers Brick Pavers $54.62 15J 4V 8Y View King Laborers Brush Cutter $54.62 15J 4V 8Y View King Laborers Brush Hog Feeder $54.62 15J 4V 8Y View King Laborers Burner $54.62 15J 4V 8Y View King Laborers Caisson Worker $56.31 15J 4V 8Y View King Laborers Carpenter Tender $54.62 15J 4V 8Y View King Laborers Cement Dumper-paving $55.62 15J 4V 8Y View King Laborers Cement Finisher Tender $54.62 15J 4V 8Y View King Laborers Change House Or Dry Shack $54.62 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $55.62 15J 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $54.62 15J 4V 8Y View King Laborers Choker Setter $54.62 15J 4V 8Y View King Laborers Chuck Tender $54.62 15J 4V 8Y View King Laborers Clary Power Spreader $55.62 15J 4V 8Y View King Laborers Clean-up Laborer $54.62 15J 4V 8Y View King Laborers Concrete Dumper/Chute Operator $55.62 15J 4V 8Y View King Laborers Concrete Form Stripper $54.62 15J 4V 8Y View King Laborers Concrete Placement Crew $55.62 15J 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $55.62 15J 4V 8Y View King Laborers Crusher Feeder $46.29 15J 4V 8Y View King Laborers Curing Laborer $54.62 15J 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $54.62 15J 4V 8Y View King Laborers Ditch Digger $54.62 15J 4V 8Y View King Laborers Diver $56.31 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $55.62 15J 4V 8Y View King Laborers Dry Stack Walls $54.62 15J 4V 8Y View King Laborers Dump Person $54.62 15J 4V 8Y View King Laborers Epoxy Technician $54.62 15J 4V 8Y View King Laborers Erosion Control Worker $54.62 15J 4V 8Y View King Laborers Faller & Bucker Chain Saw $55.62 15J 4V 8Y View King Laborers Fine Graders $54.62 15J 4V 8Y View King Laborers Firewatch $46.29 15J 4V 8Y View Firefox https://secure.lni.wa.gov/wagelookup/ 4 of 17 6/13/2022, 10:00 AM King Laborers Form Setter $54.62 15J 4V 8Y View King Laborers Gabian Basket Builders $54.62 15J 4V 8Y View King Laborers General Laborer $54.62 15J 4V 8Y View King Laborers Grade Checker & Transit Person $57.31 15J 4V 8Y View King Laborers Grinders $54.62 15J 4V 8Y View King Laborers Grout Machine Tender $54.62 15J 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $55.62 15J 4V 8Y View King Laborers Guardrail Erector $54.62 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $56.31 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $55.62 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $54.62 15J 4V 8Y View King Laborers High Scaler $56.31 15J 4V 8Y View King Laborers Jackhammer $55.62 15J 4V 8Y View King Laborers Laserbeam Operator $55.62 15J 4V 8Y View King Laborers Maintenance Person $54.62 15J 4V 8Y View King Laborers Manhole Builder-Mudman $55.62 15J 4V 8Y View King Laborers Material Yard Person $54.62 15J 4V 8Y View King Laborers Motorman-Dinky Locomotive $55.62 15J 4V 8Y View King Laborers nozzleman (concrete pump, green cutter when using combination of high pressure air & water on concrete & rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) $57.31 15J 4V 8Y View King Laborers Pavement Breaker $55.62 15J 4V 8Y View King Laborers Pilot Car $46.29 15J 4V 8Y View King Laborers Pipe Layer (Lead)$57.31 15J 4V 8Y View King Laborers Pipe Layer/Tailor $55.62 15J 4V 8Y View King Laborers Pipe Pot Tender $55.62 15J 4V 8Y View King Laborers Pipe Reliner $55.62 15J 4V 8Y View King Laborers Pipe Wrapper $55.62 15J 4V 8Y View King Laborers Pot Tender $54.62 15J 4V 8Y View King Laborers Powderman $56.31 15J 4V 8Y View King Laborers Powderman's Helper $54.62 15J 4V 8Y View King Laborers Power Jacks $55.62 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $55.62 15J 4V 8Y View King Laborers Raker - Asphalt $57.31 15J 4V 8Y View King Laborers Re-timberman $56.31 15J 4V 8Y View King Laborers Remote Equipment Operator $55.62 15J 4V 8Y View King Laborers Rigger/Signal Person $55.62 15J 4V 8Y View King Laborers Rip Rap Person $54.62 15J 4V 8Y View King Laborers Rivet Buster $55.62 15J 4V 8Y View King Laborers Rodder $55.62 15J 4V 8Y View King Laborers Scaffold Erector $54.62 15J 4V 8Y View Firefox https://secure.lni.wa.gov/wagelookup/ 5 of 17 6/13/2022, 10:00 AM King Laborers Scale Person $54.62 15J 4V 8Y View King Laborers Sloper (Over 20")$55.62 15J 4V 8Y View King Laborers Sloper Sprayer $54.62 15J 4V 8Y View King Laborers Spreader (Concrete)$55.62 15J 4V 8Y View King Laborers Stake Hopper $54.62 15J 4V 8Y View King Laborers Stock Piler $54.62 15J 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $46.29 15J 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $55.62 15J 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $55.62 15J 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $55.62 15J 4V 8Y View King Laborers Toolroom Person (at Jobsite) $54.62 15J 4V 8Y View King Laborers Topper $54.62 15J 4V 8Y View King Laborers Track Laborer $54.62 15J 4V 8Y View King Laborers Track Liner (Power)$55.62 15J 4V 8Y View King Laborers Traffic Control Laborer $49.50 15J 4V 9C View King Laborers Traffic Control Supervisor $52.45 15J 4V 9C View King Laborers Truck Spotter $54.62 15J 4V 8Y View King Laborers Tugger Operator $55.62 15J 4V 8Y View King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $142.82 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $147.85 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $151.53 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $157.23 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $159.35 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $164.45 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $166.35 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $168.35 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $170.35 15J 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $57.41 15J 4V 8Y View King Laborers Tunnel Work-Miner $57.41 7A 4V 8Y View King Laborers Tunnel Work-Miner $57.41 15J 4V 8Y View King Laborers Vibrator $55.62 15J 4V 8Y View King Laborers Vinyl Seamer $54.62 15J 4V 8Y View King Laborers Watchman $42.08 15J 4V 8Y View King Laborers Welder $55.62 15J 4V 8Y View King Laborers Well Point Laborer $55.62 15J 4V 8Y View King Laborers Window Washer/Cleaner $42.08 15J 4V 8Y View Firefox https://secure.lni.wa.gov/wagelookup/ 6 of 17 6/13/2022, 10:00 AM King Laborers - Underground Sewer & Water General Laborer & Topman $54.62 15J 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $55.62 15J 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $42.08 15J 4V 8Y View King Landscape Construction Landscape Operator $75.50 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $68.19 15J 4C View King Marble Setters Journey Level $63.32 7E 1N View King Metal Fabrication (In Shop)Fitter/Certified Welder $42.17 15I 11E View King Metal Fabrication (In Shop)General Laborer $30.07 15I 11E View King Metal Fabrication (In Shop)Mechanic $43.63 15I 11E View King Metal Fabrication (In Shop)Welder/Burner $39.28 15I 11E View King Millwright Journey Level $69.74 15J 4C View King Modular Buildings Cabinet Assembly $14.49 1 View King Modular Buildings Electrician $14.49 1 View King Modular Buildings Equipment Maintenance $14.49 1 View King Modular Buildings Plumber $14.49 1 View King Modular Buildings Production Worker $14.49 1 View King Modular Buildings Tool Maintenance $14.49 1 View King Modular Buildings Utility Person $14.49 1 View King Modular Buildings Welder $14.49 1 View King Painters Journey Level $47.70 6Z 2B View King Pile Driver Crew Tender $62.69 15J 4C View King Pile Driver Crew Tender/Technician $62.69 15J 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $85.00 15J 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $90.00 15J 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $94.00 15J 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $106.50 15J 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $108.50 15J 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $110.50 15J 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $112.50 15J 4C View King Pile Driver Journey Level $68.64 15J 4C View King Plasterers Journey Level $64.14 7Q 1R View King Plasterers Nozzleman $67.64 7Q 1R View Firefox https://secure.lni.wa.gov/wagelookup/ 7 of 17 6/13/2022, 10:00 AM King Playground & Park Equipment Installers Journey Level $14.49 1 View King Plumbers & Pipefitters Journey Level $94.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $76.77 15J 11G 8X View King Power Equipment Operators Assistant Engineer $72.20 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $76.09 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $76.09 15J 11G 8X View King Power Equipment Operators Boat Operator $76.87 7A 11H 8X View King Power Equipment Operators Bobcat $72.20 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $72.20 15J 11G 8X View King Power Equipment Operators Brooms $72.20 15J 11G 8X View King Power Equipment Operators Bump Cutter $76.09 15J 11G 8X View King Power Equipment Operators Cableways $76.77 15J 11G 8X View King Power Equipment Operators Chipper $76.09 15J 11G 8X View King Power Equipment Operators Compressor $72.20 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $72.20 15J 11G 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $75.50 15J 11G 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $76.77 15J 11G 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $76.09 15J 11G 8X View King Power Equipment Operators Conveyors $75.50 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and over $79.20 7A 11H 8X View King Power Equipment Operators Cranes, A-frame: 10 tons and under $72.30 7A 11H 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150’ of boom (including jib with attachments) $77.63 7A 11H 8X View King Power Equipment Operators Cranes: 20 tons through 44 tons with attachments $76.19 7A 11H 8X View King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250’ of boom including jib with attachments $78.44 7A 11H 8X View King Power Equipment Operators Cranes: 300 tons and over or 300’ of boom including jib with attachments $79.20 7A 11H 8X View King Power Equipment Operators Cranes: 45 tons through 99 tons, under 150’ of boom(including jib with attachments) $76.87 7A 11H 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $78.44 7A 11H 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 8 of 17 6/13/2022, 10:00 AM King Power Equipment Operators Cranes: through 19 tons with attachments, a-frame over 10 tons $75.60 7A 11H 8X View King Power Equipment Operators Crusher $76.09 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $76.09 15J 11G 8X View King Power Equipment Operators Derricks, On Building Work $76.77 15J 11G 8X View King Power Equipment Operators Dozers D-9 & Under $75.50 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $75.50 15J 11G 8X View King Power Equipment Operators Drilling Machine $77.53 15J 11G 8X View King Power Equipment Operators Elevator and man-lift: permanent and shaft type $72.20 15J 11G 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $76.09 15J 11G 8X View King Power Equipment Operators Forklift: 3000 lbs and over with attachments $75.50 15J 11G 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $76.09 15J 11G 8X View King Power Equipment Operators Gradechecker/Stakeman $72.20 15J 11G 8X View King Power Equipment Operators Guardrail Punch $76.09 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $76.77 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $76.09 15J 11G 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $75.50 15J 11G 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $76.09 15J 11G 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $75.60 7A 11H 8X View King Power Equipment Operators Hydralifts/boom trucks: 10 tons and under $72.30 7A 11H 8X View King Power Equipment Operators Leverman $78.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $76.77 15J 11G 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $76.09 15J 11G 8X View King Power Equipment Operators Loaders, Plant Feed $76.09 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $75.50 15J 11G 8X View King Power Equipment Operators Locomotives, All $76.09 15J 11G 8X View King Power Equipment Operators Material Transfer Device $76.09 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $0.50 per hour over mechanic) $77.53 15J 11G 8X View King Power Equipment Operators Motor Patrol Graders $76.77 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $76.77 15J 11G 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $72.20 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 9 of 17 6/13/2022, 10:00 AM King Power Equipment Operators Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato $75.50 15J 11G 8X View King Power Equipment Operators Overhead, bridge type: 100 tons and over $77.63 7A 11H 8X View King Power Equipment Operators Overhead, bridge type: 45 tons through 99 tons $76.87 7A 11H 8X View King Power Equipment Operators Pavement Breaker $72.20 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $76.09 15J 11G 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $75.50 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $72.20 15J 11G 8X View King Power Equipment Operators Power Plant $72.20 15J 11G 8X View King Power Equipment Operators Pumps - Water $72.20 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $76.77 15J 11G 8X View King Power Equipment Operators Rigger and Bellman $72.30 7A 11H 8X View King Power Equipment Operators Rigger/Signal Person, Bellman(Certified) $75.60 7A 11H 8X View King Power Equipment Operators Rollagon $76.77 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $72.20 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $75.50 15J 11G 8X View King Power Equipment Operators Roto-mill, Roto-grinder $76.09 15J 11G 8X View King Power Equipment Operators Saws - Concrete $75.50 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $76.09 15J 11G 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $75.50 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $76.77 15J 11G 8X View King Power Equipment Operators Service Engineers: Equipment $75.50 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $72.20 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $75.50 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $76.77 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $76.09 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $77.53 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $78.33 15J 11G 8X View King Power Equipment Operators Slipform Pavers $76.77 15J 11G 8X View King Power Equipment Operators Spreader, Topsider & Screedman $76.77 15J 11G 8X View King Power Equipment Operators Subgrader Trimmer $76.09 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $75.50 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 10 of 17 6/13/2022, 10:00 AM King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $78.44 7A 11H 8X View King Power Equipment Operators Tower crane: up to 175' in height base to boom $77.63 7A 11H 8X View King Power Equipment Operators Tower Cranes: over 250’ in height from base to boom $79.20 7A 11H 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $76.77 15J 11G 8X View King Power Equipment Operators Trenching Machines $75.50 15J 11G 8X View King Power Equipment Operators Truck crane oiler/driver: under 100 tons $75.60 7A 11H 8X View King Power Equipment Operators Truck Mount Portable Conveyor $76.09 15J 11G 8X View King Power Equipment Operators Welder $76.77 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $72.20 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper) $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Boat Operator $76.87 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $75.50 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 11 of 17 6/13/2022, 10:00 AM King Power Equipment Operators- Underground Sewer & Water Cranes Friction: 200 tons and over $79.20 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes, A-frame: 10 tons and under $72.30 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150’ of boom (including jib with attachments) $77.63 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 tons through 44 tons with attachments $76.19 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 tons through 44 tons with attachments $76.19 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250’ of boom including jib with attachments $78.44 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300’ of boom including jib with attachments $79.20 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 tons through 99 tons, under 150’ of boom(including jib with attachments) $76.87 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $78.44 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, a-frame over 10 tons $75.60 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Drilling Machine $77.53 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Elevator and man-lift: permanent and shaft type $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 lbs and over with attachments $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: under 3000 lbs. with attachments $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: under 3000 lbs. with attachments $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $76.09 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 12 of 17 6/13/2022, 10:00 AM King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/boom trucks: 10 tons and under $72.30 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/boom trucks: over 10 tons $75.60 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Leverman $78.33 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics: All (Leadmen - $0.50 per hour over mechanic) $77.53 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type: 100 tons and over $77.63 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type: 45 tons through 99 tons $76.87 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $72.20 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 13 of 17 6/13/2022, 10:00 AM King Power Equipment Operators- Underground Sewer & Water Pumps - Water $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $72.30 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman(Certified) $75.60 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $77.53 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $78.33 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175' through 250' in height, base to boom $78.44 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Tower crane: up to 175' in height base to boom $77.63 7A 11H 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 14 of 17 6/13/2022, 10:00 AM King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250’ in height from base to boom $79.20 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Trenching Machines $75.50 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver: 100 tons and over $76.19 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Truck crane oiler/driver: under 100 tons $75.60 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $76.09 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Welder $76.77 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $72.20 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $76.09 15J 11G 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $57.22 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $54.32 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $57.22 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $51.18 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $38.99 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $90.01 6Z 1G View King Residential Brick Mason Journey Level $63.32 7E 1N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $68.19 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Applicators Journey Level $28.18 1 View King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers & Pipefitters Journey Level $94.69 6Z 1G View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $90.01 6Z 1G View King Residential Sheet Metal Workers Journey Level $91.83 7F 1E View King Residential Soft Floor Layers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $53.04 5C 2R View Firefox https://secure.lni.wa.gov/wagelookup/ 15 of 17 6/13/2022, 10:00 AM King Residential Stone Masons Journey Level $63.32 7E 1N View King Residential Terrazzo Workers Journey Level $58.71 7E 1N View King Residential Terrazzo/Tile Finishers Journey Level $24.39 1 View King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $59.05 5A 3H View King Roofers Using Irritable Bituminous Materials $62.05 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $91.83 7F 1E View King Shipbuilding & Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $82.02 15H 11C View King Shipbuilding & Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Welder / Burner $39.58 7V 1 View King Shipbuilding & Ship Repair Ship Repair Boilermaker $47.45 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $48.92 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $82.02 15H 11C View King Shipbuilding & Ship Repair Ship Repair Laborer $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $47.45 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical) Journey Level $53.62 0 1 View King Sign Makers & Installers (Non- Electrical) Journey Level $34.42 0 1 View Firefox https://secure.lni.wa.gov/wagelookup/ 16 of 17 6/13/2022, 10:00 AM King Soft Floor Layers Journey Level $54.41 5A 3J View King Solar Controls For Windows Journey Level $14.49 1 View King Sprinkler Fitters (Fire Protection) Journey Level $89.49 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $14.49 1 View King Stone Masons Journey Level $63.32 7E 1N View King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View King Surveyors Assistant Construction Site Surveyor $75.60 7A 11H 8X View King Surveyors Chainman $72.30 7A 11H 8X View King Surveyors Construction Site Surveyor $76.87 7A 11H 8X View King Surveyors Drone Operator (when used in conjunction with survey work only) $72.30 7A 11H 8X View King Surveyors Ground Penetrating Radar Operator $72.30 7A 11H 8X View King Telecommunication Technicians Journey Level $59.10 7E 1E View King Telephone Line Construction - Outside Cable Splicer $38.27 5A 2B View King Telephone Line Construction - Outside Hole Digger/Ground Person $25.66 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $31.96 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $36.17 5A 2B View King Terrazzo Workers Journey Level $58.71 7E 1N View King Tile Setters Journey Level $58.71 7E 1N View King Tile, Marble & Terrazzo Finishers Finisher $49.54 7E 1N View King Traffic Control Stripers Journey Level $50.51 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $69.95 15J 11I 8L View King Truck Drivers Asphalt Mix To 16 Yards $69.11 15J 11I 8L View King Truck Drivers Dump Truck $69.11 15J 11I 8L View King Truck Drivers Dump Truck & Trailer $69.95 15J 11I 8L View King Truck Drivers Other Trucks $69.95 15J 11I 8L View King Truck Drivers - Ready Mix Transit Mix $69.95 15J 11I 8L View King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 View King Well Drillers & Irrigation Pump Installers Oiler $14.49 1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 View Firefox https://secure.lni.wa.gov/wagelookup/ 17 of 17 6/13/2022, 10:00 AM Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 1 of 15 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 2 of 15 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 3 of 15 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 4 of 15 Overtime Codes Continued 4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 5 of 15 Overtime Codes Continued 4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 6 of 15 Overtime Codes Continued 4. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Z. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. 11. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00 am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 7 of 15 Overtime Codes Continued 11. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of nine (9) hours or more. When an employee returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period. H. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of ten (10) hours or more. When an employee returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 8 of 15 Overtime Codes Continued 11. I. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours, and all work performed on holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional two dollar ($2.00) per hour for all hours worked that shift. J. All hours worked on holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, An d Christmas Day (7). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 9 of 15 Holiday Codes Continued Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 10 of 15 Holiday Codes Continued 7. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 11 of 15 Holiday Codes Continued 7. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 12 of 15 Holiday Codes Continued 7. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 15. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). When the following holidays fall on a Saturday (New Year’s Day, Independence Day, and Christmas Day) the preceding Friday will be considered as the holiday; should they fall on a Sunday, the following Monday shall be considered as the holiday. I. Holidays: New Year's Day, President’s Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the last regular workday before Christmas (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. J. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 13 of 15 Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 14 of 15 Note Codes Continued 8. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premiu m will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. Benefit Code Key – Effective 3/3/2022 thru 8/30/2022 (Updated 6/1/2022) 15 of 15 Note Codes Continued 9. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. City of Renton Contract Provisions for 2022 Overlay ______________________________________________________________________________ APPENDIX B. CITY OF RENTON STANDARD PLANS 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 NOTES: 1. Not used . 2 . All ramp and landing edges shall be separately formed. 3. Utilities structures that must remain are to be made non-slip or non-skid. 4 . Utilities structures such as vaults and junction boxes shall not be located in the Pedestrian Access Route (PAR) of the Pedestrian Circulation Route. 5. Drainage appurtenances, such as manholes, catch basins , etc. shall not be located in the PAR. These should be located in the street or the buffer strip. 6. Accessible pedestrian access shall be provided for during construction . PUBLIC WORKS DEPARTMENT UTILITY PLACEMENT IN CEMENT CONCRETE SIDEWALK STD. PLAN 102.1 Gregg Zimmerman, Public Works Administrator 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 CURB LANE LANE LANE CURB LANE CENTER CENTER IN IN LANE LANE 10' 8 '(TYP.)-STRIPE 6"MIN.(TYP.) 24 8' (TYP.)-OPEN LANE (TYP') LANE B"(TYP.)-STRIPE CONCRETE LINE LINE GUTTER TIREl I TIRE TIRE TIRE TRACKS TRACKS TRACKS TRACKS TYPICAL 4 -LANE ROADWAY CONFIGURATION NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. TY n + PUBLIC WORKS THERMOPLASTIC/PAINTED ROVE' P — 127 DEPARTMENT CROSSWALK M FNT o 4TE 16"WHITE THERMOPLASTIC THERMOPLASTIC/PAINTED STD. PLAN- 128 PUBLIC WORKS PARALLEL CROSSWALK APPROVED: cm)+DEPARTMENT 64 9 nems 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/ FRAME AND VANED GRATE ADJUSTMENT SECTION NOTES: 1.THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL THE FINAL ELEVATION OF THE PAVEMENT, GUTTER, DITCH, OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED, AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO MORTAR IN PLACE IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION 7-05.3. 2.SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED. 3.A CONTINUOUS LAYER OF MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT. 4.ONLY BY APPROVAL OF THE CITY, THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR 12 BOND. 5.BASE SECTION SHALL BE SEALED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH MORTAR. 6.MORTAR SHALL MEET THE REQUIREMENTS OF WSDOT/APWA STANDARD SPECIFICATION 9-04.3. 7.PICK / LIFTING HOLES ARE TO BE GROUTED WATER TIGHT. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 9.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 10.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. BASE SECTION SEE NOTE 4 CLEAN SURFACE AND BOTTOM AREA. PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE MORTARED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION CATCH BASIN INSTALLATION STD. PLAN - 202.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: 1.THIS FRAME IS DESIGNED TO ACCOMMODATE 20" × 24" GRATES OR COVERS,SEE STANDARD PLANS 204.10, 204.20, 204.30, AND 204.40.2. BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS.THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT- DOWN HOLES VARIES BY MANUFACTURER.3. REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. GRATE FRAME SEE NOTE 2 RECESSED ALLEN HEAD CAP SCREW 5/ 8" - 11 NC x 2"SECTION A DETAIL TOP ISOMETRIC VIEW BOLT- DOWN HOLE (TYP.) ~ 5/8",11 NC, SEE DETAIL AND NOTE 2 29 1/4"25 1/4"SECTION BOLT-DOWN DETAIL 24 1/4"SEE DETAIL 3/ 4"4 1/2"1 5/8"2 1/2"1 5/8"1 1/4"3/ 4"7/ 8"1/ 8"ARECTANGULAR FRAME STD. PLAN - 204.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg ZimmermanPublic Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/ 28/2018 | 9:45 AM PDT NOTES: ISOMETRIC SECTION B TOPFOUNDRY NAMEDIFLOW SECTION A 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. FLOWFLOWBOLT-DOWN SLOT DETAIL SEE NOTE 1 1/2" 3/4" 1 1/4" 5/8" BOLT-DOWN SLOT, SEE DETAIL AND NOTE 1 20" 5" 5" 5" 3" 1" 3" 5" 5" 5" DIRECTION OF FLOW 24" 7 OR 8 EQUAL SPACES 1 5/8" MAX. A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR VANED GRATE STD. PLAN - 204.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT ISOMETRIC NOTES: 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.USE ONLY IN SAGS ON VERTICAL CURVES. 4.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" 24" 1 5/8" MAX. 4 EQUAL SPACES 4 EQUAL SPACES A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR BI-DIRECTIONAL VANED GRATE STD. PLAN - 204.30 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 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 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 RIGID PIPE NOTES: 1.PIPE COMPACTION LIMITS SHOWN ON THIS PLAN ARE FOR PIPE CONSTRUCTION IN AN EMBANKMENT. FOR PIPE CONSTRUCTION IN A TRENCH, THE HORIZONTAL LIMITS OF THE PIPE COMPACTION ZONE SHALL BE THE WALLS OF THE TRENCH. 2.O.D. IS EQUAL TO THE OUTSIDE DIAMETER OF A PIPE OR THE OUTSIDE SPAN OF PIPE-ARCH. 3.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 4.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 5.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) CIRCULAR PIPE FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 SPAN 6" PIPE - ARCH 6" PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? CORRUGATED STEEL PIPE 2.0 YES YES YES SPIRAL RIB STEEL PIPE 2.0 YES YES YES PLAIN CONCRETE PIPE (PCP)2.0 NO YES NO REINFORCED CONCRETE PIPE RCP) 1.0 YES YES NO CORRUGATED OR SPIRAL RIB ALUMINUM PIPE 2.0 YES YES NO DUCTILE IRON PIPE 1.0 YES YES YES FOUNDATION LEVEL RISE TRENCH WIDTH, SEE NOTE 3 CIRCULAR PIPE DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" PIPE-ARCH SPAN MINIMUM DISTANCE BETWEEN BARRELS 18" TO 36"12" 43" TO 142"SPAN / 3 148" TO 199"48" TRENCH WIDTH, SEE NOTE 3 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 PIPE ZONE BEDDING AND COMPACTION - RIGID PIPE STD. PLAN - 220.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT FLEXIBLE PIPE NOTES: 1.PROVIDE UNIFORM SUPPORT UNDER BARRELS. 2.HAND TAMP UNDER HAUNCHES. 3.DIRECTLY OVER PIPE, HAND TAMP ONLY. 4.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 5.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 6.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. SEE NOTE 4, LIMIT OF PIPE ZONE 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 5 FLEXIBLE PIPE PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? LINE CORRUGATED POLYETHYLENE PIPE (LCPE)2.0 YES YES YES CORRUGATED POLYETHYLENE PIPE CPE) - TRIPLE WALL 2.0 YES YES YES POLYVINYL CHLORIDE PIPE (PVC)3.0 YES YES YES SOLID WALL HIGH DENSITY POLYETHYLENE PIPE (HDPE)2.0 YES YES YES DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 6 PIPE ZONE BEDDING AND COMPACTION - FLEXIBLE PIPE STD. PLAN - 220.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT 12" MIN. 6" MIN. , SEE NOTE 4 EXISTING PAVEMENT SURFACE SURFACE RESTORATION AS SPECIFIED IN CONTRACT DOCUMENTS CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), "BANK RUN GRAVEL FOR TRENCH BACKFILL" PER WSDOT STD. SPEC 9-03.19, OR "GRAVEL BORROW" PER WSDOT STD. SPEC 9-03.14(1), COMPACTED TO 95% OF MAXIMUM DENSITY BENCH AS NEEDED FOR SHORING SYSTEM WHEN DEPTH IS 4' OR GREATER PIPE ZONE BEDDING AND BACKFILL PER STD. PLANS 220.00 AND 220.10 PIPE NEAT LINE TRENCH UNPAVED AREAS PAVED AREAS SEE NOTE 1 NOTES: 1.SEE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 2-09.4 FOR MEASUREMENT OF TRENCH WIDTH. 2.EXCAVATIONS OVER 4' DEEP SHALL COMPLY WITH THE SAFETY STANDARD DESCRIBED IN CHAPTER 295- 155 PART N OF THE WAC. 3.MAXIMUM BACKFILL DEPTH ABOVE PIPE SHALL NOT BE EXCEEDED, AS DETERMINED BY PIPE MANUFACTURER. 4.IN PAVED AREAS, IF PIPE HAS LESS THAN 3' OF COVER, USE "CRUSHED SURFACING TOP COURSE" FOR THE ENTIRE BACKFILL DEPTH ABOVE PIPE ZONE. 5.SEE CONSTRUCTION PLANS FOR SPECIFIC PROJECT REQUIREMENTS. SEE STANDARD PLANS 110, 110.1, 110.2, AND 111 FOR PAVEMENT RESTORATION REQUIREMENTS CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), COMPACTED TO 95% OF MAXIMUM DENSITY TYPICAL TRENCH AND BACKFILL STD. PLAN - 220.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT EROSION AND SEDIMENT CONTROL STANDARD PLAN NOTES STD. PLAN - 268.00 EROSION AND SEDIMENT CONTROL (ESC) STANDARD PLAN NOTES: THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE EROSION AND SEDIMENT CONTROL (ESC) PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE ESC STANDARD PLAN NOTES. 1.BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE-CONSTRUCTION MEETING SHALL BE HELD AMONG THE CITY OF RENTON, HEREBY REFERRED TO AS THE CITY, THE APPLICANT, AND THE APPLICANT'S CONTRACTOR. 2.THE APPLICANT IS RESPONSIBLE FOR OBTAINING THE WASHINGTON STATE DEPARTMENT OF ECOLOGY ( ECOLOGY) CONSTRUCTION STORMWATER GENERAL PERMIT, IF IT IS REQUIRED FOR THE PROJECT. THE APPLICANT SHALL PROVIDE THE CITY COPIES OF ALL MONITORING REPORTS PROVIDED TO ECOLOGY ASSOCIATED WITH THE CONSTRUCTION STORMWATER GENERAL PERMIT. 3.THE ESC PLAN SET SHALL INCLUDE AN ESC CONSTRUCTION SEQUENCE DETAILING THE ORDERED STEPS THAT SHALL BE FOLLOWED FROM CONSTRUCTION COMMENCEMENT TO POST-PROJECT CLEANUP IN ORDER TO FULFILL PROJECT ESC REQUIREMENTS. 4.THE BOUNDARIES OF THE CLEARING LIMITS, SENSITIVE AREAS AND THEIR BUFFERS, AND AREAS OF VEGETATION PRESERVATION AND TREE RETENTION AS PRESCRIBED ON THE PLAN(S) SHALL BE CLEARLY DELINEATED BY FENCING AND PROTECTED IN THE FIELD IN ACCORDANCE WITH APPENDIX D OF THE CITY OF RENTON SURFACE WATER DESIGN MANUAL (RENTON SWDM) PRIOR TO THE START OF CONSTRUCTION. DURING THE CONSTRUCTION PERIOD, NO DISTURBANCE BEYOND THE CLEARING LIMITS SHALL BE PERMITTED. THE CLEARING LIMITS SHALL BE MAINTAINED BY THE APPLICANT/ESC SUPERVISOR FOR THE DURATION OF CONSTRUCTION. 5.STABILIZED CONSTRUCTION ENTRANCES SHALL BE INSTALLED AT THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE PROJECT. ADDITIONAL MEASURES, SUCH AS CONSTRUCTED WHEEL WASH SYSTEMS OR WASH PADS, MAY BE REQUIRED TO ENSURE THAT ALL PAVED AREAS ARE KEPT CLEAN AND TRACK-OUT TO ROAD RIGHT OF WAY DOES NOT OCCUR FOR THE DURATION OF THE PROJECT. IF SEDIMENT IS TRACKED OFFSITE, PUBLIC ROADS SHALL BE CLEANED THOROUGHLY AT THE END OF EACH DAY, OR MORE FREQUENTLY DURING WET WEATHER, AS NECESSARY TO PREVENT SEDIMENT FROM ENTERING WATERS OF THE STATE. 6.WASHOUT FROM CONCRETE TRUCKS SHALL BE PERFORMED OFF-SITE OR IN DESIGNATED CONCRETE WASHOUT AREAS ONLY. DO NOT WASH OUT CONCRETE TRUCKS ONTO THE GROUND, OR TO STORM DRAINS OR OPEN DITCHES. ON-SITE DUMPING OF EXCESS CONCRETE SHALL ONLY OCCUR IN DESIGNATED CONCRETE WASHOUT AREAS. 7.ALL REQUIRED ESC BMPS SHALL BE CONSTRUCTED AND IN OPERATION PRIOR TO LAND CLEARING AND/OR CONSTRUCTION TO PREVENT TRANSPORTATION OF SEDIMENT TO SURFACE WATER, DRAINAGE SYSTEMS AND ADJACENT PROPERTIES. ALL ESC BMPS SHALL BE MAINTAINED IN A SATISFACTORY CONDITION UNTIL SUCH TIME THAT CLEARING AND/OR CONSTRUCTION IS COMPLETE AND POTENTIAL FOR ON-SITE EROSION HAS PASSED. ALL ESC BMPS SHALL BE REMOVED AFTER CONSTRUCTION IS COMPLETED AND THE SITE HAS BEEN STABILIZED TO ENSURE POTENTIAL FOR ON-SITE EROSION DOES NOT EXIST. THE IMPLEMENTATION, MAINTENANCE, REPLACEMENT, ENHANCEMENT, AND REMOVAL OF ESC BMPS SHALL BE THE RESPONSIBILITY OF THE APPLICANT. 8.ANY HAZARDOUS MATERIALS OR LIQUID PRODUCTS THAT HAVE THE POTENTIAL TO POLLUTE RUNOFF SHALL BE DISPOSED OF PROPERLY. 9.THE ESC BMPS DEPICTED ON THIS DRAWING ARE INTENDED TO BE MINIMUM REQUIREMENTS TO MEET ANTICIPATED SITE CONDITIONS. AS CONSTRUCTION PROGRESSES AND UNEXPECTED OR SEASONAL CONDITIONS DICTATE, THE APPLICANT SHALL ANTICIPATE THAT MORE ESC BMPS WILL BE NECESSARY TO ENSURE COMPLETE SILTATION CONTROL ON THE PROPOSED SITE. DURING THE COURSE OF CONSTRUCTION, IT SHALL BE THE OBLIGATION AND RESPONSIBILITY OF THE APPLICANT TO ADDRESS ANY NEW CONDITIONS THAT MAY BE CREATED BY THE ACTIVITIES AND TO PROVIDE ADDITIONAL ESC BMPS, OVER AND ABOVE MINIMUM REQUIREMENTS, AS MAY BE NEEDED, TO PROTECT ADJACENT PROPERTIES AND WATER QUALITY OF THE RECEIVING DRAINAGE SYSTEM. 10.APPROVAL OF THIS PLAN IS FOR ESC ONLY. IT DOES NOT CONSTITUTE AN APPROVAL OF STORM DRAINAGE DESIGN, SIZE NOR LOCATION OF PIPES, RESTRICTORS, CHANNELS, OR STORMWATER FACILITIES. 11.ANY DEWATERING SYSTEM NECESSARY FOR THE CONSTRUCTION OF STORMWATER FACILITIES SHALL BE SUBMITTED TO THE CITY FOR REVIEW AND APPROVAL. 12.ANY AREAS OF EXPOSED SOILS, INCLUDING ROADWAY EMBANKMENTS, THAT WILL NOT BE DISTURBED FOR TWO DAYS DURING THE WET SEASON (OCTOBER 1ST THROUGH APRIL 30TH) OR SEVEN DAYS DURING THE DRY SEASON (MAY 1ST THROUGH SEPTEMBER 30TH) SHALL BE IMMEDIATELY STABILIZED WITH THE APPROVED ESC COVER METHODS (E.G., SEEDING, MULCHING, PLASTIC COVERING, ETC.) IN CONFORMANCE WITH APPENDIX D OF THE RENTON SWDM. 13.WET SEASON ESC REQUIREMENTS APPLY TO ALL CONSTRUCTION SITES BETWEEN OCTOBER 1ST AND APRIL 30TH, UNLESS OTHERWISE APPROVED BY THE CITY. 14.ANY AREA NEEDING ADDITIONAL ESC MEASURES, NOT REQUIRING IMMEDIATE ATTENTION, SHALL BE ADDRESSED WITHIN SEVEN (7) DAYS. 15.THE ESC BMPS ON INACTIVE SITES SHALL BE INSPECTED AND MAINTAINED AT A MINIMUM OF ONCE A MONTH OR WITHIN 24 HOURS FOLLOWING A STORM EVENT. INSPECTION AND MAINTENANCE SHALL OCCUR MORE FREQUENTLY AS REQUIRED BY THE CITY. 16.BEFORE COMMENCEMENT OF ANY CONSTRUCTION ACTIVITY, CATCH BASIN INSERTS PER THE CITY STANDARD PLAN 216.30 SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE INLET WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. ALL CATCH BASIN INSERTS SHALL BE PERIODICALLY INSPECTED AND REPLACED AS NECESSARY TO ENSURE FULLY FUNCTIONING CONDITION. 17.AT NO TIME SHALL SEDIMENT ACCUMULATION EXCEED 2/3 OF THE CAPACITY OF THE CATCH BASIN SUMP. ALL CATCH BASINS AND CONVEYANCE LINES SHALL BE CLEANED PRIOR TO PAVING. THE CLEANING OPERATION SHALL NOT FLUSH SEDIMENT-LADEN WATER INTO THE DOWNSTREAM SYSTEM. 18.ANY PERMANENT STORMWATER FACILITY LOCATION USED AS A TEMPORARY SETTLING BASIN SHALL BE MODIFIED WITH THE NECESSARY ESC BMPS AND SHALL PROVIDE ADEQUATE STORAGE CAPACITY. IF THE TEMPORARY FACILITY IS TO ULTIMATELY FUNCTION AS AN INFILTRATION SYSTEM IN ITS PERMANENT STATE, THE TEMPORARY FACILITY SHALL BE ROUGH GRADED SO THAT THE BOTTOM AND SIDES ARE AT LEAST THREE FEET ABOVE THE FINAL GRADE OF THE PERMANENT FACILITY. 19.AREAS DESIGNATED ON THE PLAN(S) CONTAINING EXISTING STORMWATER FACILITIES OR ON-SITE BMPS (AMENDED SOILS, BIORETENTION, PERMEABLE PAVEMENT, ETC.) SHALL BE CLEARLY FENCED AND PROTECTED USING ESC BMPS TO AVOID SEDIMENTATION AND COMPACTION DURING CONSTRUCTION. 20.PRIOR TO THE BEGINNING OF THE WET SEASON (OCTOBER 1ST), ALL DISTURBED AREAS SHALL BE INSPECTED TO IDENTIFY WHICH ONES SHALL BE SODDED OR SEEDED IN PREPARATION FOR THE WINTER RAINS. DISTURBED AREAS SHALL BE SODDED OR SEEDED WITHIN ONE WEEK OF THE BEGINNING OF THE WET SEASON. AN EXHIBIT OF THOSE AREAS TO BE SODDED OR SEEDED AND THOSE AREAS TO REMAIN UNCOVERED SHALL BE SUBMITTED TO THE CITY FOR REVIEW. 21.PRIOR TO FINAL CONSTRUCTION ACCEPTANCE, THE PROJECT SITE SHALL BE STABILIZED TO PREVENT SEDIMENT-LADEN WATER FROM LEAVING THE PROJECT SITE, ALL ESC BMPS SHALL BE REMOVED, AND STORMWATER CONVEYANCE SYSTEMS, FACILITIES, AND ON-SITE BMPS SHALL BE RESTORED TO THEIR FULLY FUNCTIONING CONDITION. ALL DISTURBED AREAS OF THE PROJECT SITE SHALL BE VEGETATED OR OTHERWISE PERMANENTLY STABILIZED. AT A MINIMUM, DISTURBED AREAS SHALL BE SODDED OR SEEDED AND MULCHED TO ENSURE THAT SUFFICIENT COVER WILL DEVELOP SHORTLY AFTER FINAL APPROVAL. MULCH WITHOUT SEEDING IS ADEQUATE FOR AREAS TO BE LANDSCAPED BEFORE OCTOBER 1ST. 22.ROCKERIES ARE CONSIDERED TO BE A METHOD OF BANK STABILIZATION AND EROSION CONTROL. ROCKERIES SHALL NOT BE CONSTRUCTED TO SERVE AS RETAINING WALLS. ALL ROCKERIES IN CITY ROAD RIGHTS-OF-WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH CITY STANDARDS. ROCKERIES OUTSIDE OF ROAD RIGHTS-OF-WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE INTERNATIONAL BUILDING CODE. PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT City of Renton Contract Provisions for 2022 Overlay ______________________________________________________________________________ APPENDIX C. WSDOT STANDARD PLANS en z w 0:: w ID ....1 ....1 iii ~ ~ 0 BACKFILLED & COMPACTED NATIVE SOIL NOTE POST -SEE STD. SPEC. 8-01.3(9)A FASTEN GEOTEXTILE TO POST EVERY 6" (IN.) O.C. SELF-LOCKING TIE-NYLON 6/6 (MIN. GRADE), 120# MIN. TENSILE STRENGTH, UV STABILIZED DURING EXCAVATION, MINIMIZE DISTURBING THE GROUND AROUND TRENCH AS MUCH AS IS FEASIBLE, AND SMOOTH SURFACE FOLLOWING EXCAVATION TO AVOID CONCENT- RATING FLOWS. COMPACTION MUST BE ADEQUATE TO PREVENT UNDERCUTTING FLOWS. TYPICAL INSTALLATION DETAIL (STEEL POSTS SHOWN) TYPICAL HIGH VISIBILITY SILT FENCE WITHOUT BACKUP SUPPORT ISOMETRIC (STEEL POSTS SHOWN) NOTES 1. Install the ends of the high visibility silt fence to point slightly upslope to prevent sediment from flowing around the ends of the fence . 2. Perform maintenance in accordance with Standard Specifications 8-01.3{9)A and 8-01.3{15). 3. Splices shall never be placed in low spots or sump locations. If splices are located in low or sump areas, the fence may need to be reinstalled unless the Project Engineer approves the installation. 4. Install silt fencing parallel to mapped contour lines. GEOTEXTILE FOR HIGH VISIBILITY SILT FENCE COLOR-ORANGE -SEE STANDARD SPECIFICATION SECTION 9-33.2 (1), TABLE 6 POST- WOOD OR STEEL (TYPICAL) STATE OF WASHINGTON REGISTERED LANDSCAPE ARCHITECT FASTEN GEOTEXTILE TO POST EVERY 6" (IN.) O.C. ANORA L.SALISBURY CERTIFICATE NO. 000860 ,...-------NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCU- MENT BUT AN ElECTRONIC DUPLICA 1E. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLfCATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPART- MENT OF TRANSPORTATION. A COPY MAY BE OBTAINED UPON REQUEST. SPLICED FENCE SECTIONS SHALL BE CLOSE ENOUGH TOGETHER TO PREVENT SILT LADEN WATER FROM ESCAPING THROUGH THE FENCE AT THE OVERLAP. JOINING SECTIONS SHALL NOT BE PLACED IN LOW SPOTS OR IN SUMP LOCATIONS. SPLICE DETAIL (WOOD POSTS SHOWN) HIGH VISIBILITY SILT FENCE STANDARD PLAN 1-30.17-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich Ill 3122113 STATE DESIGN ENGINEER DATE ...... ... Washington State Department of Transportation APPROVED FOR PUBLICATION Washington State Department of Transportation STATE DESIGN ENGINEER 1. 2. NOTES SECTION A TRENCH ~ SEE NOTE 1 3" MIN.4" MAX.PLAN VIEW 1. 2. 3. 4. NOTES 5. 6. A SECTION A WATTLE DETAIL WATTLE TRENCH ~ SEE NOTE 1 LENGTH VARIES 10" - 12" DIAM.3" MIN.4" MAX.DRAWN BY: FERN LIDDELLOVERLAP (TYP.) 12" MINIMUM MINIMUM 8" DIAMETER12" MINIMUMWATTLE INSTALLATION ON SLOPES 7. TRAPPING (TYP.) AREA AVAILABLE FOR SEDIMENT SPACING TABLE (TYP.) SPACING VARIES ~ SEE WATTLE TIE-DOWN METHOD ALLOWABLE ALTERNATIVE CONTOUR LINE (TYP.) SEE DETAIL WATTLE (TYP.) ~ WOODEN STAKE (TYP.) 2" (IN) × 2" (IN) × 24" (IN) TO PREVENT FLOW AROUND WATTLE (TYP.) ANGLE TERMINAL END UPHILL 24" (IN) TO 48" (IN) - 15' - 0" 20' - 0" 10' - 0" 5' - 0" 5' - 0" 10' - 0" 15' - 0" WATTLE SPACING TABLE SLOPE SLOPEMAX. SPACING MAX. SPACING 2H : 1V 3H : 1V 4H : 1V 2H : 1V 1H : 1V 3H : 1V 4H : 1V - OF WATTLE 1/3 DIAMETER (TYP.) UN-TREATED WOODEN STAKE 2" (IN) × 2" (IN)× 24" (IN) MIN. ~ 8" - 10" OR 10" - 12" DIAM. for removal. Standard Specification, Section 8-01.3(16)Refer to Specification, Section 8-01.3(15). Standard Perform maintenance in accordance with entrenched and in contact with the soil. a rainfall produces runoff, to ensure they remain thoroughly Wattles shall be inspected regularly, and immediately after Install Wattle perpendicular to flow along contours. Additional staking may be necessary to prevent undercutting. Compact excavated soil and trenches to prevent undercutting. ends 12" (in) behind one another and securely tie together. Securely knot each end of Wattle. Overlap adjacent Wattle ).Section 8-01.3(10 Standard Specification, shall be in accordance with Install Wattles along contours. Installation Section 9-14.5(5). Standard Specification, Wattles shall be in accordance with TEMPORARY PERMANENT ON SLOPE WATTLE INSTALLATION STANDARD PLAN I-30.30-02 SHEET 1 OF 1 SHEET OVERLAPS (TYP.) STAGGER MIN.24" O.C.SPACING NOT G NIHSAW FO ET ATSGIW TRAH EED IL UJTCETIHCRA EPACS DNAL 1202/12/60 .PXE 22 41 .ON DRAWN BY: LISA CYFORDNOTES 1. 2. 3. 4. OVERFLOW BYPASS 5" MAX. GRATE FRAME FILTERED WATER SEDIMENT AND DEBRIS APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation SHEET 1 OF 1 SHEET STORM DRAIN INLET PROTECTION STANDARD PLAN I-40.20-00 DRAINAGE GRATE OVERFLOW BYPASS (TYP.) DRAINAGE GRATE ~ RECTANGULAR GRATE SHOWN ISOMETRIC VIEW RETRIEVAL SYSTEM (TYP.) TRIM BELOW INLET GRATE DEVICE SECTION VIEW NOT TO SCALE Size the Below Inlet Grate Device (BIGD) for the storm water structure it will service. The BIGD shall have a built-in high-flow relief system (overflow bypass). The retrieval system must allow removal of the BIGD without spilling the collected material. Perform maintenance in accordance with Standard Specification 8-01.3(15). BELOW INLET GRATE DEVICE STATE OF WASHINGTON REGISTERED LANDSCAPE ARCHITECT CERTIFICATE NO. 000598 MARK W. MAURER Pasco Bakotich III 09-20-07 MENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPART- MENT OF TRANSPORTATION. A COPY MAY BE OBTAINED UPON REQUEST. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCU- ...I ...I w 0 0 :J z 0:: w u. SEE CONTRACT FOR LENGTH OF STORAGE LANE 50' ...I SEE CONTRACT FOR LENGTH OF STORAGE LANE 50' ...I 50' WIDE LANE LINE B APPROACH TAPER (SEE CONTRACT) DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) OPTIONAL DOTTED EXTENSION LINE WHITE EDGE LINE LEFT-TURN CHANNELIZATION SYMMETRICAL WIDENING ABOUT CENTERLINE 50' B OPTIONAL DOTTED EXTENSION LINE DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) ...I 50' CENTERLINE STRIPE -SEE NOTES B NOTES 1. The channelization shown on this plan assumes optimal roadway geometric design. The dimensions may vary to fit existing conditions. See Contract. 2. The channelization shown on this plan is for a two-lane highway. The channelization plan may be used on four-lane undivided highways, with the appropriate considerations. 3. Centerline striping on the approach to raised channelization shall be No Pass in accordance with MUTCD figure 38-15. Centerline striping on the departure from raised channelization shall be determined by an engineering study. 4. Centerline striping on the approach to and departure from painted channel­ization shall be determined by an engineering study. 5. Centerline striping on four-lane undivided highways shall be a double centerline. 6. The two Type 2L (SL) Traffic Arrows shown in the left-turn storage lane are optional, but recommended. Arrows may be added for longer storage lanes or deleted for shorter storage lanes. See Contract Plans . OPTIONAL DOTTED EXTENSION LINE LEGEND I DOUBLE CENTERLINE (YELLOW) OPTIONAL MARKED DECELERATION TAPER L = Lane Width. See Contract for specified lane widths. ~ Type 2L (SL) Traffic Arrow POSTED DIMENSION SPEED B 60MPH 60' 55MPH 55' SO MPH 50' STOPPING POINT FOR ~c:~::::~~::~=~~=~:~·=·-:·=:·-=·:·:·:-·1s::::::s.;:=t:==================~~==~~::::::::r~~3:::J 45MPH 45' 40MPH 40' LEFT TURN LANE STOPPING POINT FOR WIDE LANE LINE SEE CONTRACT FOR LENGTH OF STORAGE LANE 50' ...I 50' B WHITE EDGE LINE APPROACH TAPER (SEE CONTRACT) LEFT-TURN CHANNELIZATION ASYMMETRICAL WIDENING LEFT OF CENTERLINE APPROACH TAPER (SEE CONTRACT) DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) CENTERLINE STRIPE -SEE NOTES CENTERLINE STRIPE -SEE NOTES LEFT TURN LANE ~~===3;:=:s::3::__::_~-=~=~b:_==:z======================-~~~ ...... --=~J,;;;::::::J_,J,L---J WIDE LANE LINE OPTIONAL DOTTED EXTENSION LINE WHITE EDGE LINE LEFT-TURN CHANNELIZATION ASYMMETRICAL WIDENING RIGHT OF CENTERLINE 35MPH 35' 30MPH 30' 25MPH 25' 20MPH 20' R7 t 1. / / / Walsh, Brian V-{J./v-,c.__ Sep 23 2020 1:54 PM LEFT TURN CHANNELIZATION STANDARD PLAN M-3.10-04 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION ~---STATE DESIGN ENGINEER .... VI Washington State Department of Transportation (EXI   0 a:: 0 u. >­<.) <{ en ::i STOPPING POINT FOR LEFT TURN LANE STOPPING POINT FOR LEFT TURN LANE 50' WIDE LANE LINE H APPROACH TAPER G WHITE EDGE LINE ....I DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) CENTERLINE STRIPE -SEE NOTES OPTIONAL DOTTED EXTENSION LINE LEFT-TURN CHANNELIZATION REDUCED TAPER LENGTHS -SYMMETRICAL WIDENING (FOR LIMITED USE IN URBAN AREAS WITH POSTED SPEEDS OF 40 MPH OR LESS) SEE CONTRACT FOR LENGTH OF STORAGE LANE 50' ....I 50' K WIDE LANE LINE APPROACH TAPER J DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) OPTIONAL DOTTED EXTENSION LINE WHITE EDGE LINE LEFT-TURN CHANNELIZATION REDUCED TAPER LENGTHS -ASYMMETRICAL WIDENING RIGHT OF CENTER LINE (FOR LIMITED USE IN URBAN AREAS WITH POSTED SPEEDS OF 40 MPH OR LESS) SEE CONTRACT FOR LENGTH OF STORAGE LANE 50' ....I WIDE LANE LINE 50' K OPTIONAL DOTTED EXTENSION LINE DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) WHITE EDGE LINE APPROACH TAPER J LEFT-TURN CHANNELIZATION REDUCED TAPER LENGTHS -ASYMMETRICAL WIDENING LEFT OF CENTER LINE (FOR LIMITED USE IN URBAN AREAS WITH POSTED SPEEDS OF 40 MPH OR LESS) ....I NOTES 1. The channelization shown on this plan assumes optimal roadway geometric design. The dimensions may vary to fit existing conditions. See Contract. 2. The channelization shown on this plan is for a two-lane highway. The channelization plan may be used on four-lane undivided highways with the appropriate considerations. 3. Centerline striping on the approach to raised channelization shall be No Pass in accordance with MUTCD figure 38-15. Centerline striping on the departure from raised channelization shall be determined by an engineering study. 4. Centerline striping on the approach to and departure from painted channelization shall be determined by an engineering study. 5. Centerline striping on four lane undivided highways shall be a double centerline. 6. The two Type 2L (SL) Traffic Arrows shown in the left-turn storage lane are optional, but recommended. Arrows may be added for longer storage lanes or deleted for shorter storage lanes. See Contract Plans. LEGEND L = Lane Width. See Contract for specified lane widths. ~ Type 2L (SL) Traffic Arrow POSTED DIMENSION DIMENSION SPEED H K CENTERLINE STRIPE -SEE NOTES 40MPH 27' 53' t. OF MARKING 35 MPH 20' 41' 30 MPH 15' 30' 25 MPH 10' 21' 20 MPH 7' 13' RESPECTIVE H or K RADIUS DOUBLE CENTER LINE RADIUS RADIUS = RESPECTIVE H or K OPTIONAL MARKED DECELERATION TAPER (FOR LIMITED USE IN URBAN AREAS) CENTERLINE STRIPE -SEE NOTES ,;;? /M / / Walsh, Brian V ~ v-<._. Sep 23 2020 I :56 PM LEFT-TURN CHANNELIZATION REDUCED TAPERS STANDARD PLAN M-3.20-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION ~~,-----STATE DESIGN ENGINEER ... VI Washington State Department of Transportation (EXI   ...I ...I w 0 0 :::i z a:: w u. APPROACH TAPER (SEE CONTRACT) OPTIONAL DOTTED EXTENSION LINE NO PASS STRIP ON APPROACH EQUAL TO APPROACH TAPER ACCELERATION LANE LENGTH 1/2 L STOPPING POINT FOR LEFT-TURN LANE DECELERATION LANE LENGTH WIDE LANE LINE APPROACH TAPER (SEE CONTRACT) 50' B OPTIONAL DOTTED EXTENSION LINE DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) WHITE EDGE LINE INSIDE RADIUS OF LEFT-TURNING VEHICLE OPTIONAL NOTES ...I ...I DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) (OR PAINTED MEDIAN IF LEFT TURNS ARE PROHIBITED) WHITE EDGE LINE STOPPING POINT FOR LEFT-TURN LANE OPTIONAL (SEE CONTRACT) CENTERLINE STRIPE (SEE NOTES) INSIDE RADIUS OF LEFT-TURNING VEHICLE APPROACH TAPER (SEE CONTRACT) VARIES -SEE CONTRACT PLANS (SEE CONTRACT) LEFT-TURN CHANNELIZATION TEE INTERSECTION WITH ACCELERATION LANE 100' 50' WIDE LANE LINE OPTIONAL DOTTED EXTENSION LINE B LEFT-TURN CHANNELIZATION TEE INTERSECTION THIS DIMENSION IS BASED ON A 12' TURN LANE WIDTH VARIES 47.5' (SEE CONTRACT) DOUBLE CENTER­LINE (YELLOW) (NARROW PATTERN) VARIES (SEE CONTRACT) LEFT-TURN CHANNELIZATION BACK-TO-BACK LEFT-TURN LANES WIDE LANE LINE OPTIONAL DOTTED EXTENSION LINE (BOTH DIRECTIONS) 1. The channelization shown on this plan assumes optimal roadway geometric design. The dimensions may vary to fit existing conditions. See Contract. 2. The channelization shown on this plan is for a two-lane highway. The channelization plan may be used on four-lane undivided highways with the appropriate considerations. 3. Centerline striping on the approach to raised channelization shall be No Pass in accordance with MUTCD figure 3B-15. Centerline striping on the departure from raised channelization shall be determined by an engineering study. 4. Centerline striping on the approach to and departure from painted channelization shall be determined by an engineering study. 5. Centerline striping on four-lane undivided highways shall be a double centerline. 6. The two Type 2L (SL) Traffic Arrows shown in the left-turn storage lane are optional. Arrows may be added for longer storage lanes or deleted for shorter storage lanes. See Contract Plans. APPROACH TAPER (SEE CONTRACT) WHITE EDGE LINE DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) POSTED DIMENSION SPEED B 60MPH 60' 55MPH 55' 50MPH 50' 45MPH 45' 40MPH 40' 35MPH 35' 30MPH 30' 25MPH 25' 20MPH 20' ...I LEGEND L = Lane width. See Contract LT = Left-Turn lane width. See Contract ~ Type 2L (SL) Traffic Arrow ~ Type 6R (SR) Traffic Arrow CENTERLINE STRIPE (SEE NOTES) ,,;? t ,. / / / Walsh, Brian V ~ {/Jv-<_ Sep 23 2020 I :S7 PM LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK TURN LANES STANDARD PLAN M-3.30-04 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ... VI Washington State Department of Transportation (EXI   ....I ....I w 0 0 ::i z 0::: w u. ;;.: CD I 0 Cl) 0 0::: <( 00 -, 0::: <( (/) :!!: (/) 0 0::: () TWO-WAY LEFT-TURN CENTER LINE SEE CONTRACT FOR LENGTH OF STORAGE LANE 50' i i 1 16' I i----i ....I :::::100· SEE CONTRACT FOR LENGTH OF STORAGE LANE 50' E + 50' :::::25' WIDE LANE LINE WHITE EDGE LINE DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) 500' MAX. i i 1 16' I tTYF~.j LEFT-TURN CHANNELIZATION IN TWO-WAY LEFT-TURN LANE ....I APPROACH TAPER (SEE CONTRACT) WHITE EDGE LINE DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) TWO-WAY LEFT-TURN LANE TRANSITION ....I 50' E OPTIONAL DOTTED EXTENSION LINE YELLOW EDGE LINE WIDE LANE LINE DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) PAINTED OR PLASTIC MEDIAN -SEE DETAIL LEFT-TURN CHANNELIZATION IN PAINTED MEDIAN TWO-WAY LEFT-TURN CENTERLINE Cl) 0 0::: <( 00 z ffi -Cl) :!!: 0 0::: () NOTES CENTERLINE STRIPE (SEE NOTES) 1. The channelization shown on this plan assumes optimal roadway geometric design. The dimensions may vary to fit existing conditions. See Contract. 2. The channelization shown on this plan is for a two-lane highway. The channelization plan may be used on four-lane undivided highways with the appropriate considerations. 3. Centerline striping on the approach to raised channelization shall be No Pass in accord­ance with MUTCD figure 38-15. Centerline striping on the departure from raised channel­ization shall be determined by an engineering study. 4. Centerline srtiping on the approach to and departure from painted channelization shall be determined by an engineering study. 5. Centerline striping on four-lane undivided highways shall be a double centerline . 6. The two Type 2L (SL) Traffic Arrows shown in the left-turn storage lane are optional, but recommended. Arrows may be added for longer storage lanes or deleted for shorter storage lanes. See Contract Plans. POSTED DIMENSION SPEED E0 60MPH 180' 55 MPH 180' 50MPH 180' 45MPH 180' 40MPH 120' 35MPH 120' 30MPH 120' 25MPH 120' 20MPH 120' 0 Can be reduced to a minimum of 50' to increase storage capacity. LEGEND L = Lane Width. See Contract for specified lane widths. LT= Left -Turn Lane width. See Contract ~ Type 2L (SL) Traffic Arrow zr« DIRECTION OF TRAFFIC YELLOW CROSSHATCH MARKING YELLOW EDGE LINE V ~ 1)/v-<_ Sep 23 2020 2:03 PM ~ t /. I / / Walsh, Brian 20' MIN. 40' MAX. DIRECTION OF TRAFFIC PAINTED OR PLASTIC MEDIAN COMPOSED OF LONGITUDINAL MARKINGS YELLOW EDGE LINE TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION STANDARD PLAN M-3.40-04 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION ~~,-----STATE DESIGN ENGINEER ... VI Washington State Department of Transportation (EXI   TYPICAL APPLICATIONS LANE LANE 8’4’2’ (TYP.) 1’1’ 1’ 5’ MAX. (TYP.) 1’ WIDE FOR 4’ SHOULDERS 2’ WIDE FOR SHOULDERS OVER 4’ WIDE 1’ MIN. ‘ ROADWAY ‘ LANE SHOULDER AREA SHOULDER AREA CROSSWALK LINE DETAIL STOP LINE SHEET 1 OF 1 SHEET EDGE OF PAVEMENT, OR FACE OF CURB (WITHOUT GUTTER), OR EDGE OF GUTTER PAN (WHEN THERE IS CURB & GUTTER) (TYP.) INSTALL CROSSWALK LINES IN SHOULDER AREAS ONLY WHEN ADJACENT TO A SIDEWALK OR A SEPARATE WALKWAY (TYP.) SHOULDER EDGE OF CONCRETE GUTTER SIDEWALK SIDEWALK SHOULDER EDGE OF CONCRETE GUTTER SIDEWALK SHOULDER EDGE OF CONCRETE GUTTER EDGE OF TRAVELED WAYEDGE OF TRAVELED WAY MIN.EDGE OF CONCRETE GUTTER SIDEWALK SHOULDER CROSSWALK LAYOUT STANDARD PLAN M-15.10-01DRAWN BY: FERN LIDDELLAPPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation INSTALL CROSSWALK LINES PARALLEL TO THE ROADWAY STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER25335THEODORE J. TR EPA NI EREXPIRES AUGUST 9, 2007 1. NOTES See the Contract Plans for locations of crosswalk centerlines. To the maximum extent possible, curb ramp centerline should be perpendicular to the crosswalk centerline. To the maximum extent possible, crosswalks should be perpendicular to the centerline of the traveled way. 2. 3.NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPARTMENT OF TRANS-PORTATION. A COPY MAY BE OBTAINED UPON REQUEST.Ken L. Smith 02-06-07 ....I ....I UJ Cl Cl :::i z 0:: UJ LL ;;.: cc I Cl 10' 30' -·1-· 10' ·1-· -l~ .. l .. l "" l ~--..,,,.~---~, --------\ YELLOW-=RLINE, CENTERLINE & LANE LINE WHITE -LANE LINE 10' l 30' 10' YELLOW NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE 10' 10' l 30' 10' l l -~j ~: -,-:~~ . ~ -~~ --------YELLOW ~ REVERSIBLE LANE LINE l 30' l 10' l "\ I 00 t \~ITE 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". I SEE CONTRACT FOR LENGTH DOUBLE CENTERLINE & DOUBLE LANE LINE SEE CONTRACT FOR LENGTH YELLOW -DBL. CENTERLINE, WHITE -DBL. LANE LINE ~~I _________ :-s __ \ WHITE WIDE EDGE LINE & WIDE SOLID LANE LINE OPTION TO USE AS Cl RC ULA TORY ON ROUNDABOUT APPLICATIONS 1· SEE CONTRACT FOR LENGTH .c ~tc DOUBLE WIDE LANE LINE WHITE SEE CONTRACT FOR LENGTH Cl~ ____ \ ___ \ YELLOW BARRIER CENTERLINE V--()./v-,<.__ Sep 23 2020 3:46 PM ~ t 1. / / / Walsh, Brian LONGITUDINAL MARKING PATTERNS STANDARD PLAN M-20.10-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION ~~=,,-----STATE DESIGN ENGINEER .... VI Washington State Department of Transportation (EXI   ....I ....I w 0 0 :::i z 0:: w LL .. l 3' l 9' l 3' l 9' l 3' l "'" t \Mil~;: I ~ DOTTED LANE LINE ··fl 6• fl 6• fl··. YELLOW OR IM<ITE -' = _____ c=J_~~ SEE NOTE 1 DOTTED EXTENSION LINE Roundabout Specific Lines 3' -O" 2' O" 3' -O" "'l l -l l" ~I ~I ~~==::f-12·· WIDE DOTTED ENTRY LINE WHITE l 4' -O" l 3' -O" l 4' -O" l 3' -O" .. .. l 3' l 9' l 3' l 9' l 3' l 9' l 3' l 9' l3'l~ ~-= WIDE DOTTED LANE LINE 6' -O" 6' -O" 6' -O" 6'-O" 6' -O" ·· ·_· -·1-· _·_· _·_· -·1-· -r · ~ l __ s" WIDE DOTTED EXTE_N_S-IO_N_LI_N_E____________ ~ WHITE .. ·1_· 6-· l 3 ·1_· 6-· l 3' l 60 l" ___:_____J__ ----~ J~WORIM<ITE STRONG LANE LINE -SEE NOTE 1 OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS l 4' -O" l .. 8" p' t 1. / / / Walsh, Brian V.--{)/v-,c._ Sep 23 2020 3:50 PM LONGITUDINAL MARKING PATTERNS STANDARD PLAN M-20.10-03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION ~~,-----STATE DESIGN ENGINEER ... WIDE DOTTED CIRCULATING LANE LINE WHITE VI Washington State Department of Transportation (EXI   0::: w :I: ~ ....1 u.. ~ ....1 0 u ~ z ~ 0 I I I I 80' {SEE NOTE 1) 80' {SEE NOTE 1) 15' 15' 10' 30' 10' 15' I TYPE 2YY RPM {TYP.) ~ WHITE EDGE LINE I = D \ = v = = = TYPE 2WRPM {SEE NOTES 1 & 4) 15' \ \_ CENTERLINE 80' {SEE NOTE 1) 15' 10' 30' 10' 15' = = D = = D I. 80' MULTILANE ONE-WAY TRAFFIC l 3' l 9' l ~I 3' \ II ----I = D I ----I \ \_ -NO PASS LINE TWO-LANE TWO-WAY TRAFFIC WHITE EDGE LINE LANE LINE YELLOW EDGE LINE TYPE 2Y RPM {SEE NOTE 2) l 9' l 3' l 9' 4'-6" I 4'-6" ... I ~ WIDE DOTTED LANE LINE DETAIL {SEE NOTE 5) D = "\= \ \ \ \_ DOUBLE CENTERLINE TRAFFIC LANE LEFT EDGE LINE TYPE2YRPM~ LEFT EDGE OF LANE PLACEMENT DETAIL {SEE NOTE 2) l ''l 4'-6' -~· •• _, .. l''l ' ' ~WHITE TYPE 2W RPM {TYP.) {SEE NOTE 4) \_ I I = I I NO PASS LINE - NOTES 1. Raised Pavement Markers Types 2YY and 2W shall be 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. 2. Type 2Y RPMs, when specified, shall be placed outside the left Edge Line at 80' (ft) intervals. See "LEFT EDGE OF LANE PLACEMENT DETAIL." 3. Recessed pavement markers, when specified, shall be installed at the locations shown for Type 2W RPMs on 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. 5. Do not recess side-to-side RPMs on Wide Dotted Lane Lines . TYPE 2 RPM RAISED FACE COLORS TYPE 2YY YELLOW AND YELLOW TYPE 2W WHITE -ONE SIDE ONLY TYPE2Y YELLOW-ONE SIDE ONLY LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS STANDARD PLAN M-20.30-04 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ....... ... Washington State Department of Transportation D D WIDE LANE LINE - SEE DETAIL@ OPTIONAL (SEE NOTE 3} = D = D D DOUBLE CENTERLINE (YELLOW} - SEE DETAIL@ WIDE LANE LINE -I SEE DETAIL® I /= = D D LEFT-TURN LANE (SEE NOTE 3} ~ = ~ D ~ ~ D D \= ~ = = ~ \ \_ DOUBLE CENTERLINE (YELLOW} - SEE DETAIL@ LEFT-TURN LANE 30' ~ D DOUBLE CENTERLINE (YELLOW}- SEE DETAIL@ SEE DETAIL@ NOTES 1. Raised pavement markers shall be installed only when specified in the Contract Plans. 2. See the Standard Plans for marker designation. 3. The portion labeled "OPTIONAL" is used only when the Optional Marked Deceleration Taper (see Standard Plans M-3.10 and M-3.20) is specified in the Contract Plans. ~ Type 2L (SL) Traffic Arrow TWO-WAY LEFT-TURN CENTERLINE- / SEE DETAIL@ /I = = = //= D "~7~ = = c= = TWO-WAY LEFT-TURN LANE I SEE DETAIL® I I I D D = = D = = D = = TWO-WAY LEFT-TURN LANE = = = D = D LONGITUDINAL MARKING SUPPLEMENT WITH RPMs - TURN LANES STANDARD PLAN M-20.40-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... END TWO-WAY LEFT-TURN LANE ... Washington State Department of Transportation 0 0::: 0 u.. ~ ;,; ::::i TYPE 2YY RPM (TYP.) [IIJ WIDE LANE LINE DETAIL 0 [IIJ 40' RPM SPACING [IIJ J DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) 40' RPM SPACING [IIJ [IIJ DOUBLE CENTERLINE (YELLOW) (NARROW PATTERN) DETAIL 0 40' -0" SPACING DETAIL 0 15'-0" z 0::: ::JW 1-Z ~:5 w __. l 10'-0" DOUBLE CENTER- LINE (YELLOW) TYPE 2YY RPM (TYP.) ALTERNATIVE LINE DETAIL 30'-0" 10'-0" 15'-0" INSIDE EDGE OF LANE .~!h~~ ~------~----~ TWO-WAY LEFT-TURN CENTERLINE 4" (TYP.) Ill] t Ill] llll liD 4" (TYP.) Ill] __l_ Ill] TYPE 2YY RPMs 4" (TYP.) ::::: 10' O.C. (TYP.) DETAIL 0 DETAIL 0 DOUBLE CENTER- LINE (YELLOW) (NARROW PATTERN) ....... \ \ LONGITUDINAL MARKING SUPPLEMENT WITH RPMs - TURN LANES STANDARD PLAN M-20.40-03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation 0::: w :I: ~ ....1 u.. ~ ....1 0 u ~ z ~ 0 I ~~~~ I : TAPER LENGTH l FLAT l TAPER LENGTI< : MARKER 7 L +-----------------------+-illF-+-------------------·f~" -0 PLAN VIEW TOP OF PAVEMENT MARKER -----------------------~~:~~~~~~M~~~~--- 40 1/8" MIN. 1/4" MAX . TYPE 2YY RPM (SEE NOTE 4) ADHESIVE SECTION 0 40 TWO-WAY ROADWAY RECESSED PAVEMENT MARKER DETAILS FOR USE WHERE SPECIFIED IN CONTRACT I RECESS LENGTH I : TAPER LENGTI< l 6" FLAT : MARKER 7 PLAN VIEW TOP OF PAVEMENT MARKER ONE-WA~ ~~F~~C-~ ______________ -T~: ~~~~~E-M~~~~ __ TYPE 2WRPM OR TYPE 2Y RPM (SEE NOTE 4) 40 1/8" MIN. 1/4" MAX. SECTION 0 ADHESIVE ONE-WAY ROADWAY RECESSED PAVEMENT MARKER DETAILS FOR USE WHERE SPECIFIED IN CONTRACT RADIUS VARIES DEPENDING ON SAW BLADE DIAMETER LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS STANDARD PLAN M-20.30-04 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ....... ... Washington State Department of Transportation 0::: w :I: ~ ....1 u.. ~ ....1 0 u ~ z ~ 0 I I I I 80' {SEE NOTE 1) 80' {SEE NOTE 1) 15' 15' 10' 30' 10' 15' I TYPE 2YY RPM {TYP.) ~ WHITE EDGE LINE I = D \ = v = = = TYPE 2WRPM {SEE NOTES 1 & 4) 15' \ \_ CENTERLINE 80' {SEE NOTE 1) 15' 10' 30' 10' 15' = = D = = D I. 80' MULTILANE ONE-WAY TRAFFIC l 3' l 9' l ~I 3' \ II ----I = D I ----I \ \_ -NO PASS LINE TWO-LANE TWO-WAY TRAFFIC WHITE EDGE LINE LANE LINE YELLOW EDGE LINE TYPE 2Y RPM {SEE NOTE 2) l 9' l 3' l 9' 4'-6" I 4'-6" ... I ~ WIDE DOTTED LANE LINE DETAIL {SEE NOTE 5) D = "\= \ \ \ \_ DOUBLE CENTERLINE TRAFFIC LANE LEFT EDGE LINE TYPE2YRPM~ LEFT EDGE OF LANE PLACEMENT DETAIL {SEE NOTE 2) l ''l 4'-6' -~· •• _, .. l''l ' ' ~WHITE TYPE 2W RPM {TYP.) {SEE NOTE 4) \_ I I = I I NO PASS LINE - NOTES 1. Raised Pavement Markers Types 2YY and 2W shall be 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. 2. Type 2Y RPMs, when specified, shall be placed outside the left Edge Line at 80' (ft) intervals. See "LEFT EDGE OF LANE PLACEMENT DETAIL." 3. Recessed pavement markers, when specified, shall be installed at the locations shown for Type 2W RPMs on 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. 5. Do not recess side-to-side RPMs on Wide Dotted Lane Lines . TYPE 2 RPM RAISED FACE COLORS TYPE 2YY YELLOW AND YELLOW TYPE 2W WHITE -ONE SIDE ONLY TYPE2Y YELLOW-ONE SIDE ONLY LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS STANDARD PLAN M-20.30-04 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ....... ... Washington State Department of Transportation 0::: w :I: ~ ....1 u.. ~ ....1 0 u ~ z ~ 0 I ~~~~ I : TAPER LENGTH l FLAT l TAPER LENGTI< : MARKER 7 L +-----------------------+-illF-+-------------------·f~" -0 PLAN VIEW TOP OF PAVEMENT MARKER -----------------------~~:~~~~~~M~~~~--- 40 1/8" MIN. 1/4" MAX . TYPE 2YY RPM (SEE NOTE 4) ADHESIVE SECTION 0 40 TWO-WAY ROADWAY RECESSED PAVEMENT MARKER DETAILS FOR USE WHERE SPECIFIED IN CONTRACT I RECESS LENGTH I : TAPER LENGTI< l 6" FLAT : MARKER 7 PLAN VIEW TOP OF PAVEMENT MARKER ONE-WA~ ~~F~~C-~ ______________ -T~: ~~~~~E-M~~~~ __ TYPE 2WRPM OR TYPE 2Y RPM (SEE NOTE 4) 40 1/8" MIN. 1/4" MAX. SECTION 0 ADHESIVE ONE-WAY ROADWAY RECESSED PAVEMENT MARKER DETAILS FOR USE WHERE SPECIFIED IN CONTRACT RADIUS VARIES DEPENDING ON SAW BLADE DIAMETER LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS STANDARD PLAN M-20.30-04 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ....... ... Washington State Department of Transportation DRAWN BY: COLBY FLETCHER5’ - 0"5’ - 8"8’ - 0"1’ - 3" ‘ & LANE SYMBOL 4" 8" TRAFFIC ARROW TYPE 3SR (RIGHT) TRAFFIC ARROW TYPE 1S TRAFFIC ARROW TYPE 2SR (RIGHT) (SHOWN AT REDUCED SCALE) TYPE 2SL TRAFFIC ARROW MIRROR IMAGE OF (SHOWN AT REDUCED SCALE) TYPE 3SL TRAFFIC ARROW MIRROR IMAGE OF NOTE 8’ - 0"2’ - 8"3’ - 0"1’ - 0"8"8"2’ - 4"1’ - 6" AXIS ELLIPSE "A" 1’ - 4" 1’ - 2" 1’ - 2" 10" ~ ELLIPSE "B" AXIS ELLIPSE "A" TYPE 2SL (LEFT) TRAFFIC ARROW 8’ - 0"2’ - 8"3’ - 0"1’ - 0"8"8" 1’ - 6"1’ - 2" 10" ~ ELLIPSE "B" AXIS 1’ - 4" 1’ - 2" 1’ - 0" 2’ - 4" ELLIPSE "B" AXIS ELLIPSE "A" TRAFFIC ARROW TYPE 4S 2’ - 4"13’ - 4"2’ - 8"3’ - 0"1’ - 0"8"8" 1’ - 6" AXIS ELLIPSE "A" 1’ - 2" 10" ~ ELLIPSE "B" AXIS 4’ - 1"4’ - 7"TYPE 3SL (LEFT) TRAFFIC ARROW 7.73 SQ.FT. MARKING AREA 8.03 SQ.FT. MARKING AREA 14.83 SQ.FT. MARKING AREA 12.86 SQ.FT. MARKING AREA STANDARD PLAN M-24.40-02 SHEET 1 OF 2 SHEETS ELLIPSE "B" OF ELLIPSES CENTER POINT 7.73 SQ.FT. MARKING AREA 14.83 SQ.FT. MARKING AREA GRID IS 4" (IN) SQUARE ‘SYMBOL & LANE 3’ - 8"ELLIPSE "A" AXIS2’ - 0"ELLIPSE "B" AXIS‘ & LANE SYMBOL GRID IS 4" (IN) SQUARE OF ELLIPSES CENTER POINT 1’ - 4" 1’ - 2" ELLIPSE "A" ELLIPSE "B" 8" 1’ - 8"8"1’ - 0"3’ - 8"ELLIPSE "A" AXIS2’ - 0"ELLIPSE "B" AXISGRID IS 4" (IN) SQUARE OF ELLIPSES CENTER POINT SYMMETRICAL ABOUT ‘2’ - 4"3’ - 8"ELLIPSE "A" AXIS2’ - 0"ELLIPSE "B" AXIS‘ & LANE SYMBOL ELLIPSE "A" being placed on roadways with a posted speed limit of 40 mph or lower. Use the dimensions shown on this plan for each type of Traffic Arrow LOW-SPEED ROADWAYS TRAFFIC ARROWS FOR SYMBOL MARKINGS ~ APPROVED FOR PUBLICATION Washington State Department of Transportation STATE DESIGN ENGINEER 36103 HSLAW .J NAIRB STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER ‘ LANE ( 2.05’)~~ ~~ 2’ - 0" 2’ - 5/8" 8" 1 ’ - 6 " 3 ’ - 6 " 6 ’ - 0 " »¿ 1 2 ’ - 0 " TRAFFIC ARROW TYPE 6SR (RIGHT) TRAFFIC ARROW TYPE 6SL (LEFT)13’ - 4"2’ - 8"3’ - 0"1’ - 0"8"1’ - 6" AXIS ELLIPSE "A" 1’ - 2" 10" ~ ELLIPSE "B" AXIS4’ - 1"4’ - 7"8" TYPE 7S TRAFFIC ARROW5’ - 4"2’ - 4"(SHOWN AT REDUCED SCALE) (MIRRORED ABOUT LANE CENTERLINE) MIRROR IMAGE OF TYPE 6SL 19.58 SQ.FT. MARKING AREA 15.94 SQ.FT. MARKING AREA 15.94 SQ.FT. MARKING AREA SHEET 2 OF 2 SHEETS STANDARD PLAN M-24.40-02 DRAWN BY: COLBY FLETCHER»¿ ‘SYMBOL 2’ - 0"2’ - 0"ELLIPSE "B" AXISOF ELLIPSES CENTER POINT 3’ - 8"ELLIPSE "A" AXIS‘SYMMETRICAL ABOUT GRID IS 4" (IN) SQUARE "A" ELLIPSE 1’ - 2" 1’ - 4" 8" 4’ - 8" 2’ - 4"1’ - 0" ‘ & LANE SYMBOL "B" ELLIPSE LOW-SPEED ROADWAYS TRAFFIC ARROWS FOR SYMBOL MARKINGS ~ APPROVED FOR PUBLICATION Washington State Department of Transportation STATE DESIGN ENGINEER 36103 HSLAW .J NAIRB STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER 0 0::: 0 LL. >-() <( en ::::i > ID ~ 0 I enl-wU ii: ~ ~ !z :cO 1-U C>w z w ~en 1- () ~ 1-z 0 () w w en I en w ii: ~ ::c 1- (!) z w ....1 11'-6"-UNLESS NOTED "oTHERWISE IN CONTRACT STOP LINE WHITE OR YELLOW-SEE CONTRACT CHEVRON OR DIAGONAL CROSSHATCH MARKING W = 8" (IN) FOR POSTED SPEED LIMIT OF 40 MPH OR LOWER W = 12" (IN) FOR POSTED SPEED LIMIT OF 45 MPH OR HIGHER PAVED 7 SHOULDER LEDGE LINE MARKING AREA= 11.73 SQ.FT. HALF-MILE MARKER ~I LEDGE LINE \ MARKING AREA = 6.00 SQ. FT. FULL MILE MARKER ~PAVED SHOULDER AERIAL SURVEILLANCE MARKERS NOTE CENTERLINE OF JUNCTION BOX, ~ PULL BOX, OR CABLE VAULT 1. If Rumble Strips are present, install marking outside of the Rumble Strip. PAVED SHOULDER JUNCTION BOX, PULL BOX, OR CABLE VAULT MARKING AREA= 0.56 SQ. FT. JUNCTION BOX, PULL BOX, OR CABLE VAULT MARKINGS CENTERLINE OF '·,/ CROSS CULVERT -=--' _'_,_,_'____,_,:--___ .L_[_ __ EDGE LINE -(~.'¥ l_ YYi,,, PAVED__} ' SHOULDER ', MARKING AREA= 0.56 SQ. FT. CROSS CULVERT DRAINAGE MARKING ANGLE OF CROSS CULVERT EDGE LINE PAVED SHOULDER I· 2'-0" ·I 1m MARKING AREA = 1.06 SQ. FT. DRAINAGE STRUCTURE INLET DRAINAGE MARKING SYMBOL MARKINGS MISCELLANEOUS STANDARD PLAN M-24.60-04 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation I. 2'-0" .I GRID IS 4" (IN) SQUARE MARKING AREA= 1.41 SQ.FT. ACCESS PARKING SPACE SYMBOL (MINIMUM) I I,/ \ 1\ 1/1 \ I I / \ \ Lo ' 1/ \ C<l 4" \ \ ...:....._ I- 1\ v ~j ~ \ "'-...... ./ iYr ................. ...... v -- I. 3'-0" .I GRID IS 4" (IN) SQUARE MARKING AREA = 3.09 SQ.FT. 4" ACCESS PARKING SPACE SYMBOL (STANDARD) 1'-2" 3'-0" 1'-2" 5'-4" TOTAL MARKING AREA= 28.44 SQ.FT. WHITE= 9.76 SQ.FT. BLUE = 18.69 SQ.FT. ~ ~ ~ ~ ~ ~ ACCESS PARKING SPACE SYMBOL (STANDARD) WITH BLUE BACKGROUND AND WHITE BORDER (REQUIRED FOR CEMENT CONCRETE SURFACES) b ' Co LL. 0 z 0 i= (..) w a: Ci c.,~ t 3" - 10" SYMBOL & LANE ct 6'-0" 3'-0" MARKING AREA= 12.08 SQ.FT. SPEED BUMP SYMBOL Cxl ~ a, ' ' C\1 C<l Cxl 2'-0" 10" 3'-8" TOTAL MARKING AREA= 13.44 SQ.FT. WHITE = 4.82 SQ.FT. BLUE = 8.62 SQ.FT. ACCESS PARKING SPACE SYMBOL (MINIMUM) WITH BLUE BACKGROUND AND WHITE BORDER (REQUIRED FOR CEMENT CONCRETE SURFACES) SYMBOL MARKING YIELD AHEAD SYMBOL YIELD LINE SYMBOL LL. 0 z ....1 0 w i= ~ ~ I- ll: Ci A SYMBOL & LANE ct YIELD AHEAD SYMBOL TYPE1 TYPE2 TYPE1 TYPE2 TYPE2 A B c 6'-0" 2'-6" 13'-0" 6'-0" 3'-0" 20'-0" 1'-0" 6" 1'-6" 2'-0" 1'-0" 3'-0" 2'-0" 1'-0" 3'-0" B c D N/A N/A 6" 1'-0" 1'-0" USE LESS THAN 45 MPH 45 MPH OR GREATER LESS THAN 45 MPH 45 MPH OR GREATER ROUNDABOUTENTRY * * MINIMUM OF 4 IN LANE LL. 0 z ....1 § ~ w I- ll: Ci MARKING AREA 25.90 SQ.FT. 36.54 SQ.FT. 0.75 SQ.FT. 3.00 SQ.FT. 3.00 SQ.FT. YIELD LINE SYMBOL (MULTIPLE SYMBOLS REQUIRED FOR TRANSVERSE YIELD LINE - SEE CONTRACT) SYMBOL MARKINGS MISCELLANEOUS STANDARD PLAN M-24.60-04 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation