Loading...
HomeMy WebLinkAbout25-184 - Contract - King County Metro - Funding Agreement: 65th Ave S & Southcenter Blvd Bus ShelterDocusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 25-184 Council Approval 6/2/25 FUNDING AGREEMENT This Agreement (Agreement) is made by and between the City of Tukwila ("City") and King County, a political subdivision of the State of Washington, a home rule charter county, and legal successor in interest to the Metropolitan Municipality of Seattle, which provides a regional system of public transportation pursuant to Chapter 35.58 RCW, Chapter 36.56 RCW, and other authorities (the "County" or "Metro"). These entities may be referred to individually as "Party" or collectively as the "Parties." RECITALS A. The City is making roadway and signal improvements at the intersection of Southcenter Blvd and 65'1' Ave S. This project is directly adjacent to RapidRide bus stop 458104, which serves Route 150 and Rapid Ride F Line. B. Bus stop #58104 currently provides front door service only and requires buses to block a crosswalk while serving transit customers. The existing design does not align with Metro's Transit Facilities Guidelines and lacks sufficient lighting for visibility, especially in the early morning and evenings. C. Metro provides lighting at bus stops, especially those with shelters, to address safety concerns for transit riders. D. Metro has requested that the City make transit infrastructure improvements to bus stop 458104 as part of the City's roadway and signal improvement project, including an extension to the existing loading zone and a hardwired power connection to facilitate shelter lighting. E. Providing a hard -wired power connection to bus stop 458104 requires connecting to a Puget Sound Energy (PSE) vault approximately 100 feet north of the shelter. F. Partnering to improve the bus loading zone and provide this hardwired power connection as part of improvements is cost-effective, sustainable, and avoids potential future construction disruptions. G. Upon completion of the design phase of the roadway and signal improvement project, the City will hire a contractor to construct the street improvements. Work outlined in this Agreement will be completed by that contractor. NOW, THEREFORE, in consideration of the mutual promises and other undertakings by and between the Parties and set forth in this Agreement, the sufficiency of which is hereby acknowledged, the Parties agree as follows: AGREEMENT 1. Term This Agreement shall take effect once executed by the Parties ("Effective Date") and shall remain in effect until December 31, 2025. In addition, this Agreement also applies Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 to costs incurred and actions taken prior to the `'Effective Date" that specifically fall within the terms of this Agreement. 2. Responsibilities 2.1. Metro Responsibilities i. Metro will reimburse the City up to a not -to -exceed dollar amount of $216,252 for greater than 50% of the expenses incurred by the City to reconstruct existing bus stop 458104 and install a hardwired electrical connection for Metro bus shelter lighting. Please see Attachment D for a cost break down. Ii. The specific elements required for this electrical connection are described in the finalized plan set (Attachment A), Schedule B Contractors Estimate (Attachment B), and Chapter 8.20 in the Special Provisions (Attachment Q. iii. Upon written approval from the County, the contractor may change the project budget, within ten percent of the total budget, without requiring an official contract amendment. 2.2. City Responsibilities: i. The City will be responsible for completion of the work described in Attachment A and Schedule B of Attachment B ("Work") and all associated attachments, including design, permitting, and construction of the bus stop improvements and hardwired electrical connection. ii. The City will hire a contractor, an entity for which the City directs all Work. iii. During construction of the Work, Metro has the right to inspect and review of design, permits, and final built elements. Any comments Metro provides at each stage must be mutually resolved by the Parties within ten (10) business days. iv. Once the footings, conduit, handholes, and power pedestal are installed, the City will ensure the conductors between the PSE vault and the power pedestal have been installed. V. The City will ensure the conductors are left coiled in the power pedestal, but a pull -tape connected to these conductors will be run through the conduit running between the power pedestal and the shelter footing. vi. The City will restore the concrete between the bus shelter at bus stop #58104 and the PSE vault after completing the hard -wired power connection. 2 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 vii. Within 30 days of completion of the Work, the City will submit an invoice for this Work to Metro. The invoice will cover actual costs incurred and will provide documentation to Metro including receipts from licensed contractors for labor and materials purchased solely for the approved electrical construction work. The City labor costs for project oversight and administration will be excluded. Any project implementation costs above the not -to -exceed amount listed in Section 2.1(1) will be the sole responsibility of the City. Invoices resulting from this project agreement should be addressed to the KCM project contact, Michael Harpool, and should be sent electronically. Invoices should reference KCM project #1139392 to aid in tracking and timely processing. 3. Dispute Resolution. 3.1 The Parties agree to negotiate in good faith to resolve any disputes arising under this Agreement. The Parties shall designate representatives for purposes of managing this Agreement and the dispute resolution process under this Section 3. The Parties' Agreement administrators are the persons identified in Section 8 to receive notice for Metro or the City or such other persons as they may designate in writing. Except as otherwise provided in this Agreement, the Parties shall use the following dispute resolution process: Step One: The Parties' Agreement administrators shall confer and attempt to resolve the dispute within ten (10) business days of written notification by any Party. Step Two: If the Agreement administrators are unable to resolve the dispute within ten (10) business days, any Party may refer the dispute to the King County Metro Transit Division Director or designee and the superior to the contract administrator for the City. 3.2 No Party may seek relief in a court of law until and unless the two-step process in Paragraph 4.1 is completed in good faith. 3.3 If the Parties cannot resolve the dispute using the process in Section 4.1 the Parties may, by agreement, submit the matter to non-binding mediation. The Parties shall share equally in the cost of the mediation. If additional parties participate in the mediation then each participant shall pay a share of the cost of the mediation, such share to be calculated by dividing the total cost of the mediation by the number of parties participating. Mediation shall not be a prerequisite to litigation. 3.4 The Parties agree that during any conflict or dispute resolution process they shall continue to diligently perform their respective responsibilities under this Agreement. Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 4. No Preclusion of Separate but Related Activities or Proiects Nothing in this Agreement shall preclude any Party from choosing or agreeing to fund or implement any work activities or projects associated with any of the purposes hereunder by separate agreement or action, provided that any such decision or agreement shall not impose any funding, participation, or other obligation of any kind on the other Parties. 5. Hold Harmless and Indemnification To the extent permitted by state law, and for the limited purposes set forth in this Agreement, each Party shall protect, defend, hold harmless, and indemnify the other Parties, their officers, elected officials, agents and employees, while acting within the scope of their duties as such, from and against any and all claims (including demands, suits, penalties liabilities, damages, costs, expenses, or losses of any kind or nature whatsoever) ("Damages") resulting from such Party's own negligent acts or omissions related to such Party's participation and obligations under this Agreement. Each Party agrees that its obligations under this subsection extend to any claim, demand, and/or cause of action brought by or on behalf of any of its employees or agents. For this purpose, each Party, by mutual negotiation, hereby waives, with respect to the other Party only, any immunity that would otherwise be available against such claims under the industrial insurance act provision of Title 51 RCW. The Parties acknowledge that this Section 5 was expressly negotiated and agreed to by them. The provisions of this Section 5 shall survive and continue to be applicable to any Party exercising the right of termination pursuant to Section 10. 6. Insurance Requirements. 6.1 The City must procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the Work, by its agents, representatives, subconsultants, employees, or subcontractors. The cost of such insurance must be paid by the City or its contractors. 6.2 Minimum Insurance shall meet or exceed the following: 6.2.1 Commercial General Liability coverage with limits not less than $1,000,000 per occurrence / $2,000,000 annual aggregate. 6.2.2 Commercial Automobile Liability coverage with limits not less than $1,000,000 per accident for any auto. 6.2.3 Stop Gap/Employer's Liability coverage with limits not less than $1,000,000 per accident/disease. 6.2.4 Workers' Compensation coverage as required by the Industrial Insurance Laws of the State of Washington. 6.3 Additional Insurance: 6.3.1 Consultant's Errors & Omissions or Professional Liability with limits not less than $1,000,000 per claim and as an annual aggregate. 11 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 6.4 Other Provisions 6.4.1 Commercial General Liability and Automobile Liability policies shall be endorsed to include the County, its officials, employees and volunteers and the County, its officers, officials, employees, and agents as additional insureds for full coverage and policy limits, 6.4.2 Provide that such insurance shall be primary as respects any insurance or self-insurance maintained by the County, 6.4.3 Consultant or its Insurance Agent/Broker must notify the County of any cancellation, or reduction in coverage or limits, of any insurance within seven (7) days of receipt of insurers' notification to that effect. 6.5 Acceptability of Insurers. Insurance shall be placed with insurers with a rating of A or better. 6.6 Verification of Coverage. Consultant shall furnish the County with certificates of insurance required by this clause. The certificates are to be received and approved by the County before Work commences. The County reserve the right to require complete, certified copies of all required insurance policies at any time. 6.7 Subcontractors. Consultant shall require subconsultants to provide coverage which complies with the requirements stated herein. 7. Notice; Designation of Agreement Administrators; Signature Authority 7.1 Any notice permitted or required to be given by any Party shall be given in writing and may sent by certified United States mail, with return receipt requested, properly addressed, postage prepaid; or by reputable overnight delivery service; or by personal service. Notice shall be deemed given two (2) days after deposit in the U.S. mail as specified in the preceding sentence; or upon delivery (or refusal of delivery) by an overnight delivery service or by personal service. Notwithstanding anything in this Section 8 to the contrary, a Party may provide notice by email or other electronic means with delivery confirmation or read receipt (or both) but the Party providing electronic notice shall bear the burden to prove the date that notice was delivered. 7.2 All notices, invoices, correspondence, or other materials, including Dispute Resolution Notices, shall be given to the Agreement administrators electronically. A Party may change their Agreement administrators by providing notice to the other Party. The initial Agreement administrators are as follows: Michael Harpool Metro Transit Department Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 201 S. Jackson St. -0413 Seattle, WA 206-477-1686 1h4Mggl,y)kir ,ccount . ov Adam Cox The City of Tukwila 6200 Southcenter Blvd Tukwila, WA 98188 (206) 427-6662 Adam. Cox @tukwi l awa. gov 8. Records and Audit 8.1 For a period not less than six (6) years from the date of completion of the Work or for such retention period as may be required by law, whichever is longer, records and accounts pertaining to the Work of this Agreement shall be kept available for inspection and audit by representatives of the Parties. Copies of the records shall be furnished upon request. Records and accounts shall be maintained in accordance with applicable state law and regulations. 9. Extension; Amendments. 9.1 The Parties may agree in writing to extend or renew the term of this Agreement at any time prior to its expiration date as specified in Section 1. Such a change must be added as an amendment to the Agreement at which time an extension or renewal of the Agreement is enacted. 9.2 This Agreement may only be amended or extended by the mutual written consent of all Parties. 10. Termination 10.1 This Agreement can only be terminated by mutual written agreement of the Parties. 10.2 The County reserves its right to reallocate funds from this Agreement to other County project(s) if invoices for Work are not received 120 days after final completion or the Work is on hold more than 18 months. Prior to reallocation of funds, the County must provide 30 days written notice to the City of any proposed reallocation of County funds to allow time to request payment of outstanding project expenses. 11. General Terms and Conditions 6 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 11.1 Entire Agreement; Recitals and Exhibits Incorporated. The Recitals and Exhibits to this Agreement are incorporated as if fully set forth herein. This document contains all of the terms, conditions, and provisions agreed upon by the Parties hereto, and shall not be modified except by written amendment. There are no other agreements between the Parties with respect to the matters described herein, whether in writing or otherwise, and all prior agreements and understandings are superseded with respect to the subject matter of this Agreement. 11.2 Legal Relations. This Agreement is solely for the benefit of the Parties hereto and creates no right, duty, privilege, or cause of action in any other person or entity not a party to it. No joint venture or partnership is formed as result of this Agreement. No employees or agents of one Party or its contractors shall be deemed, or represent themselves to be, employees of the other Party. 11.3 Compliance with Laws. The Parties shall comply and shall insure that their respective contractors and subcontractors comply, with all Federal, state, and local laws, regulations, and ordinances applicable to the Work to be performed under this Agreement, including but not limited to prevailing wages requirements under Chapter 39.12 RCW. 11.4 Remedies Cumulative. The Parties' rights and remedies in this Agreement are in addition to any other rights and remedies provided by law or equity. 11.5 Nonwaiver. A Party's failure to require full and timely performance of any provision of this Agreement at any time shall not waive or reduce that Party's right to insist upon complete and timely performance of any other provision thereafter. 11.6 Choice of Law; Venue. Any and all claims relating to this Lease shall be governed by and construed in accordance with the substantive and procedural laws of the State of Washington without giving effect to its conflicts of law rules or choice of law provisions. The sole and exclusive venue for any legal action arising from or related to this Lease shall be in the Superior Court of King County, Washington; and the Parties hereby agree to the personal jurisdiction of such court. 11.7 Legal Fees. In any lawsuit between the Parties with respect to the matters covered by this Agreement, the prevailing party shall be entitled to its reasonable attorney's fees, costs and expenses to be paid by the other Party, in addition to any other relief it may be awarded. 11.8 Survival. The provisions of Section 5 (Indemnity) and this Section t t shall survive the expiration or earlier termination of this Agreement. 7 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 11.9 Severability. If any term of this Agreement is to any extent illegal, otherwise invalid, or incapable of being enforced, such term shall be excluded to the extent of such invalidity or unenforceability; all other terms hereof shall remain in full force and effect; and, to the extent permitted and possible, the invalid or unenforceable term shall be deemed replaced by a term that is valid and enforceable and that comes closest to expressing the intention of such invalid or unenforceable term. 11.10 No Expenditure In Excess of Appropriation. Nothing in this Agreement shall be construed as obligating any Party to expend money in excess of appropriation authorized by law and administratively allocated for the Work in this Agreement. 11.11 No Assi ng ment. Neither this Agreement nor any of the rights or obligations of any of the Parties arising under this Agreement may be assigned, without the other Parties' prior written consent. Subject to the foregoing, the Agreement will be biding upon, enforceable by, and inure to the benefit of the Parties and their successors and assigns. 11.12 No Third -Party Beneficiaries. There are no third -party beneficiaries to this Agreement, and this Agreement shall not impart any rights enforceable by any person or entity that is not a party hereto. 11.13 Counterparts. This Agreement may be executed by facsimile or any other electronically reproduced signature that is consistent with Chapter 19.360 RCW in any number of current parts and signature pages hereof with the same effect as if all Parties had all signed the same document. All executed current parts shall be construed together, and shall, together with the text of this agreement, constitute one and the same instrument. 11.14 Force Majeure. Any Party shall be excused from performing its obligations under this Agreement during the time and to the extent that it is prevented from performing by a cause beyond its control, including, but not limited to: any incidence of fire, flood, earthquake or acts of nature; strikes or labor actions commandeering material, products, or facilities by the federal, state or local government; when satisfactory evidence of such cause is presented to the other Party, and provided further that such non-performance is beyond the control and is not due to the fault or negligence of the Party not performing. Upon any force majeure, all Parties may jointly elect to terminate this Agreement or suspend work upon written notice. In no event should this provision eliminate the need to make any payment to either Party to the extent any such payment is required pursuant to this Agreement. Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 [Signatures -Proceed to Next Page] Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date affixed to their signatures. KING COUNTY Signed by: 7/8/2025 a ok Div Dir -MT Cap Proj Date Approved as to Form By: •Signed by: 7/10/2025 _..... _... U King County, Senior Deputy Prosecuting Attorney THE CITY OF TUKWILA ^-^^Signed by: M&S Dtil-G(ut Printed Name Thomas MCLeod Position Mayor 10 Date 6/5/2025 1 10:27 AM PDT Date Docusign Envelope ID: F540AF83-ED10-402D-9OC3-839350127C15 Attachment A - Finalized Plan Set 65TH AVE S AND SOUTHCENTER BLVD SIGNAL IMPROVEMENTS CITY PROJECT NO. 92110402 TIB PROJECT NO. 8-1-116(014)-l) APRIL 2025 MAYOR CITY COUNCIL THOMAS MCLEOD TOSH SHARP (COUNCIL PRESIDENT) INTERIM DIRECTOR ARMEN PAPYAN PETE MAYER HANNAH HEDRICK DENNIS MARTINEZ MOHAMED ABDI JOVITA MCCONNELL SCHEDULE OF DRAWINGS SHEETNO. SHEET TIRE 1 CODER SHEET 2 LEGEND & AGGREWAnONS 3KEY NAP, SURREY CONTROL & ADGNNENT DATA 4 ROW PLAN 5 SITE PREPARAnON & TESC PLAN 6 SAWCUT UNITS PLAN 7 CLEARING LIMITS PUN B INTERSECRCN SURFACING PUN 9 CURB RAMP PUN 10 BUS PAD PLAN 11 WALL PUN AND PROFILE 12 SICNPL @ ILWNINAnON PUN 13 SIGN& PLAN 14 SIGNAL NOTES 15 SIGNAL WRING DIAGRAM 16 SIGN& POLE SPEOFICAnONS 17—I8 SIGNING & CHANNEUZAnON PUNS 19-22 TRAFFIC CONTROL PUNS 23-35 STANDARD DETAILS * PUS LIC VATORKSDEPT. 'SOMAS nom A o4 BID ? �*Ei:(i1NEERLV(i*5]'REEiS*\V.1TER*SE\YER* chxl:�A 9u 04 111E Q � w.o:omas.�om1 uo4 SUBMITTAL Q i F u 65TH & SOUTHCENTER BLVD SIGNAL IMPROVEMENTS COVER SHEET Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 LEGEND Cal= foe= s MONUMENT IN CASE n. ARE HVORANT HNA MR PAVENENT SECTOR o A( NNL ARE oEPARTIENT CONNECT ONRW WRFAWNG BW CEMS RAM E CAP I..I..I UTUN VAULT JO (CONERCNNNNONN) CEMENT CMCIETE PAYDIENT CATCH BASN NONIMPING 191 _______ SANWi ® STORM MAN MAMOIE v WAND POST MIT PNOTECTW PER YAW GRAN EOMCCR NSOOT SN PLAN I—. .—T SON W CWC IM -ET OR CATCH BASN TYPE I c 9:rfA NA.- NNWGX (E GF BOXES) O O CATCH BASN TYPE 1 STORM APE NM CMECTOR 6 ROW o POW PONE u PUBLIC VArORKS DEPT. *ENGINEERING*STREETSIWATER*SEWER*1111 ILL ITI SON MAMX WPPORT I C EM KNENT UNE -FlLL ENBANpBNT UNE - WT PANTED PMEN v POIER PONE N/uNCEAmm o C.NECT - � - --- PUNNED TRLFPH.E )I J'(-9 — POLE NM WNNNRE — — CWNEcr ro- — PANED FlBER OPOC GJ NM LUNNNRE ANO uNOEAfNWNo POW M M -E -�v- PANED N ® m o0 BATTERY BAOINP POrER SJ— BNCT. BOX TYPE I, 1, B n - PANTED WAH R ' I POW ASR ACaM — uo - PUNTED GAS „i -- CAERIEAD UBUTY UNE (GENERIC) kl T — TRANS—ER POWMETER '-ST.N N NCRMNC/NGRM SEIEA o WYPOLE FEAR ---3 a WY ANCHOR PWESiRIAN S.AL ..-. ..-. N— ME Nr NCED) IA BNCTOR Bo% PANTED SBEPE 1 IJ. TRNRC CORTRR CABINET NTERCENNECT CABNEr PANTED SMP STRIPE RM --WATT. SELO STRIPE I:'❑ Y �-o GEC — SO NCE GBNEr STREET UGHr(WNNARE) RAST-WTICN SNP STRIPE EWE 6 PA4EYWT CHUG 0 Wr u.T ROILNE C.TYJfl '= i�. lEl£AI.E fl14A GAS VALVE EMS NO RIGHT—Y UNE _-. -� CORCPo IE PG PERFORMANCE GRADE .REL ni WATA METER 41XIh�YS>Y ROOIWRY ® WATA MNNHOLL �. A9'HKi/WNCHETR IxJ NATER ..T UD CON. C.CHEE u PUBLIC VArORKS DEPT. *ENGINEERING*STREETSIWATER*SEWER*1111 ILL ITI SON MAMX WPPORT I C EM KNENT UNE -FlLL ENBANpBNT UNE - WT D .EIEC— VIANNC SJR— CSTC NBANCORED GEEK TIVE PWESMIAN WNINNRES AND Pm SO L P01 WM DECORAME .AI.r/t.OETR WNINARE AND MAST AAI m m SXNAL CNTM— CABNET FlcrNdCK SEANCE CABINET ® m o0 BATTERY BAOINP POrER SJ— BNCT. BOX TYPE I, 1, B --•— CONWIT — PROPOSED ROW UNE PSOMAS E BID SUBMITTAL ABBREVIATIONS MEND NBANCORED AC .AI.r/t.OETR IM NANHOE AC ASWSm mmr WATER RPE NIC MOWMENT IN CASE ACP IDA ASAOLT CONCRETE nvEmmr MMEN ANS AM OISABl1R. ACr Nd W. NECHAMC. MMMT MMAN. WGL W M- POLNi N NCRMNC/NGRM AYE MG AYFNUE WRONG No Nrs NUMBER Nor TO SOI£ WP BOW BEST MANAWMWr PmTCE BAY ar W W ON CRATER WTSGE GIAMETER W WAix GAT. BASN OR OVERHEAD UTUTES WF CNRM— CENSTY FlLL PC POINT OF CJWAMRE CHUG 0 CHNNNK. - TRW PCC PE POINT OF WRVS W MAW PRYEMAfNE CEN— E PG PERFORMANCE GRADE R RAR A POINT OF INTERECT. W REANWT PN POST INOIGIOR—E CR CWC CON. C.CHEE POB PW POINT OF BEOLNNING POINT CP C.NECR. CW sr CORr C.s.uc— CORrNNER PCE PRC POINT OF OMNC POINTOF REVERSE W—RI E COT ON GF M.. Pr POINT CE TANL4HCY CSTC CHUSIED SIMFAUNG TOP COURSE PM POINT OF VEARCAL WRW DCVA COWS E CHECK VALVE ASSEMBLY PN POINT CP YBRRCAL INTEASTT. OL OA 0 WCTIE IRON OIANETFR P.T PVr PAvENENr POINT CP YBRRCAL TANCENCY — CRAVANG A RADIUS E 1 EAsTNG/EASr MAT'"GEv RI AT RESMNNW JOINr Mar GEVAIMN S 40PE/SWM ECP W W OF I-EMENT S1 STORM MAN IX EXIST EXISTNG EMS NG RP £11 STCW .AN APE K ER FCC ARE COPRA— CONNECT. SHT MEET FF ANIMEO AACR SSNH SANITARY SE1ER MANHOLE R UMCE ST sTEEr R BORNE STA SM STAN. STANOAAT FOC H.IZ FA.(E OF WAS HCMMN- STCA STWCME WA HOT NIX ASPHALT T TANGQIT LLNGM ICV 0 E ARGATOR ""M- VALVE NSW MAMEIEA --ARONTYP -CM W CMW A1C TOG MP OF WRB TOP a WAVE TYACAL VEARCA-mm L Lr If LEFT (NEAR FEET WET i NEALCAL T Y WW WNr xWA M wsrM TER NGFW b —Nim TON CEPMMQIr TAM AND "'"EWSKIT MMINCTON STATE DEPARTMENT OF TRA-ANTARON — GRAN 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS LEGEND & ABBREVIATIONS Q i F Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 III ll III I j \ III SOUTHCENTER BLVD ALIGNMENT INFORMATION NUMBER START STA NORTHING FASTING LENGTH BRNG/DELTA RADIUS PI STA TAN IT 10,00,00 101929.57 1289339,23 65TH AVE S ALIGNMENT INFORMATION NUMBER START STA NORTHINGEASTING LENGTH BRNG/DELTA RADIUS tFAI A 20100.00 171904.20 1289513.50 PLAN ®G 5 SCALE N FT EE An 4 AW� wo.L'E.1 m �� PUBLlC WORKS DEPT. U��rG PSOMAS 1 BID *ENGINEERINGISTREETS*WATER*SEWER* .hnL.d SUBMITTAL NOTES EER NcSE RE vn. T 11E1 OF BOUNDARY INFORMATION AS SHOWN INCLUDE FIELD -TIED IME NDE%INNGINFORNAlI0N5 DUNLY RECORDS OF SURVEY, AND AUDITOR 2 FILE LEGAEMISIING UNDERCRDUND ITTILItt SYSTEMSi AS SHONN HEREON,SAREDTPKEN FROM ITILARE SCOM IN �YALOYAIC PNM MARKS OR AS -FU T PPROXIMATE My ONLY THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATION OF ALL FILLY PERU AT DARAOE' WH 'IT R OFF BE GCCA` ONED BY THE CONTRACTOR S FAILURE 10 EXACTLY LOCATE AND PRESERVE AN' AND L UNDERGROUND UTILITIES. A SERVICES SHOULD BE CONTACTED PRIOR TO ANY CONSTRUCTION OR SO RFACE ALL 3. FIETDUSURVE UPS PSOMASC JANUARY, 2024 LICENSEE MICHAEL R. BOWEN, PL. S. N0. 29294/10NALD D. RCICHCL PLS N0. 39015. STANDARDS CONTOURS DERIVED FROM DIRECT FIELD OBSERVATIONS I SIUPM AND 11AI1 CONNECTIONS FARE OPEN DRAWN FROM IINT11 NOT BEEN PER F ED AND ARE APIROI MA E 7 RC NOTED AS NO MOLT PLE LNES PND/OR UTLTES MAY SHPRE DUCT RUNS; THIS MAY NOT BE STONM IN THE DRAWING, HORIZONTAL AND VERTICAL DATUM HORIZONTAL PAD VERTICAL DAFUM: UMDARK A ,8 11 88 HORIZONTAL AND VERTICAL IFFIGI ESTABUSHF2 BY RTI; GPS OBSERVATION UTILIZING MRNVAASHNGION STATE REFERENCE NETWORK) WITH CHECKS TO MDOT SHEETLEGEND O ROW PLAN �k SITE PREPARATION IF TESC PLAN 0 SAWCUT LIMIT PLAN ® CLEARING LIMIT PLAN [H NTERSECHON SURFACING PLAN ACURB RAMP / BUS PAD PLAN WALL PLAN (D SIGNAL AD ILLUMINATION PLAN 0 SIGNING & CHANNELIZAT ON PLAN 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS KEY MAP, SURVEY CONTROL & ALIGNMENT DATA Q 11 - 'IE 'IE n,'U.-M, S. Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 SOUTHCENTER BLVD PLAN O 10 20 "fiD SCALE IN FEET `" PUBLrC WORKS DEPT.SD. PSOMAS t o *ET'GLVEERIVG*STREETS*WATER*SEWER* NeeI:M Bu Ow BID uF. eM a,• "'2 SUBMITTAL ROW NEEDS NOTES I. — -ES .— AIS PRELMINMY 0411, MA Raw TMES xLL BE DEOMNNED MTEA YEEMM xM ME CITY AND PROPERTY MMI R. ME CONRUCTOR IS HETEHY NOTIPED MAr PROPERTY RNNR HAK BEEN ESTABLISHED BUT NOT DNAUZEB AT ME RNE OF A➢xRTSFNME. UPON n NG ME ACOUSIRON xM ME COUNTY ME CITY YEL NOIFY ME CONMACTW OF ME MURONA RIGHTS AMURED PM ME COUMACr DOCUNENTS. B. PARCEL LINES Al FROM BS AND FOR REFERENCE ONLY. LEGEND CONSMUCRON CMTEMME EXSBNG RENT a VAY OM NE 7/Jjj/JJJJJJJ� PRarosn McNr aP vey \ \ EIISBNG PROF4NTY UNE \ — — — — — 11ftl4T TUIPORARY CMSMOCRM EARENENr (ILEI ® FOUND SURFACE NONUMENT o Pan. PN NML SF. SOUME FEET \\ SCHNEIDERR,, GERALD E000120-0010 \ 5-11 01 IF. \ X11 SF. \ 1W SOUTHCENTER BLVD PLAN O 10 20 "fiD SCALE IN FEET `" PUBLrC WORKS DEPT.SD. PSOMAS t o *ET'GLVEERIVG*STREETS*WATER*SEWER* NeeI:M Bu Ow BID uF. eM a,• "'2 SUBMITTAL 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS ROW PLAN Ilsexa ROW NEEDS NOTES I. — -ES .— AIS PRELMINMY 0411, MA Raw TMES xLL BE DEOMNNED MTEA YEEMM xM ME CITY AND PROPERTY MMI R. ME CONRUCTOR IS HETEHY NOTIPED MAr PROPERTY RNNR HAK BEEN ESTABLISHED BUT NOT DNAUZEB AT ME RNE OF A➢xRTSFNME. UPON n NG ME ACOUSIRON xM ME COUNTY ME CITY YEL NOIFY ME CONMACTW OF ME MURONA RIGHTS AMURED PM ME COUMACr DOCUNENTS. B. PARCEL LINES Al FROM BS AND FOR REFERENCE ONLY. LEGEND CONSMUCRON CMTEMME EXSBNG RENT a VAY OM NE 7/Jjj/JJJJJJJ� PRarosn McNr aP vey \ -- -- EX MG RRNr OP ver EIISBNG PROF4NTY UNE \ — — — — — 11ftl4T TUIPORARY CMSMOCRM EARENENr (ILEI ® FOUND SURFACE NONUMENT o Pan. PN NML SF. SOUME FEET 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS ROW PLAN Ilsexa Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 LEGEND �\ GENERAL NOTES O REMOVE CEMENT CONC PAVEMENT \ 1. TH 5 PLAN H 5 BEEN PREPPREO FSO THE DONIRACTOR 5 REMOVE ASPHALT PAVEMENT WNVENIENCEAw LocATING PROTECTING. AND AVOIDING CONFLICTS w,Tn EAIsrING UTLLIPIES. IT Is BASED UPON BEs AVNueLE NFORMA ON AND s NO NECESSARILY ACPyBA E ore COMPLE E zzzzzz REMOVE curee AND CUTTER 2. GroNTRACTOR snAu PROTECT EXISTING mLT Es Nm DESIGNATED k FOR PEMOVAL. NLET PROTECTION PER'MEOT SID. PLAN 40.20 ( `� T' `� 11 �1 3. CONTRACTOR SHPLL FURN SH PNG NSIALL NLET PROTECT ON TOIL' SAWCUT 17�yyIIl.r \ FENCE, WATTLES ANG OTHER EROS GN CGNTROL MEASURES ALL SDOT P (}, ,� \\ SYSTMINITIZE EMS SEDIMENT MIGRATION INTO STREAMS AND STORM DRAINAGE FENCE PER W D. PLAN 30,5 HIGH NSBLTY FENCE PER WSDOT STD. PLAN 10 .,0 1 A. FOR TREATMEM OF EXISTING JUNCTION BOXEEFTS 1 LUMINAIRE POLES ° �) v„ SIGNAL POLES PND YOU PMCM, SEE SHEETS 12 1 -- CLEARING LIMITS FI \\ 5. FOR TREATMEM OF E%SING SONS SEE SHEETS 17. IIILS. \ CONSTRUCTION NOTES Lu ( (P)A UT AND REMOVE EXISTING ASPHALT DOUG PAVEMENT . �— c� n � REOVE EXISTING SDE— H(SCHEDUL REMOVE EXISTING CURB AND GUTTER (SCHEDULE ) REMOVE EXISTING PEDESTRAN CURB. (SCHEDULE A) O5 PROTECT EXISTING FIRE HYDRANT. (SCHEDULE A) \ \ ulE AIF � ©PreO,ECT E, S,NG WATER vALUE (SC,EDULE A)OVA TO I IE AND REPLACE aSTNG JUNCTDN BDA SEE EGNA w V � - (DILUMNATON PLAN SHEET 2 FOR DEALS (SCHEDULE A B �'� PROTECT EASING STORM STRUCTURE (SCHEDULE A),'LGA_ B �v PROTECT ING JERSEY DULE E) S \� \ 1 ` - O REMOVE ANDSALVAGE EXISTING JERSEY BARRIER10TO THE CTY, v SY ITT AND SEE SI LLUM NATEON PLAN GSHEEI 2 FOR DEALS, (Sfk1EDULCG NAL / _ %� r A_ O REMOVE AND SALVAGE BUS STOP SIGN TO HD ME (EA)o� ELE B) 5 mW A '� I 19 REMOVE AND SALVAGE BUS STOP CANOPY TO METRO, (SCHEDULE BE . 1 + T ' 1. G , - - , - 1 - REMOVE AND SPLVATO GE BUS STOP TRASH CAN TO KC METRO. 00 7 0 ,2+0 ,3+00 ,3+40 (SCHEDULE) 5 F iOfi REMOVE AND SALVAGE BUS STOP BENCH TO KC METRO, (SCHEDULE BE SCHEDULE A O PROTECT EXISTING FENCE. (SCHEDULE B) © 0 E1I 1G O REMOVE EXISTING FENCE. (SCHEDULE BE o- s G SOUTHCENTER BLVD D REMOVE EXISTING DDNcreE,E BUS P (SCHEDULE M. rnH E B( 2O0 REMOVE EXISTING RETAINING WALL (SCHEDULE BE (17!! FIT — SCHEDULE B , 1 9 01 t��. Z,J 15 HE Ow iL a vy PLAN ®D GSALE IN FT 65TH & SOLITHCENTER BLVD Af- ITC WOR KSDEPT. � 5PSOMAS *ETGLVEHRIVG*STHT9*WATER*SEWER* AVFrzuF. BID SIGNAL IMPROVEMENTS 61,T) ss5 SUBMITTAL file no 9luKa,esoosauxc I, 1dbAV ,2R, a�.rom SITE PREPARATION & TESS PLAN A VF Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 GENERAL NOTES I. MSP IBEENPREPMWTONN CTIT1ECQNTRAC`O FROTECONC. AND AWIONC CONE CON4E msnN IN L om. IT I EN- WLIsEN r IS BASED UPM - AVNV0IE 1NFmxnnrn aNE is nar nECESSNALr ILCOMTR ON CpPIETE 2. CONTRACTOR SHNL PROTEcr ENSTNG EE9(xATEO QI llllulllll EASPNG UBUBES NOT FOR RMO- l. CONTRACTOR - FURNISH INE 14STA1 x1ET P -TON, SLT EKE xArT1E5, AN] OTHER ENOSON CONTROL MEASURES M 171905.58 171903.83 1189451.22 1189451.00 1a2 103 NINIYI]E KONENT NIMMON INTO SMENAS AND SM WANACE 1]89401.38 1209-1 SS. 4. FOR MEATNWOF T ENSRNG 9LNCnON OOZES. WNINNRE POLES 1)1908)4 1)1905.}1 SIGNAL YriAL POLES. AND EWIPNFNi, SEE SHFER 12-1 3. 10fi S 10] 5. FON MEATNWT OF ENSRNG SONS, SEE SHEER 17. 1209465.94 118946fi.64 IDB 109 110 1)1901,02 1]1918.00 nRee.44 SAWCUT LIMIT POINTS QI NORTHING EASPNG 100 101 171905.58 171903.83 1189451.22 1189451.00 1a2 103 1)19)0.10 171915.20 1]89401.38 1209-1 104 105 1)1908)4 1)1905.}1 1289481.50 128948220 10fi S 10] 1J190flOfi 17190259 1209465.94 118946fi.64 IDB 109 110 1)1901,02 1]1918.00 nRee.44 110949881 110949].23 1ae34e3a) 112 1)19920} IT999.12 1209490.88 1289499.15 II} 1)X105.42 IJ199B.Jfi 128952290 1289525.21 115 116 1]198839 1719M OO 1109516.49 1289543.10 F 117 a IIB 1]1984.39 1)1908.83 1209550.99 809551.10 119 120 IYA1fl59 I)20Cfl18 1289523.21 1289518.)) IRI 122 IYXtlI.I} -7.61 128940833 1209407,19 el 1 ]X10].2(1 110948541 m�65TH & SOLITHCENTER BLVD PUBLrC WORKS DEPT. NA9E4 PSORAS a��;a°� NA9E4 BID SIGNAL IMPROVEMENTS to *ET'GLVEERIVG*STREETS*WATER*SEWER* N�eI:.A BY 04 auE2 u1. eY E4 SUBMITTAL SAWCUT LIMITS PLAN immek �o w.o�ama�.�om m owes cry ��IDmv m�65TH & SOLITHCENTER BLVD PUBLrC WORKS DEPT. NA9E4 PSORAS a��;a°� NA9E4 BID SIGNAL IMPROVEMENTS to *ET'GLVEERIVG*STREETS*WATER*SEWER* N�eI:.A BY 04 auE2 u1. eY E4 SUBMITTAL SAWCUT LIMITS PLAN immek �o w.o�ama�.�om Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 me,ema SCALE IN FEET u to PUBLrC WORKS DEPT. *ET'GLVEERIVG*STREETS*WATER*SEWER* m� Ns o. a��;:°� Ns o. PSOMAS —11 BID 65TH & SOUTHCENTER BLV SIGNAL IMPROVEMENTS NeeI:M Bu 04 eu a4 . SUBMITTAL w.o­m­.rom CLEARING LIMITS PLAN me,ema Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 FEF I PLAN ®N O 11 "AFT, C FEeD T 0�1111' *ET'GLVEERIVG*STREETS*WATER*SEWER* ALIGNMENT&SURFACIIN GEONERRALI NOTES I LICIT", 11 —FACTS, 'ALL 10111 G LCIATICKI 2 FOR POW PLAN, SEE SHEET 4 EreOsi PLAN, INS TEGIBIA11 BE PO FRONS uEAsIRES, SEE SITE PREPARATION 4. CONSTRUCT PAVEMENT RESIORATION, CEMENT CONCRETE TRAFFIC ND CEMENT CURB TIA 101-1 STA ILS SHEETS " s. FORNWALL LAN S uSROVEMENAis SEE snEETONCZE s PAVEMENT s FOR wnu PEAN. SEE SHEET s 9. FOR TRAFFIC 7 FOR SIGNING CONTROL PLZAN, EEMSHEET 1[M5. SEE SHEETS 17. P S O M A S VENUE CONSTRUCTION NOTES 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS11 z� CONSTRUCT PAVEMENT REsoRATION PER COT STD PUN Rs -03 CONSIRULT CEMENT CONI TRAFFIC CURB r COTTER PER COT SID O PLA Ns R coo. o ORso4. (SCHEDULE A) NC PEDESTRIAN CURB PER COT SID PLAN SUBMITTAL CONSTRUSID PLAN RSToe. ((SCHEDULE A) ©9 FOR CURB RAMP PLAN EE SHHEETT S E) ADJUST CATCH BASIN TO GRADE (SCHEDULE A) me�osNM�o O-ST UCI CEMENT CONC PAVEMENT BUS PAD. (SCHEDULE R) SEE FEET 10 FOR BUS PAD PLAN w.Uom�.mm LEGEND INTERSECTION SURFACING PLAN ......................... ......... E%ISIING ROW LINE EMBANKMENT LINE - CUT TO wFVF IMGA - — PAVEMENT RESTORATIONLL CEMENT CONCRETE SIDEWALK AND PAVEMENT +'11 P S O M A S VENUE BID 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS11 a ss IF C'K SUBMITTAL me�osNM�o w.Uom�.mm INTERSECTION SURFACING PLAN V TO wFVF amC wFz9Aeozs Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 CURB LAYOUT POINTS -WEST NUMBER STATION OFFSET ELEV DESCRIPTION 5 — 15 IS LT 1141 FLAKE 1711 LT FE- FAMP 0.84LT 8 11x40.93 2218 LT 3351 FLPRC 9 11x4770 22.85 LT 33.50 FLPRC 10 11151.06 27.23 LT 33.45 RAMP SCHEDULE A 1 n ION PANEL (SCHEDULE A) Q TT P DNW�scHEomE ED SOUTHCENTER BLVD CURB LAYOUT POINTS - WEST NUMBER STATION OFFSET ELEV DESCRIPTION 1 1111 LT 12 1124 LT 11 4141 LF 14 41 1Y LT 1 4111 LT 0 3979' LT 8' LT 10 11a2].I2 23.58 LT 3399 PT 19 11x2512 23.49' LT 34.00 Al SCHEDULE Amy ,/ u 1=1363 L=25.46 12 DO } PUBLrC WORKS DEPT- PSLOMAS III DLN,.11 BID 11 IE 4,K *ET'GLVEERIVG*STREETS*WATER*SEWER* TI1eeI:M SUBMITTAL -�1' --- GENERAL NOTES i PORARCONSTRUCTION ,ED,OMR�CLOR�SHPLL ABED SOLELY RESPONSIBLE TO LOILSTRUCT PSEMEN MENT HE RPM'S ANU DEWA KS IN CONFORMPNCE WIIH TH 1115E DETPII 1 OPOSED RDW NON-COMPLIANT WORK EATNNO ADDITIONAL COST 10 THE �RR[CT ALL CON p CH TIME z 3 z SLOPFELD PERFAN'AreAUC�Nl ADEP Y. ANDSONITSIT"MJIFCURB AUP, T� ENo - FIELD VERIFY. MODIFY. AND CONSTRUCT CURB RPNPS TO MEET ADA REO - THE GOM N R 1 3, HE GOTRACTORSHALL PROVIDE THE ENGINEER A MINIMUM OF 29 � 11 DURS NDT C[ WH[N FO NS Ak[ ET FOR PDA RAMP WORN FOR NSPECT ON AND AOJUSTMCMS10 CONSTRUCTION NOTES a 1 ev e (D CDNSRUCT PERPENDICULAR RAMP PER COT SID PLAN RS -12 (D CDNSRUCT P4PATEL RAMP PER COT SID PLAN RS -10 SINS 5;2 TALL DE,1C,AEL1 WARNING SURFACE PER CO, STD PLAN Rs -11 s, 21 C� AS \ /� sa zs 21 - 4 IDEE HSC�EDDP4N� � PANu B LAYOUT POINTS - EAST TON OFFSET ELEV DESCRIPTION CURB LAYOUT PEREPENCE I'll LT POINT LOCATION 44 24 LT 1113 LT .� P'FE 2118 LI E-7 FLOWLINE ELEVATION REFERENCE POINT 18.00' LT RAMP NTS (SCHEDULE A) ].16 26.31' LT 34.80 342 10,10' LT 34.29 MATCH E%ISIING e EQ9a 1,79 24.37 LT 34,74 SIDEWPLK TRANSITION ryo ��IDmv c 65TH & SOLITHCENTER BLVD s SIGNAL IMPROVEMENTS ss ra<�o sluhmawHww CURB RAMP PLAN 1„ ,�c. �T,IF�o�1E am; a9/s9nozs Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 CURB LAYOUT POINTS -SOUTH NUMBER STATIONOFFSET ELEV DESORPTION 4712 IT 32 1H1fl40 11.12 IT 3341 AP 33 1H150] 11.12 IT 3541 AP 34 fl+13]1 1212IT - AP 31 1x19.09 1211 IT 33.41 AP 31 1119.01 1111 AT 3531 AP I HT19 71 5175 AT 33 30 AD 17 21 IT PLAN A& kw LSCALE IN FEET GENERAL NOTES CONSTRUCTION NOTES O INSTALL DETECTABLE WARNING SURFACE PER CGT SID PLAN PS -17 q� CONSTRUCT THICKENED EDGE SIDEwA1x PER DETAIL 1, THIS SHEET. (SCHEDULE B) CONSTRUCT U B ONS RC CO RIERFORT WALL WTH INTEGRATED SHELTER FOOTING PER NC STD DLL D105, DETAIL 1. © METRORTO FURNISH AND INSTALL RRER1C OF PAIIDNI E SHE I A (SCHEDUET LE B)01, D101A AND D101 NC TOTER RECEPTACLE (INSTALL 91 HC METRO, SCHEDULE B) BENCH (INSTALL BY HC METRO, SCHEDULE BE O CONSTRUCT SURFACE MOUNTED POLLARD CONCRETE FOOTING AND BOLLARDS PER KC METRO STD ALL 10F 5) (SCHEDULE OF DSR, DETAIL 10 (11P G B SIGN (INSTALL BY KC METRO, SCHEDULE OF it CONSTRUCT SURFACE MOUNTED TYPE 3 FENCE PER WSDOI STD PLAN L-20.10, CONTRACTOR TO O 'OR DRAWN" FOR SURFACECINITRUCI D MOUNTED METHOD. (SCHEDULE SURFACED To' 'FLOOD ALE E,EB)SNELANEL-3010. CONTRACTOR TO SUBMR INSTALL CONCRETE BARRIER TYPE F (PRECAST) PER SOT SID PLAN C-6010-04 (SCHEDULE B) F (PRECAST) TERMINAL PER �GT SID PL 14 (SCHEDULE B)� E BANNER TYPE AN FBGE0-02 INSTALL CONCRETE BARRIER FENCE, MATCH EXISTING (SCHEDULE B) I6 INSTALL IA4' DETECTABLE DIRECTIONAL TILE INSTALL "I DETECTABLE DIRECTONAL TRE JOINT PER KC STD DR DID,. DETAIL ] TO ISRALF EDGES FROM PAVEMENT, SIGFWALHS, OR OTHER 1e STRUCTURES. (SCHEDULE B) CWF 4,0-6/6 (SCHEDULE B) 0.1 4.0 k'AN,MDE'R' PCRCOT SIDRPLAN RS -04119 TYp SOF Y.�P CEMENTAND TERC11 PER GOT STDRPLPN RS-04EXInINC ROADwav - _ ��� � � •. m iD EXSNG ROADwav ceOP BRDC MA OF ATOF EXISTING ROADWAY CROS"ITERTOS SLOPSLOPEE 1 112H: 1V THICKENED EDGE A' CURB SECTION A -A (SCHEDULE B) mPUBL.rC' WORKS Z7EPT- *ENOINEERENGISTREETS*WATER*SEWER* THICKENED EDGE SIDEWALK DETAIL1 NIS (SCHEDULE BE P S O M A S 65TH & SOLITHCENTER BLVD 1111 ELL PIT =1 BID SIGNAL IMPROVEMENTS SEATTLE. *A SUBMITTAL SES BUS PAD PLAN www.osomas.�om I,ul< «I,wl1 Q 11- m 10 �o� IMP. Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 45 40 35 30 25 20 mPUBL.rC WORKS DEPT. *ENGINEERING*STREETS*WATER*SEWER*A ELL ELL 45 40 CONSTRUCTION NOTES CONSTRUCT CELL DIGEORT WDLL !(S INTEGRATED SHELLER -TING KC srD mus, CHEDULE BP �- RE OPER SUCFACEELL ..LED I FEIC Lo2010. CON RACTORMTOESIIBMIT SHOP DRAWING FOR METHOD l0 N m. (SCHEDULE BE UE 12 Illlllulllllll _____'______ - d a a a d �„4 O - ----------- a a %EG 10F a ® BACKwuL a LEI PULE E) C HAD IEE DELAL T. THIS SHEET. EL 23 91 0+00 Or80 mPUBL.rC WORKS DEPT. *ENGINEERING*STREETS*WATER*SEWER*A ELL ELL 45 40 CONSTRUCTION NOTES CONSTRUCT CELL DIGEORT WDLL !(S INTEGRATED SHELLER -TING KC srD mus, CHEDULE BP �- RE OPER SUCFACEELL ..LED I FEIC Lo2010. CON RACTORMTOESIIBMIT SHOP DRAWING FOR METHOD l0 N m. (SCHEDULE BE CONSTRUC�IDSURFPCCEMOUMED SINGLE GATC PER N5DOT STD PIAN L-30 1� CONI -101 TO S"MITSHOP DRAWINGS LOU SURFACE MOUNTED METHOD. (SCHEDULE R) Illlllulllllll Q u 5 CRUSHED IJIFARN� BASE 10111E LEVELING HAD PACT ED THICK PC " OF 12 N AND IOMPACOF IT THE MAXIMUMTEDRYT DENSIITNOT YESS PERTASTM9D1155T. 30 F LEVELING PAD DETAIL 0 N's (scHEDULE E) 25 20 PSONAS VENUE BID WWW HP 'EASam05 11121 m SUBMITTAL 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS ss WALL PLAN AND PROFILE „ ,�c. �T,FoE am; w/ssnu2s Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 JIUNAL MLAU -U-N ®® I J ®® O OO O 2 0 ,2" °FA o12 000 °�"2� 0ln� 6 - 0,2 ®®00 X17 000 M®00 JIUNAL MLAU -U-N I J O OO O 2 0 ,2" °FA o12 = °�"2� 0ln� 6 - 0,2 ,2' X17 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 ,�1� Umsv" CONTINUATION — SEE SHEET 12 `"' PUBLrC WORKS DEPT. ?� *ENGINEERING*STREETS*WATER*SEWER* NOTE: ERa. mnlsre"FIF, nNo SRI NOTIs sII swIIT 1q. PANEL SCHEDULE ® 01, i A C ,�1� Umsv" CONTINUATION — SEE SHEET 12 `"' PUBLrC WORKS DEPT. ?� *ENGINEERING*STREETS*WATER*SEWER* NOTE: ERa. mnlsre"FIF, nNo SRI NOTIs sII swIIT 1q. PANEL SCHEDULE PS AMR NTER BLVD SOI E ®O SCALE IN FEET P S O M A S 65TH & SOLITHCENTER BLVD „N1E BID SIGNAL IMPROVEMENTS SUBMITTAL SIGNAL PLAN sties 13 ra<�o � �oimonncovu ® ® . . PS AMR NTER BLVD SOI E ®O SCALE IN FEET P S O M A S 65TH & SOLITHCENTER BLVD „N1E BID SIGNAL IMPROVEMENTS SUBMITTAL SIGNAL PLAN sties 13 ra<�o � �oimonncovu Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 I. ALL WORN SHALL BE CONPIEIED IN AODMDANCE NM ME CITY OF TUKWLA STANDARDS. AMOT STAMARD PUNS, ST.-.PEORGAT.S, PECH. P-SGmS AND AXES PUNS 2. FOR 9CML COMtlNARM NM ME CITY OF MKNU, CONMACM SHALL CONTACT MY TRNFlC MALNIFNANO= GEPMMmT REPRESNTAIK ON KIIMUN] AT 208-730-6478. 3. CCHMACFOV MIML =MNAX NM POWER COIPALNY RECNMNC ME ELECTRIC& SERVICE CMNmMIN. CONMACTOV SHALL CONTACT ME ME RPRESNTARK PRION TO INSTALUADM OF NE1EA BASE. UTILITY WCAIION (ORAL -A -0C) PRO M CONSMUCPON GHALU NE ME RSPON SIUTY OF ME CMMKMW CONWCTS SHALL BE BROUGHT TO ME ATIENIM OF ME ENGINEER FOR RSDLUTRIN. 5. MOR( SHALL BE CONSSIENT NM UTILITY AGENCY REMIRBUENR. ME CONMACTOR GHIML CONTACT NL PERMENT UFUTY MEN ES AS HOURS BEFORE C'ONMENONG WORK. AND SHALL COORDINATE NM AFFECTED UMN AGENCIES MRQUMOIT ME P- 6. ME LOCATIONS O NL COMMIT AND JJNCBM SOM SHOW M MIS PUN ARE FOR GRAPHIC PRESNTATION ONLY AO SHALL BE INSTALLED NMN ME ON RICHT-CF-WAY. NUMBER OF CONDUIT GENDS GETWEEN PILL POSITS STALL NOT BE MORE MAN ME EQUIVALENT O FMO OIA RTM BENDS (MO DECREES Park). F BUMBEA OF . M EXCEEDS 366 GmREES. ME CONTRACTOR 9HALU INSTALL AUDIO IN WIN BONES, As NEOUBm. IML NEV roMOAION I-OCARMS SHALL BE WPROWD BY ME an TRAFFIC ENGINEER ON ME ASSKNED ON NPECTOR PRIOR TO EXCAIMON. 7.PECESMIAN PUSH SURMS MALL BE ACCES9AE PEDESMIAN SCNALS (WIN S) SE AND MALL NE INNTALED Pm ME LATEST ADOPTED MUTCO ANI PRONAD STANDARDS ORIENTABM AND LOCAIN OF PUSH BUTTONS SHALL BE YWIFlED NM ME ENCNEER IN ME FEW PRION TO ORWHC POE ACCESS HUES. WS PUSH BUTM Calm- FACES SHALL BE INSTALLED PARALLEL TO ME CROSSWALK NERMEI ALL PUSH BUTTON MALL BE MONEY AND CalPIE1EIY CON3ED NM SUN NATIEN& NIIIE NOT N -ARM. B. k1. CONDUCTORS FOR SOMAL HEADS, CAMERAS, PEDESTRIAN HEADS PUSH BUTTONS, EVE EMIPNENT AND STREENCHTS SHALL BE USEUD IN EACH WNCOM BOX. S. k1. NEN JINCTION BOXES PLACED IN ME SDENALK MNL HATE I.IXKAG E ANI N ID-RESSTANT UDS. la.ALL MEHIOE MD PEDESMIAN 9CNAL HUGS ANO PUSH BUTTONS GHALU NE snIRLLY ANO COPENL IY COM ED UNTIL PUT INTO O ERATON. 9MAL HEAPS TILL BE BACKED NM A SMALL HOE N UNE AM UGH 9MAL NEM. 11. ONLY JOURNEY LLNL NOR( GHIML BE ALLOYED IN ME SM& CASNEE 12. ME CONTRACTOR SHALL TFRFY MNIMM VERTICAL CIEAMACE DISTANCE O WIN UNDER AL NEW MAST MN MOUNTED SON& &ABs 13. AL ITENN ARE SCHEME A EXCEPT WHERE LIBELED SCHEME B ON ME SM& AND IIEDNINAflON PLAN. SHEET 12 ANO 612 ARES FRGN ELECTRICAL SRNCE CARNET TO BUS -TER. EMSDBG MEW DISCRE110B PONE NM NAST ARM AND MMIHEW SINE LMINARE Q TYPE PS SM& POE Q9 TYPE PPB SCNAL PONE LUNINNRE POE _IIS, WHIOE 9MAL HUD (THROUGH) WgOOE SOMAL HUD (I -EFT NM) PEOESMIAN SON& HEW O SON& Pal£ MNSTRIMION NOTE 0 cam -nom Non: 0 NR NOTE O SON Nan: 0 LUMINAIRE 0 NUNEDUIE B Nam MIRE NOTES EXUARDEAc a -Mm IEMPPE)IE PRE-mP1NN ARROW GREG ON APS PEDESTRIAN PUMBUTFON MESSAGE NPE -Illy NAST AIN MONIED SON 89 IIIIIIIIIIII MD. MTECraN CAMERA RIO -MIL) lllluo.l PR CIWFIU 2 m TRAFFIC CM- GENET ® ® ELECTRIC& SAMCE CABINET TONE .MNCMIN BOX (TYPE I. 2. 8) ', IS -CASE VMILT COIAu1T MROU..-I. ZONE O SON& Pal£ MNSTRIMION NOTE 0 cam -nom Non: 0 NR NOTE O SON Nan: 0 LUMINAIRE 0 NUNEDUIE B Nam MIRE NOTES 1. CONDU N CONFUSING CONDUCTORSSHALL INCLUDE GROUND IFEGROUNDSOUL OMD GIBE SE MATCH ME IPADEST CONDUCTOR (NIN 28 AIG. CONDUITS THAT DO NOT CONTAIN RECTI CAL LOBUCMflN %M-NGUM A BENECTUB E RLL TME WEND SHALL BE USELED'ON M RANGI 2 ALL PROPOSED COMMITS SHALL BE RIGID PAC Sm m, UNIESS OTHERWISE NOTED. 3 F2 SIRES FROM EECTRICAL SENPACE CARNET TO BUS SHELTER ARE SMEDJW B. 4. SZE TO BE 4WIFlED IN ME FlEW TO NATO EASONC COMMIT. PUSH BUTTON SCHEDULE PORE i 0 ARROW GREG ON SM MESSAGE NPE ONLY ONLY 89 IEFr RIO -MIL) ADDIBLE TONE 2 EB RIMi B91E2 . SMS AIS mar SHAM TO SGL. TONE 3 89 IEFr R10-310-7 AUDIBLE TONE 5 68 LLFr RIO -XL) I AUDIBLE TONE D (OIL IN HAMHOE). NSTALL HANGHtlE AND TRANSFORMER GOOD! AM WORK NM ME NARESNTA1W PRIOR TO COMMIT BENCHING 9 LOCATION OF EMS NO IN MI -T. WCARM OF NEMESr FlBMMTIC RILL PONT. COGRONAIE AL WORK NM an TRAFFIC MAINTENANCE MFPMMENr RFPNESNTATI 10 INSTALL CAIS N USING FENCE FOR SON& MAINTENANCE ACCESS. FOR DETAIS SE CALL PUN. MEDT 8. O RENON EXISMG WMNAINE POE AND WMNAINE AND S&VAGE TO THE CITY. MND MOM EASMG MUNDAIN 3 FEET BELOW PROPOSED MANE ON REMOVE COMPLETELY. SAIXFILL AA COMPACr PER PEDAL PRM9ams. RMON EXISTING UBUSD WRING ANO GP WEND ASANOM EASING COIOUIT. I® PNaffcr EASING WNINNRE, JMCRON BUX CONQUIr, AA NRNG DURING CONSTRUCTION. STALL MOED DETECTION CANEIU WEND MDUNINC EQUIPMENT ON MASr ALN AA ST N]IKKE GEIECION ZONES. roam- AL 1 WORK AND E%AGr LOCATION O CAMERA NM ME CIN MAEFLC MAINTENANCE DEPWTMENr REPRESNrAME PRIOR TO DRWNG MASr ANY HOED. REMOVE EXISMG JUNCTION BOX AND INSTALL TYPE 2 WNCIM BOX BEHIND NEW SDEVIL( NM NON -SOD UD AND FRAME PER NBUOr SmPUN J -40.1o. INSTALL NEN mwulr AND AIRING PER WE Rams, MB SHEET. RNMTE EXISTING COMMIT INro NEN XWOM Bax AS NECCATS EAST O Sm CAS E EASING M MNrMiIBEBUPTIC ASE ANO INMNOPT DUEO21 EXISTING CASE Ram FOR KCAL PU EURN9H ANI INSTALL SMALL CABLE VAULT NM NON-SKID LD PER sO PVN J-902 SNOW FM GRAPHICAL BUflNPUO ONLY, (LO:ATIM EER A COMDINATIE E%Mi ME ENGI NM ME ENGINEER N THE FlBD). INSPALU PICS MAY AND SP1C£ AT 66ME (ELIDING SHALL BE M8M. AM N ME FlOD). EASING FlBMMIC CME WILL POINTS SHALL BE AT BBM STREET NIERSCTION ANO 8210 NIERSCTION. S£ PEDAL fA0M90NN. A TI . ME LMAnaN OF EXISTING WYINNR POE FURNGH WHO NSTAL EWE MIT ON WNNNR POE (COCR INANE EXACT LOCATION ANO ANNE M INSTALLATION NM FINE DEPARMENr AND MWFIC SON& WANIFNAHCE GEPMMENr REPRESENrAM£s) AND INSTALL NPoNG M TRAFFIC 9CNAL CONIRMED CARNET, THROUGH EASING ILLUMINATION COWUIr, PER WE NOTES, MIS SLEET. 1 MRM& WON GERECIM ZONE (910x1 FOR RFFNENCE ONLY). FINAL ZONE LOCATIONS M BE OEIBBMINm BY ME MAI PORTAIOM MAINTENANCE MANAGER I® FOR CMQUIT/WRNC CONINUATION SE FtlLOYNG/PflECEONC SM& GHEET. O INSTALL TYPE 2 JMUCH BORES IN CONCRETE BUS PND. INSTALL NEC TYPE UNUSED DINCONNECr IN EACH )12 ARE IN WNCTIM BOX msEsr M BUS GHFOR ED CONNECTION COL M MET OF EACH BOX M BE KILLED TO BUS ■� WEND 112 NNE IN JUNCTION NRS GHLLREN BY OTHERS; COOmNATE NM KING COUNTY MEMO ANO ME ENONEER IN ME FEE, ® CATION OF EMPTY ITS VAULT. INSTALL A LGN& CMOU T, NEE RACMNG ANO COL LOO OF PALE CASE IN ME VAMT. COORDINATE WORK NM ME ENGINEER IN ME ME. SEE PEO& PROVISIONS. 21 INSTALL I' CRS CONDUIT SNB -UP, MOUNDING ELECTRODE, I' CRS CMPUNG AND 3' PVC CM AT IEFT REM IED O NEW M -IO BUN MELREN WCARON PER KING COUNTY MEMO TRANSr CONAL I- MANST PASSNNN FAOUIES-PRONYENR ORAMNGS Na. 0101, All AND 0112 SEE BUS PAD RAN, SLEET 10. VR6FY MAL LOCATION NM ME ENCNEER IN ME FEW PRION TO INSTALAMIN. ® INSTALL PR CIWFIU AND WumRNG EQUIPMENr ON WMNNRE MN COORDINATE AL WORK ANO EXACT WCARGIN P.V c�cA,V NM ME ON TRAFFIC NNNIENI DEPARTMENT REPNESENTATME PRIM TO DRIWNC WMINALRE AIRY HOES . 4 ® fNiNl9H ANO NSTALL MAST MN CWS FOR BOM NASI WN ANO NIST ALN EXIEN9ON9 CONIRA.CM GHALL ^ ONLY INSPALU CW FM WMENi SIONAL CMFlMflATIM COMgNAIE AM ON TRAFFIC NAINIENANCE mPABMENr RPNESNTADW M HAYS ON STORE EXTRA CWS MR COME LASE. F�arvax eA'� iry QB Alm PND UNDER SGHEDUIE B. c 1. CONDU N CONFUSING CONDUCTORSSHALL INCLUDE GROUND IFEGROUNDSOUL OMD GIBE SE MATCH ME IPADEST CONDUCTOR (NIN 28 AIG. CONDUITS THAT DO NOT CONTAIN RECTI CAL LOBUCMflN %M-NGUM A BENECTUB E RLL TME WEND SHALL BE USELED'ON M RANGI 2 ALL PROPOSED COMMITS SHALL BE RIGID PAC Sm m, UNIESS OTHERWISE NOTED. 3 F2 SIRES FROM EECTRICAL SENPACE CARNET TO BUS SHELTER ARE SMEDJW B. 4. SZE TO BE 4WIFlED IN ME FlEW TO NATO EASONC COMMIT. PUSH BUTTON SCHEDULE PORE i BW TM A ARROW GREG ON SM MESSAGE NPE ONLY ONLY 89 IEFr RIO -MIL) ADDIBLE TONE 2 EB RIMi B91E2 . SMS AIS mar SHAM TO SGL. TONE 3 89 IEFr R10-310-7 AUDIBLE TONE 5 68 LLFr RIO -XL) I AUDIBLE TONE NOTES 1. FOR SrARW/OFYr, SEE 9M& POE PEOFlCATIO.- SHEET (I8� 2. PED MAN PUSH BUTTON STATION %ALU BE EZ COMMUNICATOR NANGATOR 2 WE STATION BY POLANA AND HAW ASUN FRAME. 3. ONmTATION OF PUSH SU MONS GHALU NE CONFlNm BY THE EMONEEN IN FEE PROM M GROANS HOFS 4. BI9-3e SON GHALL BE 9' X 15' PER 9IDOT SIB PVN J-2128. O O Southcenter Blvd 0 `"' PUBLrC WORKS DEPT. ? � *ETGINEEMNG*STREETS*WATER*SEWER* E��sonwc $ACK M WIVE AH aADceRQUnI O GO Mucr MumaAnam PER V9or sm PVN J-26.10 ANO MRMKN AA INSTALL TYPE III 9M& POE FOR PALE ICCATION AND NllAK, N M A ONLY ONLY MIXOMAL NroMAION SEE SINK POE mUPNmr SaMauL[ smEr 11 ANO PUSH BUTTON SCHEDULE, MS GHEET. SEE PEAK PROAI9MS .AIXMQUNO O R3-8 (NOD) RIO -12A (NOD) (b' (38' x 35') B91E2 . SMS AIS mar SHAM TO SGL. ALL SIGN ONEN9ON5 SHALL BE WN ED NM ME EACAMEN ANO 2 All SKNP.GE MALL COMI AM NARFACMRN PRM M FABRGRM. ME UTESr STATE ADOPTED MUrm STANMNIs. S NAST AAM MOWED SMS SHALL HAVE TYPE IX MEEFM ANI SHALL BE GRACED AND INSTALED PER ASOOT SII PUN G-30.10. PSOMAS 11,11 BID WWW Sam05 m SUBMITTAL CONSTRUCTION NOTES O GO Mucr MumaAnam PER V9or sm PVN J-26.10 ANO MRMKN AA INSTALL TYPE III 9M& POE FOR PALE ICCATION AND MTNLS SEE SGML Pal£ PEOFlGOMS %EEr N. MASr ALN EXIENSON M BE FURNISHED ONLY, IF GHALU Nor BE INS - GO DMATE NM CITY 1RPFFlC MAINTENANCE DEPARTMENT RPFESmrATNE FOR an TO STOE EXIENSM FOR "w uK.FM MIXOMAL NroMAION SEE SINK POE mUPNmr SaMauL[ smEr 11 ANO PUSH BUTTON SCHEDULE, MS GHEET. SEE PEAK PROAI9MS cam IMICr FOUNDATION AO M - ANO INSTALL TYPE PPB SIGNAL POE PER 9IDOT SNI PVN J-20.1& FOR POE LOCATION WEND © DETNIS SEE SON& PONE PWACABONS, MEEr 10. FOR ADDITIONAL INFMMABON SEE SOMAL POE EWIPNENT SHEDUIE, SHEET 12 ANO PUSH SuMal SmmUIE, MIS S EET. SE PEO& PROASONS. © CaNSIBUCr CMB BAS: MMOAn0m PER WSIOT SM PUN J-21.10 ANO FURM N WHO NSTALL TYPE PS SON& POE PER AMOT SRI PUN J-211.18. MR PORE LOCATION WEND DETAILS SEE SON& PORE PEtlFlCATIONS, SHEET 16. FOR ADGIMINAL INFOMAION SE SON& PONE EOIIMENT SCHEDULE:. SHEET 12 AND PUSH BUTTON S HEDUIE, MIS SHEET. SEE SPOAL PHOAISMS O GO mucr FOUNDATION PER AEDOr STD PVN J-28.10 AND FURNISI ANI INSTALL W& MAST AM THE SO SIONAL MIL FURNISH AO INSTALL EXIENSM ON m Wer ALN, FOR PDIE LOCATION AND DETAILS SEE SON& POE PEtlFlCATIMONS. SLEET 16. FOV MAXIMAL NroMAIM SE SONPOR & E mUPNEXT SMEDuLAN [ smEr 12 O PUSH MRM SCHEDULE, S %EEr. SE PEO& PROMSMS (D GO n ucr FOUNDATION PER AEDor sm PVN J-21.10 AND FURNI N ANO INSTILL TYPE PS SIONAL PONE PER ASOT SO PVN J-20.18. FOR POE LOCATION AND DETNW SE Sm& POE SPECIFICATION, SHEET 16. FOR MIXTIONAL INFORMATION SEE SON& POE EQUIPMENT SGHEDUL[ MEET 12 AA roGH BUTION S HEDJL[ MIS MEET. SAL E SPEAPROMSONS. © MNsmcr COM9NED TRAFFIC 9CNAL CONIRMED CMNEr/ftECMCAL SEANCE CIBNEr FQUNOAION PER mmr SID PUN J-Io.10. Ej CENTER O FOUNDATION SHALL BE I-= AT 41UMONIED BEA). APROX STA IIII& 20.0' LT (SLUM EDGE O FOUNDATION SHALL BE IN UNE NM BAN EWE OF SOEWALH). MERFY M& ECAnM AM ME ENGINEER IN ME FEE PRM M EXGVAIM FOR ME FDUNOAIM. INSTALL NEMA TYPE'P+' SON& GON1101 n CABINET NM CONMMFN. BATTERY BACKUP SATED AND AL ASSWATIED EQUIPMENT. INSTALL CENTRAL CORM UNT FOR APS PUSH BUTTONS ANO WED CARDS PER PEDAL PRON9ONS. MRM% AND INSTALL ELECTRICAL SEANCE CABINET PER Car SN DETAL M-29, EXCEPT MATCH ORCUTS PER PANEL SCHEME, SmEr I3. QUMORNAIE ELECIPoC& METER BAS: INSTALURM NM ME PORN COMPANY REINESENTAM£ SE SOCIAL PBUM9ONS O REP LAIX EASING BOX ANO OIPOSE OF AL UNUSED KING FROM BEAOAED LMINABE. ■= .TINCTION 8 LOCATION OF PSE SECMOMY HA MMTALL E. INSE,i caNDU1r INTO PSE VMILT ANO INSTALL SERVICE CE GINDUCS FROM EIECMICAL SNNCE CARNET EXTRA 20 RET PS MALL SRMCE COIOUCMRS BETWEEN SECONCARY D (OIL IN HAMHOE). NSTALL HANGHtlE AND TRANSFORMER GOOD! AM WORK NM ME NARESNTA1W PRIOR TO COMMIT BENCHING 9 LOCATION OF EMS NO IN MI -T. WCARM OF NEMESr FlBMMTIC RILL PONT. COGRONAIE AL WORK NM an TRAFFIC MAINTENANCE MFPMMENr RFPNESNTATI 10 INSTALL CAIS N USING FENCE FOR SON& MAINTENANCE ACCESS. FOR DETAIS SE CALL PUN. MEDT 8. O RENON EXISMG WMNAINE POE AND WMNAINE AND S&VAGE TO THE CITY. MND MOM EASMG MUNDAIN 3 FEET BELOW PROPOSED MANE ON REMOVE COMPLETELY. SAIXFILL AA COMPACr PER PEDAL PRM9ams. RMON EXISTING UBUSD WRING ANO GP WEND ASANOM EASING COIOUIT. I® PNaffcr EASING WNINNRE, JMCRON BUX CONQUIr, AA NRNG DURING CONSTRUCTION. STALL MOED DETECTION CANEIU WEND MDUNINC EQUIPMENT ON MASr ALN AA ST N]IKKE GEIECION ZONES. roam- AL 1 WORK AND E%AGr LOCATION O CAMERA NM ME CIN MAEFLC MAINTENANCE DEPWTMENr REPRESNrAME PRIOR TO DRWNG MASr ANY HOED. REMOVE EXISMG JUNCTION BOX AND INSTALL TYPE 2 WNCIM BOX BEHIND NEW SDEVIL( NM NON -SOD UD AND FRAME PER NBUOr SmPUN J -40.1o. INSTALL NEN mwulr AND AIRING PER WE Rams, MB SHEET. RNMTE EXISTING COMMIT INro NEN XWOM Bax AS NECCATS EAST O Sm CAS E EASING M MNrMiIBEBUPTIC ASE ANO INMNOPT DUEO21 EXISTING CASE Ram FOR KCAL PU EURN9H ANI INSTALL SMALL CABLE VAULT NM NON-SKID LD PER sO PVN J-902 SNOW FM GRAPHICAL BUflNPUO ONLY, (LO:ATIM EER A COMDINATIE E%Mi ME ENGI NM ME ENGINEER N THE FlBD). INSPALU PICS MAY AND SP1C£ AT 66ME (ELIDING SHALL BE M8M. AM N ME FlOD). EASING FlBMMIC CME WILL POINTS SHALL BE AT BBM STREET NIERSCTION ANO 8210 NIERSCTION. S£ PEDAL fA0M90NN. A TI . ME LMAnaN OF EXISTING WYINNR POE FURNGH WHO NSTAL EWE MIT ON WNNNR POE (COCR INANE EXACT LOCATION ANO ANNE M INSTALLATION NM FINE DEPARMENr AND MWFIC SON& WANIFNAHCE GEPMMENr REPRESENrAM£s) AND INSTALL NPoNG M TRAFFIC 9CNAL CONIRMED CARNET, THROUGH EASING ILLUMINATION COWUIr, PER WE NOTES, MIS SLEET. 1 MRM& WON GERECIM ZONE (910x1 FOR RFFNENCE ONLY). FINAL ZONE LOCATIONS M BE OEIBBMINm BY ME MAI PORTAIOM MAINTENANCE MANAGER I® FOR CMQUIT/WRNC CONINUATION SE FtlLOYNG/PflECEONC SM& GHEET. O INSTALL TYPE 2 JMUCH BORES IN CONCRETE BUS PND. INSTALL NEC TYPE UNUSED DINCONNECr IN EACH )12 ARE IN WNCTIM BOX msEsr M BUS GHFOR ED CONNECTION COL M MET OF EACH BOX M BE KILLED TO BUS ■� WEND 112 NNE IN JUNCTION NRS GHLLREN BY OTHERS; COOmNATE NM KING COUNTY MEMO ANO ME ENONEER IN ME FEE, ® CATION OF EMPTY ITS VAULT. INSTALL A LGN& CMOU T, NEE RACMNG ANO COL LOO OF PALE CASE IN ME VAMT. COORDINATE WORK NM ME ENGINEER IN ME ME. SEE PEO& PROVISIONS. 21 INSTALL I' CRS CONDUIT SNB -UP, MOUNDING ELECTRODE, I' CRS CMPUNG AND 3' PVC CM AT IEFT REM IED O NEW M -IO BUN MELREN WCARON PER KING COUNTY MEMO TRANSr CONAL I- MANST PASSNNN FAOUIES-PRONYENR ORAMNGS Na. 0101, All AND 0112 SEE BUS PAD RAN, SLEET 10. VR6FY MAL LOCATION NM ME ENCNEER IN ME FEW PRION TO INSTALAMIN. ® INSTALL PR CIWFIU AND WumRNG EQUIPMENr ON WMNNRE MN COORDINATE AL WORK ANO EXACT WCARGIN P.V c�cA,V NM ME ON TRAFFIC NNNIENI DEPARTMENT REPNESENTATME PRIM TO DRIWNC WMINALRE AIRY HOES . 4 ® fNiNl9H ANO NSTALL MAST MN CWS FOR BOM NASI WN ANO NIST ALN EXIEN9ON9 CONIRA.CM GHALL ^ ONLY INSPALU CW FM WMENi SIONAL CMFlMflATIM COMgNAIE AM ON TRAFFIC NAINIENANCE mPABMENr RPNESNTADW M HAYS ON STORE EXTRA CWS MR COME LASE. F�arvax eA'� iry QB Alm PND UNDER SGHEDUIE B. c 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS SIGNAL NOTES Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 SIGNAL >aV as EWE-cz A 1 OUTPUT INPUT POLE ill B >es O SIGNAL POLE #3 W0 o NOTES' I R R Q C CJ 1 Co NON MM O G JAGX 2 TEJMINAL CfIYP or si ON 6XWK YASi MN PDE6 NON SNOWJ. B. WAES TO BUS SIELTER Nor Siam. N 14-5C, I -2C6, V-.iCs, 4-NCEO 4. —OPTC INTORCGNNmT CNBE6 Nor %om. 0 0 e— m CMiftglfR CIHINEi SIGNAL PHASING DIAGRAM J�Gx SIGNAL .B '" sl POLE 41E02 O uor NOT ■�1-p.J-pz sn smTO BJ .C. z-iB. 1 -ns �' U"SRNCECABINET —, 4-NOEO �6-sc � G } � A Pml ��N 'nom „A41B-1 #` ( MICE NOMMT (nlRu) 9_.SOU� G BB3 0 Bz AV TM„-.. IT MICE NOMI T (NIM) _ Mics Nmwmr (I—UNG >E>tm aa” OMLVA MICE NOWYmT PmESBiIAN 04EYmr C_ _ YNN n �O— j, )4 B �N- 0 s m e- —0 BBz x �Illiini.l Prz n— y M�^N G BBB O R 0 8841 A—_ � 81/oIC OEO BI EWE -LI e!e e 4 R— W 1fl1°" Qa m SIGNAL • fid— fid— �v — - 'T�T�T�"""I���I POLE n5tea— tmNINu mow— Vie— 0 i g Wim— �N E B Aimi 3 ■- -B 5BI AC4 E JJJJ B - CII➢ �9— CW4�fl- WI„NXQac-� J -COX J -BOX w �� TRAFFIC CONTROLLER CABINET PUB F- 1-4c:- WORKS DEPT. ?� *ENGINEERING*STREETS*WATER*SEWER*1111 ILL ITI 2 -WS, PSOMAS BID WWW L'1A m SUBMITTAL 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS SIGNAL WIRING DIAGRAM T� Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 LEGEND a. NHICE OSPVY b. MAST ARI M. SON c SRRET NAME SIN M. AAE -DPT DETECTOR e. POST NTD. SIN PNU: (EI AT 1 WNNNIE g. PEDESTRIAN DISPLAY h. NNNIN& CARNET OPS PPB -M N— MEASURE AT-- PONT NINES C—DUSE PROM POIE ORIENTATION UNE (EI ATTAWNENr POND TO ME ATTAONNENr PONT IRCAflON Q SIGNAL STANDARD IDENTIFICATION TAG DETAIL STI. N0. _ CITY OF TUNMLA SIM STANDARD NO. (PRONDE INFORMATION) 65TH AAE 5 & SOUMCE ITER ELT E.D. MANUFACTURER APPROINU OCG. X%%X%% ApRIOAFD DRAYNG NO.(PRIPADE INFORMATION) FPB. %/X%/X%%% FARRCATION DATE(PROMDE INFORMATION) G&BppYlff�Sgl IAC I� pIM�Iy a B(p1Tr�y �pN� II�I(� CORROSIONLOCATED YIHNGA6' OF IP Ad AN] ENINW ARTS PIKE SMAL POUE TMEXTSHC°NMLNBETIANMNNUY DF 4je NOH, STRIPED NI EMBOSSED. WNINNR x 5 ARN %YZ n MAsr Asl x v z (nII LENCM B' 19.8 0' 20.1 IO' l]0 Ix' 19.fi 14 18.2 NOTE ON TYPE 1 OR III SON& STANDARDS, YM ME FOLOYNG EXCEPTION' PEEESMNN DBPVK NOUN. ON DC—. i5 MAN OEM E (INCREMENT STANDARDS AT USE A TTYYPE A NWPONT FOR A RNO PEEESMNN DB0.AK,Y. w A TYPE B MOUNT FOR A SM, PEDESTRON DISiA O IBEAS6RED FROM SINTER Su— TO Ns, WIrrm STANDARD TME STANDARD POE PVN flEFQENO=S FOUNRATIW —"- PP. J -2O.15 J-20.15 J-40.15 PS J-20.10 J-21.10 J-20.20 I J-21.15 J-21.10 J-21.20 II, D. SO N/A ommm IEUM13 N/A O'F� TYPE PPB PPB POST NOTE1�SryJ�1II�G pN� �5�p�� pFT pl5r 1ypl�� 1y rylpp FrpN I� (� YEN POST MCUNTED 9th ,y� Q F�Sn �N�AY°WWN„CNLY DRQ w rrl'�DUMg.^ INONASi OAY µIU INSrN1 ONCE. i0 51(NOm6£ N1EPolNE NAL OBE RSO NIN FltW CUROR ME m¢ Q FlDD INSTAIIID. C TO THE EOOU" TYPE PS TYPE PED.HEAD VEHICLEHEAD STANDARD STANDARD TYPE II, III & SO SIGNAL STANDARD O pFA@6ENNSHAu BE 2' - o' NN. FRW FACE 6 WIY ON EDLE OF SHWWEA; 3 - .EROI FACE O"OUARORNL MDMMN. FROM CWC. BARRIER 1YPE x IUFASI fRON A PNNi METE ME IER BASE IEETS ME SIWLDER SUR' ((i IEASIRFNENr TN(ED FRON MVAC SBE OF MIER TO FACE OF POE SIGNAL STANDARD DETAIL CHART ®�m a�w [I] TOP ff FOUNOAOW om ANSE FCR PBEESMMN PUSH BUTTONS [5] FOR ADOIDONAL INFQRNATON SEE [7] NwLOARARRAS AND C—VIED FOR PB POE FOUNDATIONS IN ME SE—, ME CONTRACTOR SOUL SON& ARM AND ME XYZ (FTA) FOR ME WYINAIR AN OF PRSNT). POE EWPNENT S— BE DE—NED BY ME SVUL BE WIFIED BY ME ENGINEER IN ME F --M- —1 PI -ACE ME FOUNDAnON LP M ME BORON OF THE IAOPOSD SOENPL( NMUFACNR9x11 A CERRFY SMMCONE XYZ CAPAOTY M ME ENGINEER IN ME FEUD PRIOR TO MIWNG. PRIOR TO DR NO. RISI BUTTON SiA BE ANOUM QEMATON. PPOMO: ADEQUATE ADDITIONAL LENGTH W ANCHOR BOLTS TO BE CALCULATED SMUCTIUR XYZ HERM OR ME NANNJN SMUCMRE XYZ PER PARu, n TO ME OROSSNNU(, NM ME FACE [6] NOT TO BE INSTAIJED YM THIS INTEGAAIED INTO THE SDENNJ( NIDE MAINTAINING EMBEDMENT ME MARUFACMRR's Y910T PFS-NPROND QUNNG, AN— Is TONARD ME MOM OF ME INTERSECTION. —T SE CONSMUCTION NOTE U. ®�nmmomm©m®� REQUIREMENTS OREAIER SHEER IA. ® PUBLIC V�rORK3 DEPT.^� of i12 Will ommm IEUM13 oommm 0��■■�0�����C�O�OCC���CCOoOCCC�9�9���0000®®m®0��®®®®, HH Q`y BID SIGNAL IMPROVEMENTS la *El;G1NEERLV(i*.STREETS*\NATER*SE\VER* Aial:Ld JC OI nsoA a� rz UE. SUBMITTAL 3X m I . , ..H. I D®�■■��000 ti.ld bk no w.o:oman.�om SIGNAL POLE SPECIFICATIONS ua de¢ N�mions �1e nTS dole 04/ 000000000®0000 . I . , ..H. I 0�®■■��000 0_0_0000®00®0000..: , , , .,..,. , . o®�■■�meee sasses®ee®ease® a�w [I] TOP ff FOUNOAOW ELEVATION INOCATES/SHOYS TOP OF FINISHED (AIRF [2] CNWUTED POE XYL (Frry IS ME SW OF ME TOTAL XYZ (Fri FOR ME []] ARACHMEDT ANCIES FOR POE MOUNTED [4] ATTAOIMENT ANSE FCR PBEESMMN PUSH BUTTONS [5] FOR ADOIDONAL INFQRNATON SEE [7] NwLOARARRAS AND C—VIED FOR PB POE FOUNDATIONS IN ME SE—, ME CONTRACTOR SOUL SON& ARM AND ME XYZ (FTA) FOR ME WYINAIR AN OF PRSNT). POE EWPNENT S— BE DE—NED BY ME SVUL BE WIFIED BY ME ENGINEER IN ME F --M- —1 PI -ACE ME FOUNDAnON LP M ME BORON OF THE IAOPOSD SOENPL( NMUFACNR9x11 A CERRFY SMMCONE XYZ CAPAOTY M ME ENGINEER IN ME FEUD PRIOR TO MIWNG. PRIOR TO DR NO. RISI BUTTON SiA BE ANOUM QEMATON. PPOMO: ADEQUATE ADDITIONAL LENGTH W ANCHOR BOLTS TO BE CALCULATED SMUCTIUR XYZ HERM OR ME NANNJN SMUCMRE XYZ PER PARu, n TO ME OROSSNNU(, NM ME FACE [6] NOT TO BE INSTAIJED YM THIS INTEGAAIED INTO THE SDENNJ( NIDE MAINTAINING EMBEDMENT ME MARUFACMRR's Y910T PFS-NPROND QUNNG, AN— Is TONARD ME MOM OF ME INTERSECTION. —T SE CONSMUCTION NOTE U. XYZ BASSO ON NNIS SOMAL CONFlOURATION. P°taue. aFd REQUIREMENTS OREAIER SHEER IA. q PUBLIC V�rORK3 DEPT.^� of i12 P S O M A S 65TH & SOUTHCENTER BLVD HH Q`y BID SIGNAL IMPROVEMENTS la *El;G1NEERLV(i*.STREETS*\NATER*SE\VER* Aial:Ld JC OI nsoA a� rz UE. SUBMITTAL 3X m ti.ld bk no w.o:oman.�om SIGNAL POLE SPECIFICATIONS ua de¢ N�mions �1e nTS dole 04/ Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 GENERAL NOTES EXISTING 2 ALL PAVEMENTMARKINGS NSHALL CONFORMS TOA THE STATE OF GGInANDARD SPEGFICATIONS FOR RDAD SINCE AND MUNICIPAL CONSTRUCTION". 202,. 3. ALL RELOCATED SIGNS SHALL HAVE NEW POSTS AND POST BASES INSTALLED PER CDT STANDARD PLAN RS 23A 4. SIGNS NOT CALLED OUT FOR REMOVAL SHALL BE PROTECTED, lllulll CONSTRUCTION NOTES o SR LSDRP� TT E VS �)Lo' IEp)PAIMEOF VAINER= PER 2] DOUBL �SIOLIDNVELLO1 (0511 RAISED PAVEMENT MARKERS PEI croI ST PUN PS -n. (SCHEDULE A) o DDUBLE NILID WHI,E (D111 RAISED PA�MENT MARKER PER COT SID PLNJ RSH. (SCHEDULE A) o 1AS11LK LINE DEC CDT STD PUN RS -2D cs'A'SEoCLE 5] PLASTIC STOP BAR, 24WDE PER COT SID PLAN RI -2A. (SCHEDULE A) ©TYPE 2SL (LEFT) TRAFFIC ARROW PER COT SID PLAN RS2L (SCHEDULE A) zsR HETRAFFIC ARROW PER CVT SID PLAN RS -21 (SCHEDU LE A) 3 u } F 'I'65TH & SOUTHCENTER BLVD PUBLrC WORKS DEPT. (' E PSOMAS { Blo SIGNAL IMPROVEMENTS *ENGLVEERIVG*STREETS*WATER*SEWER* T1TeeI:MFITAVERIE SUBMITTAL SIGNING AND CHANNELIZATION PLAN 1UK Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 PLAN q 0 30 CO 20 180 SCALE IN FEET GENERAL NOTES 65TH & SOLITHCENTER BLVD PUBLrC WORKS DEPT. "���^_ zE PSOMAS le N w EE BID SIGNAL IMPROVEMENTS s5 Q *ET'GLVEERIVG*STREETS*WATER*SEWER* TIIeeI:M foie no Aiuroihva'RArvoxr SUBMITTAL 2 E,SIGNING AND CHANNELIZATIGN PLN 2 TTmT vA �1 CONSTRUCTION NOTES 10 0I'A U'1 1v (Isamu no)II—ENP MARUEaS PER 2] oou6LEASLuoAVELLCw (CSY) RAISED PAVEMENT MARKERS PED croI SIPUN res -n. (SCHEDULE A) DDUELE snuo wenE IDEA) EAisED PINT tiIARAER PER ACT SID PLNJ RSH. (SCHEDULE A) LINE PEI CIT SID PLAN HS -11 o ILASEoULE a;SWA<H 0 PLASTIC STOP DAD, 24WUE PER COT STD PLAN RS -20. (SCHEDULE A) ©TYPE 2SL (LEFT) TRAFFIC ARROW PER CCT SID PLAN RS21. (SCHEDULE A) TRAFFIA zsR (DINT) ARRow PED 101 SID Pow Rev. (SCHEDULE A) 3 11- 65TH & SOLITHCENTER BLVD PUBLrC WORKS DEPT. "���^_ zE PSOMAS le N w EE BID SIGNAL IMPROVEMENTS s5 Q *ET'GLVEERIVG*STREETS*WATER*SEWER* TIIeeI:M foie no Aiuroihva'RArvoxr SUBMITTAL 2 E,SIGNING AND CHANNELIZATIGN PLN 2 TTmT vA �1 65TH & SOLITHCENTER BLVD PUBLrC WORKS DEPT. "���^_ zE PSOMAS le N w EE BID SIGNAL IMPROVEMENTS s5 Q *ET'GLVEERIVG*STREETS*WATER*SEWER* TIIeeI:M foie no Aiuroihva'RArvoxr SUBMITTAL 2 E,SIGNING AND CHANNELIZATIGN PLN 2 TTmT vA Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) LENGTH (feet) 25 155 30 200 35 250 40 305 45 360 50 425 55 495 60 570 65 645 70 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT HOSTVEHICLE WEIGHT 9,900 TO 22,000 Ibs. > 22,000 lbs. <45 MPH 45-55 MPH > 55 MPH <45 MPH 45-55 MPH > 55 MPH 100' 123' 172' 74' 100' 150' PROTECTIVE VEHICLE (WORK VEHICLE) = R NO SPECIFIED DISTANCE REQUIRED _- 0MHy, RI vxo-i �_y1 ROAD xza-sfl I ■ WORK 1 AHEAD RIGHT LANE CLOSED AHEAD SIGN SPACING = X (1) RURAL ROADS 45/55 MPH 5001 RURAL ROADS& URBAN ARTERIALS 35/40 MPH 3501 RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' i (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 10010) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, ATGBASE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. `"' PUBLrC WORKS DEPT_ ?� *ENGINEERING*STREETS*WATER*SEWER* MINIMUM TAPER LENGTH III: L (FEET) POSTED SPEED (MPH) ®®®®®®®sass 0®®®®®®sees ®®®®®®®sass LEFT LANE CLOSED AHEAD I vNo-s ROAD 4'JORK AHEAD w -a reo-i x x r. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ TRAFFIC CONTROL LEGEND .4 FLAGGING STATION i.i TEMPORARY SIGN LOCATION r:1 CHANNEL121NG DEVICES i.i.v SEQUENTIAL ARROW SIGN [I)1 PROTECTIVE VEHICLE - RECOMMENDED i J PORTABLE CHANGEABLE MESSAGE SIGN 1 - LANE CLOSURE (WEST LANE) ON 3 -LANE ROADWAY PSOMAS 1111 ILL ITI PP BID WWW L'1A'02, m SUBMITTAL SPACING (feet)41 MPH TAPER IN BUT 040 00 545 0 00 2530 1 20 1 40 PCI.S.C. LEFT ANE CLOSURE 2.0 SEC FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. II TRAFFIC CONTROL NOTES LGJ 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. LANE CLOSURES ALLOWED FROM ,:"AM - 6:11PM. 2. FOR POSTED SPEED LIMITS OF 30 MPH OR LESS, USE SIGN W1-3 IN LIEU OF SIGN WI -4. 3. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED. 4. DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. S. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA LIMITS. 6. POSTED SPEED LIMIT ON 65TH AVE S IS 25 MPH. 7. TRAFFIC CONTROL SIGNAGE SHALL NOT BLOCK SIDEWALKS OUTSIDE OF WORK 20NES. 8. CONTRACTOR TO NOTIFY KING COUNTY METRO ■� TRANSIT(CONSTRUCTION.000RDfKINGCOUNTY.GOV) AT LEAST 5 WORKING DAYS IN AD ANCE OF ANY BUS STOP CLOSURE REQUESTS. CONTRACTOR MAY NOT CLOSE 2 CONCURRENT BUS STOPS IN ANY DIRECTION AT ONE TIME. 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS TRAFFIC CONTROL PLAN I 11seWa Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED(MPH) LENGTH (feet) 25 155 30 200 35 250 40 305 45 360 50 425 55 495 60 570 65 645 70 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT HOSTVEHICLE WEIGHT 9,900 TO 22'0001bs. > 22,0001bs. <45 MPH 45-55 MPH > 55 MPH <45 MPH 45-55 MPH > 55 MPH 100' 123' 172' 74' 100' 150' PROTECTIVE VEHICLE (WORK VEHICLE) = R NO SPECIFIED DISTANCE REQUIRED SIGN SPACING = X (1) RURAL ROADS 45/55 MPH WO't RURAL ROADS& URBAN ARTERIALS 35/40MPH 3501 RURAL ROADS &URBAN ARTERIALS 25 / 30 MPH RESIDE AL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100'1(2) (1) ALL SPACING MAV BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAV BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. MINIMUM TAPER LENGTH = L (FEET) LANIE WIDTH POSTED SPEED (MPH) (feel) 25 30 35 40 45 50 55 60 65 70 SPACING feet MPH TAPER TANGEM 50 40 80 35/45 30 60 nRIGHTLANE 2s/3o 20 40 T — .._ ,, J.Y FSI i . _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ �h.. N P/.-Ik+[. W: ND I, k�/. 4k N 1:9 >rl. iX. N. ' Y4�A_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ L� TRAFFIC CONTROL LEGEND e R FLAGGINGSTATION i., TEMPORARY SIGN LOCATION ¢e CHANNELIZING DEVICES wm-I x�-a --- SEQUENTIAL ARROW SIGN ROAD xm-5L CTU PROTECTIVE VEHICLE- RECOMMENDED WORK _ AHEAD P �:, 1T LANE PORTABLE CHANGEABLE MESSAGE SIGN ELOSED CLOSED AHEAD 2- LANE CLOSURE (EAST LANES) PUBLrC WORKS DEPT- PSOMAS to *ET'GLVEERIVG BID *STREETS*WATER*SEWER* Nee4cA Bu Ow w. 2somas.am1ur. eu a,• 2SUBMITTAL 715 J t 7 TRAFFIC CONTROL NOTES A wo-5R ROAD PCMS 1 2 7:OOAM - 6:OOPM. 2. FOR POSTED SPEED LIMITS OF 30 MPH OR LESS, USE I SIGN W1-3 IN LIEU OF SIGN WI -4. WORK AHEAD 3. ALL SIGNS ARE BLACK ON ORANGE UNLESS RIGHT LANE CLOSURE 1 MILE AHEAD .-2R vm-I 2.0 SEC 2.0 SEC BUSINESS WITHIN WORK AREA LIMITS. 6. POSTED SPEED LIMIT ON 65TH AVE S IS 25 MPH. 7. TRAFFIC CONTROL SIGNAGE SHALL NOT BLOCK SIDEWALKS OUTSIDE OF WORK 20NES. FIELD LOCATE IN ADVANCE TRANSIT (CONSTRUCTION.000RD(D NCE O UNTY.BUS AT LEAST 5 WORKING DAYS IN ADVANCE O ANY BUS STOP CLOSURE REQUESTS. CONTRACTOR MAY NOT CLOSE 2 CONCURRENT BUS STOPS IN ANY DIRECTION AT ONE TIME. OF TEMPORARY SIGNS. T — .._ ,, J.Y FSI i . _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ �h.. N P/.-Ik+[. W: ND I, k�/. 4k N 1:9 >rl. iX. N. ' Y4�A_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ L� TRAFFIC CONTROL LEGEND e R FLAGGINGSTATION i., TEMPORARY SIGN LOCATION ¢e CHANNELIZING DEVICES wm-I x�-a --- SEQUENTIAL ARROW SIGN ROAD xm-5L CTU PROTECTIVE VEHICLE- RECOMMENDED WORK _ AHEAD P �:, 1T LANE PORTABLE CHANGEABLE MESSAGE SIGN ELOSED CLOSED AHEAD 2- LANE CLOSURE (EAST LANES) PUBLrC WORKS DEPT- PSOMAS to *ET'GLVEERIVG BID *STREETS*WATER*SEWER* Nee4cA Bu Ow w. 2somas.am1ur. eu a,• 2SUBMITTAL 715 J t 7 TRAFFIC CONTROL NOTES Ir 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. LANE CLOSURES ALLOWED FROM 7:OOAM - 6:OOPM. 2. FOR POSTED SPEED LIMITS OF 30 MPH OR LESS, USE SIGN W1-3 IN LIEU OF SIGN WI -4. 3. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED. 4. DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. S.MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA LIMITS. 6. POSTED SPEED LIMIT ON 65TH AVE S IS 25 MPH. 7. TRAFFIC CONTROL SIGNAGE SHALL NOT BLOCK SIDEWALKS OUTSIDE OF WORK 20NES. 8. CONTRACTOR TO NOTIFY KING COUNTY METRO ■� TRANSIT (CONSTRUCTION.000RD(D NCE O UNTY.BUS AT LEAST 5 WORKING DAYS IN ADVANCE O ANY BUS STOP CLOSURE REQUESTS. CONTRACTOR MAY NOT CLOSE 2 CONCURRENT BUS STOPS IN ANY DIRECTION AT ONE TIME. 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS TRAFFIC CONTROL PLAN 2 IISRRIa Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) LENGTH (feet) 25 155 30 200 35 250 40 305 45 360 50 425 55 495 60 570 65 645 70 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT HOST VEHICLE WEIGHT 9,900 TO 22,000 IUs. > 22'0001hs. <45 MPH 45-55 MPH > 55 MPH <45 MPH 45-55 MPH > 55 MPH 100' 123' 172' 74' 100' 150' PROTECTIVE VEHICLE (WORK VEHICLE) = R NO SPECIFIED DISTANCE REQUIRED SIGN SPACING = X (1) RURAL ROADS 45/55 MPH SM0 RURAL ROADS& URBAN ARTERIALS 35/40 MPH 3501 RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' (1) ALL SPACING MAV BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAV BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. MINIMUM TAPIR LENGTH III: L (FEET) POSTED SPEED (MPH) ®®®®®®®sass 0®®®®®®save ®®®®®®®sass EFT LANE CLOSED AHEAD <*Nm -9L ROAD l'JORK AHEAD V4 -1R yRp_� ROAD NZ(I-SR I WORK AHEAD RIGHT LANE CLOSED AHEAD viN FLAGGING STATION TEMPORARY SIGN LOCATION R A CHANNELIZING DEVICES i.i.I SEQUENTIAL ARROWSIGN CMD PROTECTIVE VEHICLE - RECOMMENDED ,I PORTABLE CHANGEABLE MESSAGE SIGN 2 - LANE CLOSURE (SOUTH LANES) PUBL.rC WORKS Z7EPT. PSOMAS to *ET'GLVEERIVG*STREETS*WATER*SEWER* BID Nee4cA Bu Ow w. .am1uE. eR a,• TL'1A2SUBMITTAL SPACING feet 41 MPH TAPER TANGENT 0 40 00 3111 33 50 0 20 40 mm PCMS PCMS D 1 2 1 2 Im LEFT CENTER NO LANE 1 MILE LANE LEFT CLOSURE AHEAD CLOSED TURNING 2.0 SEC 2.0 SEC 2.0 SEC 2.0 SEC FIELD LOCATE IN ADVANCE FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. OF TEMPORARY SIGNS. TRAFFIC CONTROL NOTES 1 SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. LANE CLOSURES ALLOWED FROM 7:OOAM . 6:OOPM. 2. FOR POSTED SPEED LIMITS OF 30 MPH OR LESS, USE SIGN Wi-31N LIEU OF SIGN AM -4. 3. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED. 4. DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. S. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA LIMITS. 6. POSTED SPEED LIMIT ON SOUTHCENTER BOULEVARD IS 35 MPH. 7. TRAFFIC CONTROL SIGNAGE SHALL NOT BLOCK SIDEWALKS OUTSIDE OF WORK ZONES. ■ B. CONTRACTOR TO NOTIFY KING COUNTY METRO (TRANSIT (d 1 LEAST 5 WORIKING DAYS A VANCE OFGANVV BUS STOP CLOSURE REQUESTS. CONTRACTOR MAY NOT CLOSE 2 CONCURRENT BUS STOPS IN ANY DIRECTION AT ONE TIME. ow 1 ry P 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS TRAFFIC CONTROL PLAN 3 msemla Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED(MPH) LENGTH (feet) 25 155 30 200 35 250 40 305 45 360 50 425 55 495 60 570 65 645 70 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOSTVEHICLE WEIGHT HOST VEHICLE WEIGHT 9,900 TO 22,000 lbs.> 22 000 lbs. <45 MPH 45-55 MPH > 55 MPH <45 MPH 45-55 MPH >55.1`1-1 100' 123' 172' 74' 1 100' 150' PROTECTIVE VEHICLE (WORK VEHICLE) = R NO SPECIFIED DISTANCE REQUIRED SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500' i RURAL ROADS & URBAN ARTERIALS 35 / 40 M PH 350' i RURAL ROADS & URBAN ARTERIALS 25 / 30 M PH RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100'i(2) (i) ALL SPACING MAV BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAV BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. POSTED SPEED (MPH) ®®®®®®®sass 0®®®®®®save ®®®®®®®ansa SO THCENTER ` — a _ a CET I" ROAD veo yt I ■ N10RK 1 AHEAD RIGHT LANE CLOSED AHEAD TRAFFIC CONTROL LEGEND ,4 FLAGGING STATION fl ii TEMPORARY SIGN LOCATION 11 CHANNELRING DEVICES i.i.I SEQUENTIAL ARROW SIGN L.10PROTECTIVE VEHICLE - RECOMMENDED v,",I PORTABLE CHANGEABLE MESSAGE SIGN 3 - LANE CLOSURE (NORTH LANES) ON 5 - LANE ROADWAY PUBL.rC WORKS DEPT_ PSOMAS *ET'GLVEERIVG BID*STREETS*WATER*SEWER* Nee4cA Su 04 w.Esamas.e mC�uE. eu a4 SUBMITTAL J t 7 TRAFFIC CONTROL NOTES vm-sfl ROAD 545 H fi0 25/30 20 40 I � WORK AHEAD PCMS 2. FOR POSTED SPEED LIMITS OF 30 MPH OR LESS, USE SIGN WI -3 IN LIEU OF SIGN W1.4. 1 2 x x x n10-� RIGHT 1 MILE TIMES. 5. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR LANE AHEAD CLOSURE a -I�� 6. POSTED SPEED LIMIT ON SOUTHCENTER 2.0 SEC SEC BOULEVARD IS 35 MPH. 7. TRAFFIC CONTROL SIGNAGE SHALL NOT BLOCK FIELD LOCATE INADVANCE SIDEWALKS OUTSIDE OF WORK ZONES. B. CONTRACTOR TO NOTIFY KING COUNTY METRO ■ V l I OF TEMPORARY SIGNS. SO THCENTER ` — a _ a CET I" ROAD veo yt I ■ N10RK 1 AHEAD RIGHT LANE CLOSED AHEAD TRAFFIC CONTROL LEGEND ,4 FLAGGING STATION fl ii TEMPORARY SIGN LOCATION 11 CHANNELRING DEVICES i.i.I SEQUENTIAL ARROW SIGN L.10PROTECTIVE VEHICLE - RECOMMENDED v,",I PORTABLE CHANGEABLE MESSAGE SIGN 3 - LANE CLOSURE (NORTH LANES) ON 5 - LANE ROADWAY PUBL.rC WORKS DEPT_ PSOMAS *ET'GLVEERIVG BID*STREETS*WATER*SEWER* Nee4cA Su 04 w.Esamas.e mC�uE. eu a4 SUBMITTAL J t 7 TRAFFIC CONTROL NOTES I. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. LANE CLOSURES ALLOWED FROM 7:OOAM • 6:00PM. 2. FOR POSTED SPEED LIMITS OF 30 MPH OR LESS, USE SIGN WI -3 IN LIEU OF SIGN W1.4. 3. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED. 4. DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. 5. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA LIMITS. 6. POSTED SPEED LIMIT ON SOUTHCENTER BOULEVARD IS 35 MPH. 7. TRAFFIC CONTROL SIGNAGE SHALL NOT BLOCK SIDEWALKS OUTSIDE OF WORK ZONES. B. CONTRACTOR TO NOTIFY KING COUNTY METRO ■ (TRANSITUCTOCOORD(� 1 LEAST 9INORIKING DAYS INKA VANCE OFGANVV AT BUS STOP CLOSURE REQUESTS. CONTRACTOR MAY NOT CLOSE 2 CONCURRENT BUS STOPS IN ANY DIRECTION AT ONE TIME. ow °�r9 m ry P 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS TRAFFIC CONTROL PLAN 4 Ilsema Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 City of Tukwila a i � ti i( ! t➢ tr �¢I aoi € B � 5 ll t t EE f Ar 3pI ! til j, ^ k R I City of Tukwila PUB F— ITC' WORKS DEPT. to *En GINEERING*STREETS*WATER*SEWER* City of Tukwila N 1 ro� as _ r luno j - City of Tukwila PSOMAS BID SUBMITTAL Q F 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS CITY STANDARD DETAILS 1 23 n. �o v3uoimr�oml�c i � ti i( ! t➢ tr �¢I aoi € B � 5 ll 4i EE f fi " e! ! til Q F 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS CITY STANDARD DETAILS 1 23 n. �o v3uoimr�oml�c Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 City of Tukwila Q F �o� RraPry �� PUBLlC WORKS DEPT. *EP(ifNEERIV(i*STREETS*WATER*SE\VER* .hnL.d _ fi^�IdbP no 12 21 s 11 s o M w s TO M BID SUBMITTAL 65TH & SOUTHCENTER BLVD SIGNAL IMPROVEMENTS ua dx� iv�nioup 24 35 dole 04/29/2025 CITY STANDARD DETAILS 2 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 METRO kg-. METRO F— FC' WORKS DEPT. to *En GINEERING*STREETS*WATER*SEWER* PSOMAS BID SUBMITTAL ..._ METRO — 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS KC METRO STANDARD DETAILS 1 _e_�ammrta 25 n. �o v3uoimr�omi�c Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 F— FC' WORKS DEPT. to *En GINEERING*STREETS*WATER*SEWER* —77 z I METRO PSOMAS A�NE BID SUBMITTAL 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS E n�o s��o���. MU. KC METRO STANDARD DETAILS 2 _e_�ammrta Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 p W21,41111 i Yc� Y J 51 v� = 7 e o. o � � E _ P µ nnuv nw. nv wn � u .w,e \ I nnmweum.uF, flv x. IL . r. P UBLlC WORKS DEPT. *EP(ifNEERIV(i*STREETS*WATER*SE\VER* W= r s o M M w s 11121 BID SUBMITTAL 65TH & SOUTHCENTER BLVD SIGNAL IMPROVEMENTS 35 .hnL.d _QIZ2� n dx� e dole 04/29/2025 fi^�IdbP no __ 2112111111 TO WSDOT STANDARD PLANS 1 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 ,.o.wxcx ,a�aav ,aav��.ax U _ as m � rx as o a '� .�... xo,ea-¢xaunnounux,mue�aawxa=ex,acneixa. qx .a.xoren.axaar¢oaa excce rnxw,wwrnexvwcox.xnenr'axxsxcawxer xxeer ¢o¢¢ ¢ x 2 �• _._,, ��� x %F�IL \) J �o N r � rvwdN -IDA P 6 x r �..� »a P UBLlC WRKS EP ODT. *EP(ifNEERIV(i*STREETS*WATER*SE\VER* r s o M M w s BID 65TH & SOUTHCENTER BLVD SIGNAL IMPROVEMENTS 35 H5 .hnL.d BmcQIZ2� 11 11121 SUBMITTAL fi^�IdbP no 2112111141 TO WSDOT STANDARD PLANS 3 a dx� e dole 04/29/2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 'J . sxeensnxoeme xs s iu ,«m..�.,... �' a x.LLxi,we. , w......a ...�...._: �•a ��­T OR16­12.. �> mu=TloN 1-1 = e No�arX S SII =^ ..xxwoxw.. er,.wu,r..wwwaw..exo�we r wa••xx rcre.e...e.e.exa..�wae.nw.e..rn,a,uu.r..wn..mewew..e.ww. �B - 1 111 uu,ee e *.. w 2 f as. rc9,. ��A,E i o { * ,�., EP��,EOE,rc,� a. � t IL qua I Td Z. ¢oa �rcx e �� PUBLlC WORKS DEPT. *EP(ifNEERIV(i*STREETS*WATER*SE\VER* rsoMAs BID SUBMITTAL 65Th & BLVD SIGNAL IMPROVEMENTS 30 35 .hnL.d n dx� e dole 04/29/2025 fi^�IdbP no WSDOT STANDARD PLANS 4 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 fl' O ,w.n rk� v. m AAAA-� sexsae xw � cexecm Exrm �I m ■. ��x.x.."� i f ..,.......m t dl'N�,,' c«oce .xx x,wx .pox li...................... lion y4� l � I f{l� Y reDE® . f xx UIN ; � NDA ...a I I !e� x 111 c \\ J.. a�nwa. mm. on vemmMrc omn mwemmox eovriernrure ", uee rwrtoer,c n eumro xraex e. x..ewc .eww+ mnwvemwu nwx, J xs i x mz a m 5 EriIL x i �.... jI ei sr axn i. ry �� PUBLlC WORKS *EP(ifNEERIV(i*STREETS*WATER*SE\VER* DEPT. W= M r s o M w s 11121 BID SUBMITTAL 65TH & SOUTHCENTER BLVD SIGNAL IMPROVEMENTS s, 35 .hnL.d _QIZ2� n dx� e dole 04/29/2025 fi^�IdbP no TO WSDOT STANDARD PLANS 5 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 6-4 , F 411ft4a, "T � \ �.... J x �.a CID TY I � %I d W f wn..1 _�. -. CO, .�F Al,a P �,ro" �, Mr NA �..... e m �� PUBLlC WORKS DEPT. *EP(ifNEERIV(i*STREETS*WATER*SE\VER* W= M r s o M w s 11121 BID SUBMITTAL 65TH & SOUTHCENTER BLVD SIGNAL IMPROVEMENTS 32 35 .hnL.d _QIZ2� n dx� e dole 04/29/2025 fi^�IdbP no TO WSDOT STANDARD PLANS 6 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 C f �,M o a a �o o .o u , .F, u� � aw v m Il I o n�wznm w �Gr� o M �fifi"" p 7 o o PUBLrC WORKS DEPT. to *EP(ifNEERIV(i*STREETS*WATER*SE\VER* r s o M2A s 1111 -11 BID SUBMITTAL 65TH & SOLITHCENTER BLVD SIGNAL IMPROVEMENTS 33 35 Raked 0�2 �� e do,e 04/29/2025 ii fir flcll , "'P'om09'`_m WSDOT STANDARD PLANS 7 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 J Y � P ixl qhs u a rX-— I z.. �, iX:�wk 3f Nom•='+ :kr '.wt B m • *a,,,. � Y. o ,i �` 7ti` 3Y�n�b3w� p JI 1�''�/'y }' n 1� w �.. 1'4 �1 j'g m .■ IL ,m R a o � „„ >� O x ory �� PUBLlC WORKS DEPT, *EP(ifNEERIV(i*STREETS*WATER*SE\VER* W r s o M w s BID SUBMITTAL 65TH & SOUTHCENTER BLVD SIGNAL IMPROVEMENTS 3a 35 n, o sly .hnL.d _ n dx� e �a dole 04/29/2025 fi^�IdbP no WSDOT STANDARD PLANS 8 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 x . ... a ^. - ¢>krx: :%`2 t r ..lit 1 u 0 } 65Th & �� PUBLlC WORKS DEPT. BLVD 21 sPsoMAs BID SIGNAL IMPROVEMENTS 35 *EP(ifNEERIV(i*STREETS*WATER*SE\VER* .hnL.d35 _1111 ILL =1 SUBMITTAL WSDOT STANDARD PLANS 9 fi^�IdbP no ua dx� iv�nioup dole 04/29/2025 �16 X es 'S v f I mm 02 i u 0 } 65Th & �� PUBLlC WORKS DEPT. BLVD 21 sPsoMAs BID SIGNAL IMPROVEMENTS 35 *EP(ifNEERIV(i*STREETS*WATER*SE\VER* .hnL.d35 _1111 ILL =1 SUBMITTAL WSDOT STANDARD PLANS 9 fi^�IdbP no ua dx� iv�nioup dole 04/29/2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127CI5 Attachment [i ® Nchedule [i Uontractors tstimate Proposal P-3 65TH AVE 5 SOUTCENTER BLVD SIGNAL IMPROVEMENTS MAY 2025 King County Metro Bus Stop Expansion B1 1-04 Unexpected Site Changes 1 FA $ 15,000.00 $ 15,000.00 B2 1-05 Construction Surveying 1 ILS A 64o "00 cow B3 1-05 Record Drawings (Minimum Bid ($1,000) 1 LS ') 00 C� 00C - a3ri B4 1-09 Mobilization 1 LS ewo B5- 1-10 Project Temporary Traffic Co ntrol I LS (4-1 W3.00 (A LA 000 B6 1 FA $ 5,000.00 $ 5,000.00 ................................................................ B7 2-01 Clearing and Grubbing 1 ILS B8 2-02 Removal of Structures and 1 ILS 06 ai Obstructions B9 4-04 Crushed Surfacing Top Course 2 TN B10 4-04 Crushed Surfacing Base Course 45 TN 0' 04 B11 5-04 HMA Cl. 1/2" PG 58H-22 5 T EN 00 175. [:j1:2: 6-02 Gravel Backfill for Wall I . 66 . . . . ............... . .. Cy Cz 00 1 VC00, awo 50, 65TH AVE 5 SOUTCENTER BLVD SIGNAL IMPROVEMENTS MAY 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Proposal -4 B.1�. 6-10 rant Cr1r1" Barrier Type lz Anchored 40 t CW 5, . ���. w 814 w.. .6- 11. Conc. C Wss 4000 for Retaining Wall 12 C 1 fa 11 Conc. Class 4000for Shelter Footing 18 CY� �' 0 ,1 B16 6-11 St. Reinf Bar 2720 LB ._.w B17 81.01 .ww Erosion Control and Water Pollution Preventilon 1� � .. l S B18 8-0 Landscape Restoration 1 FA 5,C1C)C ,00 5,00 00 B19 8-04 C el"nerlt fir nc, Traffic Curb and Gutter 40 L � r xt� �, w w.wmwwewm�.�.ww B20 w�wewwrxxwwwWw•uw„.. 8-12 w««,rw.M ra w�.r,�..,...ux„mm.wx«m.mwMw�w�.�..0 uwwue �w Chain twlralc l..a nce T ype 3 muwuw ........ 60 Ll°°' 1 8-12 Singlea Ft, Can Link Gate 1 A 822 .1 Y�yrpy�aq:@ntuyC one, Thickened .� 1 �y �u 66 8-19 Removable Bollard 3 EA 7A OU). B24 8-20 Electrical ctrical tryst m for gree Strap, y4 9wW CA au, y�� �wm�"' w w.rc ask IQgp Ik wM p 25 8- 1 l r rratrrarkaryy and l" rm anent SI r1ir1g �.oxmm....w.w.w�w 1 t.� �_,. k Sl*s tax shaH be incWded ir° the vadous unft and Urnp seen"� prlrk s, per seclilon '1w07.2(1) 9nd WAC 8.20w 17'1 Ll 0 Total Bid Schedule ......m.. ,.,w.,..M.. ...........wm..m,....wm»m.,. a 'Total Bid' Schl....wr.m,.am„w»m.�ww Note: I".iet rs°r in,0on of low, madder MP be based soWy on this "r'ot l Bid`, 1'H AVE S LVD SIGNAL WROV l Gt N'r MAY 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Attachment C - Special Provisions SP- i SPECIAL PROVISIONS - CONTENTS DIVISION 1: GENERAL REQUIREMENTS............................................................................................ 2 1-01 1-01.3 1-02 1-02.1 1-02.1 1-02.2 1-02.4(1) 1-02.5 1-02.6 1-02.7 1-02.10 1-02.13 1-02.14 1-02.15 1-03.1 1-03.2 1-03.4 1-03.7 1-04 1-04.2 and Addenda 1-04.4 1-04.4(1) 1-04.4(1) 1-04.6 1-04.11 1-05 1-05.1 1-05.4 1-05.7 1-05.11 1-05.11 1-05.11(1) 1-05.11(2) 1-05.11(3) 1-05.12(1) 1-05.13 1-05.14 1-05.14(1) 1-05.15 1-05.16 1-05.18 1-06 1-06.1(4) 1-06.6 1-07 1-07.1 1-07.2 1-07.2 1-07.2(1) 1-07.2(2) 1-07.2(3) 1-07.6 DEFINITIONS AND TERMS Definitions ........................... BID PROCEDURES AND CONDITIONS ................ Prequalification of Bidders ....................................... Qualifications of Bidder ............................................ Plans and Specifications .......................................... General.................................................................... Proposal Forms ........................................................ Preparation of Proposal ........................................... BidDeposit............................................................... Withdrawing, Revising, or Supplementing Proposal Irregular Proposals ................................................... Disqualification of Bidders ........................................ Pre Award Information ............................................. Consideration of Bids ............................................... Award of Contract .................................................... Contract Bond.......................................................... Judicial Review........................................................ .2 .2 .3 .3 .3 .4 .4 .4 .4 .5 .5 .6 .7 .9 10 10 11 11 SCOPE OF THE WORK....................................................................................12 Coordination of Contract Documents, Plans, Special Provisions, Specifications, 12 Changes.......................................................................................... MinorChanges................................................................................ Unexpected Site Changes.............................................................. Variation in Estimated Quantities.................................................... FinalCleanup.................................................................................. CONTROL OF WORK.................................................................... Authority of Engineer....................................................................... Conformity With and Deviations from Plans and Stakes ................ Removal of Defective and Unauthorized Work ............................... FinalInspection............................................................................... Final Inspections and Operational Testing ..................................... Substantial Completion Date.......................................................... Final Inspection and Physical Completion Date ............................. Operational Testing......................................................................... One -Year Guarantee Period........................................................... Superintendents, Labor and Equipment of Contractor ................... Cooperation with Other Contractors ............................................... Notifications Relative to Contractor's Activities ............................... Method of Serving Notices.............................................................. Water and Power............................................................................ Contractor's Daily Diary .................................................................. CONTROL OF MATERIAL............................................................. Fabrication Inspection Expense ...................................................... Recycled Materials.......................................................................... LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC Laws to be Observed...................................................................... StateSales Tax............................................................................... StateSales Tax............................................................................... State Sales Tax - Rule 171........................................................... State Sales Tax - Rule 170........................................................... Services.......................................................................................... Permits and Licenses...................................................................... 12 12 12 13 13 13 13 13 14 15 15 15 15 16 16 17 17 17 19 20 20 22 22 22 23 23 23 23 24 24 24 24 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 1-07.7 Load Limits......................................................... 1-07.7(1) General.............................................................. 1-07.9(3) Apprentices........................................................ 1-07.9(5) Required Documents ......................................... 1-07.9(5)A Required Documents ......................................... 1-07.16(1) Private/Public Property ...................................... 1-07.18 Insurance........................................................... 1-07.18(1) General Requirements ....................................... 1-07.18(2) Additional Insured .............................................. 1-07.18(3) Subcontractors................................................... 1-07.18(4) Verification of Coverage ..................................... 1-07.18(5) Coverages and Limits ........................................ 1-07.18(5)A Commercial General Liability ............................. 1-07.18(5)B Automobile Liability ............................................ 1-07.18(5)C Workers' Compensation ..................................... 1-07.18(5)D Excess or Umbrella Liability ............................... 1-07.24 Rights of Way ..................................................... 1-08 PROSECUTION AND PROGRESS ................... 1-08.0 Preliminary Matters ............................................ 1-08.0(1) Preconstruction Conference .............................. 1-08.0(2) Hours of Work .................................................... 1-08.1(7)A Payment Reporting ........................................... 1-08.1(7)A VACANT............................................................. 1-08.3 Progress Schedule ............................................. 1-08.3(1) General Requirements ....................................... 1-08.3(2)A Type A Progress Schedule ................................ 1-08.4 Prosecution of Work ........................................... 1-08.4 Notice to Proceed and Prosecution of Work...... 1-08.5 Time for Completion ........................................... 1-08.6 Suspension of Work ........................................... 1-08.8 Extensions of Time ............................................. 1-08.9 Liquidated Damages .......................................... 1-09 MEASUREMENT AND PAYMENT .................... 1-09.2(1) General Requirements for Weighing Equipment 1-09.2(5) Measurement..................................................... 1-09.6 Force Account .................................................... 1-09.7 Mobilization........................................................ 1-09.8 Payment for Material on Hand ........................... 1-09.9 Payments (LS Breakdown) ................................ 1-09.9 Payments........................................................... 1-09.13(3) Arbitration........................................................... 1-09.13(3)A Arbitration General ............................................. 1-09.13(4) Venue for Litigation ............................................ 1-10 TEMPORARY TRAFFIC CONTROL ................. 1-10.2(1) General.............................................................. 1-10.2(2) Traffic Control Plans ........................................... SP- ii 25 25 25 28 29 29 29 29 30 31 31 31 32 32 32 32 33 34 34 34 34 35 36 36 36 36 36 36 36 37 38 38 39 39 40 40 40 41 41 41 42 42 42 42 42 43 DIVISION 2: EARTHWORK..................................................................................................................45 2-01 CLEARING AND GRUBBING............................................................................45 2-01.1 Description......................................................................................................... 45 2-01.2 Disposal of Usable Materials and Debris...........................................................45 2-01.2(2) Disposal Method No. 2 - Waste Site................................................................. 45 2-01.3 Construction Requirements............................................................................... 45 2-01.3(2) Grubbing............................................................................................................45 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS...................................45 2-02.1 Description......................................................................................................... 45 2-02.3 Construction Requirements............................................................................... 46 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 SP- 111 2-02.3(3) Removing Pavement, Sidewalks, Curbs, and Gutters.......................................46 2-02.3(4) Sawcutting..........................................................................................................46 DIVISION 3: AGGREGATE PRODUCTION AND ACCEPTANCE......................................................47 3-01 PRODUCTION FROM QUARRY AND PIT SITES............................................47 3-01.4 Contractor Furnished Material Sources............................................................. 47 DIVISION4: BASES..............................................................................................................................48 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description ............................................... 48 48 DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS..............................................................49 5-04 HOT MIX ASPHALT...........................................................................................49 5-04.1 Description......................................................................................................... 49 5-04.2 Materials.............................................................................................................49 5-04.2(1) How to Get an HMA Mix Design on the QPL..................................................... 50 5-04.2(1)A Vacant................................................................................................................ 50 5-04.2(2) Mix Design - Obtaining Project Approval........................................................... 50 5-04.2(2)B Using Warm Mix Asphalt Processes.................................................................. 51 5-04.3 Construction Requirements............................................................................... 51 5-04.3(1) Weather Limitations........................................................................................... 51 5-04.3(2) Paving Under Traffic.......................................................................................... 51 5-04.3(3) Equipment..........................................................................................................52 5-04.3(3)A Mixing Plant........................................................................................................ 52 5-04.3(3)B Hauling Equipment............................................................................................ 53 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle ...................................... 54 5-04.3(3)E Rollers................................................................................................................ 54 5-04.3(4) Preparation of Existing Paved Surfaces............................................................ 55 5-04.3(5) Producing/Stockpiling Aggregates and RAP ..................................................... 56 5-04.3(5)A Vacant................................................................................................................ 56 5-04.3(6) Mixing.................................................................................................................56 5-04.3(7) Spreading and Finishing.................................................................................... 57 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA ....................................... 57 5-04.3(9) HMA Mixture Acceptance.................................................................................. 57 5-04.3(9)A Vacant................................................................................................................ 59 5-04.3(9)B Vacant................................................................................................................59 5-04.3(9)C Mixture Acceptance - Nonstatistical Evaluation ................................................ 59 5-04.3(9)C1 Mixture Nonstatistical Evaluation - Lots and Sublots........................................ 59 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling.......................................................59 5-04.3(9)C3 Mixture Nonstatistical Evaluation - Acceptance Testing .................................. 59 5-04.3(9)C4 Mixture Nonstatistical Evaluation - Pay Factors ................................................ 60 5-04.3(9)C5 Vacant................................................................................................................ 60 5-04.3(9)C6 Mixture Nonstatistical Evaluation - Price Adjustments ...................................... 60 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests....................................................... 60 5-04.3 (9)D Mixture Acceptance - Commercial Evaluation .................................................. 60 5-04.3(10) HMA Compaction Acceptance........................................................................... 61 5-04.3(10)A HMA Compaction - General Compaction Requirements .................................. 62 5-04.3(10)B HMA Compaction - Cyclic Density..................................................................... 62 5-04.3(10)C Vacant................................................................................................................62 5-04.3(10)D HMA Nonstatistical Compaction........................................................................ 62 5-04.3(10)D1 HMA Nonstatistical Compaction -Lots and Su blots ......................................... 62 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation - Acceptance Testing ................... 63 5-04.3(10)D3 HMA Nonstatistical Compaction - Price Adjustments ....................................... 63 5-04.3(11) Reject Work........................................................................................................63 5-04.3(11)A Reject Work General.......................................................................................... 63 5-04.3(11)B Rejection by Contractor..................................................................................... 64 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) .......................................... 64 5-04.3(11)D Rejection -A Partial Sublot................................................................................64 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 5-04.3(11)E Rejection -An Entire Sublot.................................... 5-04.3(11)F Rejection - A Lot in Progress .................................. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) . 5-04.3(12) Joints....................................................................... 5-04.3(12)A HMA Joints.............................................................. 5-04.3(12)A1 Transverse Joints ............................................... 5-04.3(12)A2 Longitudinal Joints .............................................. 5-04.3(12)B Bridge Paving Joint Seals ....................................... 5-04.3(13) Surface Smoothness ............................................... 5-04.3(14) Planing Bituminous Pavement ................................ 5-04.3(14)A Pre -Planing Metal Detection Check ........................ 5-04.3(14)B Paving and Planing Under Traffic ........................... 5-04.3(14)B1 General............................................................... 5-04.3(14)B2 Submittals - Planing Plan and HMA Paving Plan 5-04.3(14)B3 Pre -Paving and Pre -Planing Briefing .................. 5-04.3(15) Sealing Pavement Surfaces .................................... 5-04.3(16) HMA Road Approaches .......................................... 5-04.3(21) Temporary Pavement ................................................... DIVISION 6: STRUCTURES .............................. 6-10 Concrete Barrier .............. 6-10.1 Description ...................... 6-11 Reinforced Concrete Wall 6-11.1 Description ...................... SP- IV 64 64 64 65 65 65 65 65 65 66 67 67 67 68 69 70 70 70 ................................................................................. 72 ................................................................................. 72 ................................................................................. 72 ................................................................................. 72 ................................................................................. 72 DIVISION 8: MISCELLANEOUS CONSTRUCTION........................................................ 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL..... 8-01.1 Description..................................................................................... 8-01.2 Materials......................................................................................... 8-01.3 Construction Requirements........................................................... 8-01.3(8) Street Cleaning.............................................................................. 8-01.3(17) Suspension of Work....................................................................... 8-12 CHAIN LINK FENCE AND WIRE FENCE ..................................... 8-12.1 Description................................................................................................. 8-12.2 Materials......................................................................................... 8-12.3 Construction Requirements........................................................... 8-14 CEMENT CONCRETE SIDEWALKS ............................................. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, TRANSPORTATION SYSTEMS, AND ELECTRICAL ................... 8-20.1 Description..................................................................................... 8-20.1(1) Regulations and Code................................................................... 8-20.1(2) Industry Codes and Standards...................................................... 8-20.1(3) Permitting and Inspection.............................................................. 8-20.1(4) Restriction of Schedule of Work ..................................................... 8-20.1(5) Warranties...................................................................................... 8-20.1(6) Errors and Omissions..................................................................... 8-20.2 Materials......................................................................................... 8-20.2(1) Equipment List and Drawings........................................................ 8-20.3 Construction Requirements........................................................... 8-20.3(1) General.......................................................................................... 8-20.3(2)A Errors and Trench and backfill....................................................... 8-20.3(4) Foundations................................................................................... 8-20.3(5) Conduit........................................................................................... 8-20.3(5)F Damaged or Blocked Conduits...................................................... 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes .............................. 8-20.3(8) Wiring............................................................................................. 8-20.3(9) Bonding, Grounding....................................................................... ................... 73 ................... 73 ................... 73 ................... 73 ................... 73 ................... 73 ................... 74 ................... 75 ................... 75 ................... 75 ................... 75 ................... 76 INTELLIGENT ................... 77 ................... 77 ................... 77 ................... 78 ................... 78 ................... 78 ................... 79 ................... 79 ................... 79 ................... 80 ................... 80 ................... 80 ................... 82 ................... 82 ................... 86 ................... 86 ................... 87 ................... 87 ................... 89 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 SP- v 8-20.3(10) Service, Transformer and ITS Cabinets ............................................................ 89 8-20.3(11) Testing...............................................................................................................90 106 8-20.3(13) Illumination Systems.........................................................................................92 9-29.2(2) Cable Vaults and Pull Boxes............................................................................ 8-20.3(14) Signal Systems................................................................................................. 93 8-20.3(17) "As -Built" Plans................................................................................................ 104 8-21 PERMANENT SIGNING.................................................................................. 104 8-21.2 Materials...........................................................................................................104 9-29.3(1)A4 Fiber Optic Splice Enclosure and Tray........................................................... 8-22 PAVEMENT MARKING...................................................................................104 110 8-22.2 Materials...........................................................................................................104 9-29.6 Light and Signal Standards............................................................................. 8-22.3(1) Preliminary Spotting......................................................................................... 104 8-27 BOLLARD........................................................................................................104 9-29.7(2) Fused Quick -Disconnect Connector Kits ........................................................ DIVISION 9: MATERIALS...................................................................................................................106 9-29 ILLUMINATION, SIGNAL, ELECTRICAL ........................................................106 9-29.1 Conduit, Interduct, and Outerduct.................................................................... 106 9-29.1(12) Directional Boring............................................................................................. 106 9-29.1 Junction Boxes, Cable Vaults, and Pull Boxes ................................................ 107 9-29.2(2) Cable Vaults and Pull Boxes............................................................................ 107 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable ...................................... 107 9-29.3(1) Fiber Optic Cable............................................................................................. 107 9-29.3(1)A1 Fiber Optic Cable Connectors......................................................................... 108 9-29.3(1)A2 Fiber Optic Patch Cords.................................................................................. 109 9-29.3(1)A23 Fiber Optic Buffer Tube Fan -Out Kit................................................................ 109 9-29.3(1)A4 Fiber Optic Splice Enclosure and Tray........................................................... 110 9-29.3(2)H Three -Conductor Shielded Cable................................................................... 110 9-29.3(2)J Ethernet Cable................................................................................................ 110 9-29.6 Light and Signal Standards............................................................................. 111 9-29.6(1) Steel Lights and Signal Standards.................................................................. 111 9-29.7(1) Unfused Quick -Disconnect Connector Kits ..................................................... 112 9-29.7(2) Fused Quick -Disconnect Connector Kits ........................................................ 112 9-29.10(1) Conventional Roadway Luminaires................................................................ 113 9-29.11(2) Photoelectric Controls..................................................................................... 113 9-29.13 Control Cabinet Assemblies............................................................................ 113 9-29.13(3) Traffic Signal Controller.................................................................................. 113 9-29.13(4) Traffic Signal Controller Software................................................................... 115 9-29.13(10)A Auxiliary Equipment for NEMA Controllers...................................................... 115 9-29.13(10)C NEMA Controller Cabinets............................................................................... 117 9-29.16 Vehicular Signal Heads, Displays, and Housing .............................................. 127 9-29.18(1) Video Detection System................................................................................... 127 9-29.19 Pedestrian Pushbuttons................................................................................... 127 9-29.20 Pedestrian Signals........................................................................................... 128 9-29.24 Service Cabinets.............................................................................................. 129 9-29.26 Pan Tilt Zoom (PTZ) Camera Systems............................................................ 129 DIVISION 10: MEASUREMENT AND PAYMENT - UNIT PRICE BID ..............................................131 Bid Item No. Al - Unexpected Site Changes(1-04)........................................................... 131 Bid Item No. A2 -ADA Features Surveying (1-05.4).......................................................... 131 Bid Item No. A3 -Construction Surveying(1-05.4)............................................................. 131 Bid Item No. A4 - Record Drawings (Minimum Bid $1,000) (1-05) ..................................... 131 Bid Item No. A5 - Employee Apprenticeship Program (EAP) Utilization (1-07) .................. 132 Bid Item No. A6 -Apprenticeship Hours (1-07).................................................................. 132 Bid Item No. A7 -Apprenticeship Utilization Goal Assessment(1-07) ............................... 132 Bid Item No. A8- Mobilization(1-09)................................................................................... 132 Bid Item No. A9 - Project Temporary Traffic Control(1-10)................................................ 133 Bid Item No. A10 -Work Zone Safety Contingency(1-10)................................................. 133 Bid Item No. All -Clearing and Grubbing(2-01)............................................................... 133 Bid Item No. Al2 -Removal of Structures and Obstructions(2-02).................................... 133 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 $P- VI Bid Item No. A13 —Crushed Surfacing Top Course (4-04) ................................................. 133 Bid Item No. A14 — HMA CI. '/2" PG 58H-22 (5-04)............................................................. 133 Bid Item No. A15 —Adjust Catch Basin(7-05)..................................................................... 134 Bid Item No. A16 — Erosion Control and Water Pollution Prevention (8-01) ....................... 134 Bid Item No. A17 — Landscape Restoration(8-01).............................................................. 134 Bid Item No. A18— Cement Conc. Traffic Curb & Gutter(8-04)........................................... 134 Bid Item No. A19 —Raised Pavement Marker Type 1 (8-22) .............................................. 134 Bid Item No. A20 — Raised Pavement Marker Type 2 (8-22) .............................................. 135 Bid Item No. A21 — Cement Conc. Sidewalk (8-14)............................................................ 135 Bid Item No. A22 — Cement Conc. Curb Ramp Type Parallel A (8-14) ............................... 135 Bid Item No. A23 —Cement Conc. Curb Ramp Type Perpendicular A (8-14) ..................... 135 Bid Item No. A24 — Traffic Signal System at 651h Ave S & Southcenter Blvd, Complete (8-20) 135 Bid Item No. A25 — Temporary and Permanent Signing(8-21)........................................... 136 Bid Item No. A26 — Plastic Stop Line (8-22)........................................................................ 136 Bid Item No. A27 — Plastic Crosswalk Line(8-22)............................................................... 136 Bid Item No. A28— Plastic Traffic Arrow(8-22).................................................................... 136 Bid Item No. B1 — Unexpected Site Changes(1-04)........................................................... 137 Bid Item No. B2 —Construction Surveying(1-05.4)............................................................. 137 Bid Item No. B3 — Record Drawings (Minimum Bid $1,000) (1-05) ..................................... 137 Bid Item No. B4 — Mobilization(1-05.4)............................................................................... 137 Bid Item No. B5 — Project Temporary Traffic Control(1-10)................................................ 137 Bid Item No. B6 —Work Zone Safety Contingency(1-10)................................................... 137 Bid Item No. B7 — Clearing and Grubbing(2-01)................................................................. 137 Bid Item No. B8 —Removal of Structures and Obstructions(2-02)...................................... 137 Bid Item No. B9 — Crushed Surfacing Top Course (4-04) ................................................... 138 Bid Item No. B10 — Crushed Surfacing Base Course (4-04) ............................................... 138 Bid Item No. B11 — HMA CI. '/2" PG 58H-22(5-04)............................................................. 138 Bid Item No. B12 — Gravel Backfill for Wall(6-02)............................................................... 138 Bid Item No. B13 —Precast Conc. Barrier Type F Anchored(6-10).................................... 138 Bid Item No. B14 — Conc. Class 4000 for Retaining Wall(6-11)......................................... 139 Bid Item No. B15 — Conc. Class 4000 for Shelter Footing(6-11)........................................ 139 Bid Item No. B16 —St. Reinf. Bar(6-11).............................................................................. 139 Bid Item No. B17 — Erosion Control and Water Pollution Prevention (8-01) ....................... 139 Bid Item No. B18—Landscape Restoration(8-01).............................................................. 139 Bid Item No. B19— Cement Conc. Traffic Curb & Gutter(8-04)........................................... 140 Bid Item No. B20 — Chain Link Fence Type 3(8-12)........................................................... 140 Bid Item No. B21 — Single 6 Ft. Chain Link Gate(8-12)...................................................... 140 Bid Item No. B22 — Cement Conc. Thickened Edge Sidewalk (8-14) ................................. 140 Bid Item No. B23 — Removable Bollard(8-19)..................................................................... 140 Bid Item No. B24 — Electrical System for Bus Stop, Complete(8-20)................................. 140 Bid Item No. B25 — Temporary and Permanent Signing(8-21)........................................... 141 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 SP -1 INTRODUCTION TO THE SPECIAL PROVISIONS (January 4, 2024 APWA GSP, Option A) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2025 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (May 1, 2013 Tukwila GSP) Project specific special provisions are labeled without a date as such: (Special Provision) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT Manual M21-01, current edition • City of Tukwila Infrastructure Design And Construction Standards, Rev. 4/2019. Contractor shall obtain copies of these publications, at Contractor's own expense. * * IMPORTANT - PLEASE READ ** Each Special Provision in this document either Supplements, Replaces, or Modifies the specific combined Standard Specifications/Amendments cited; or is a New section/provision — as detailed below. These designations are shown in Italics at the beginning of each Special Provision. Supplement: Text supplements, slightly modifies, or adds clarification to the identified section of the Standard Specifications. New: Item/specification is unique to this project and will not be found in the Standard Specifications. Replacement: A replacement of the entire identified section or subsection of the Standard Specifications. Modification: A replacement of the identified sentence or paragraph of the Standard Specifications. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 DIVISION 1: GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 19, 2022 APWA GSP) SP -2 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. 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". City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 5P-3 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. 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. (Special provision) Supplement this Section with the following: Supplement In addition to the requirements above, 95% of the contract value must also be completed before the substantial completion date will be provided. 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) City of Tukwila Replacement 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -4 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 (April 1, 2016 Tukwila GSP) Supplement this Section with the following: Supplement The original plans and specifications are on file with bxwa.com. The Contractor is responsible for all costs to print, have prints produced and related expenses. 1-02.4(1) General (December 30, 2022 APWA GSP Option A) The first sentence of the ninth paragraph, beginning with "Prospective Bidder desiring...", is revised to read: Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing soon enough to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.5 Proposal Forms (November 25, 2024 APWA GSP) Delete this section and replace it with the following: Replacement The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's DBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be in legible figures (not words) written in ink or typed and expressed in U.S. dollars. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (April 22, 2025 APWA GSP, Option B) The first sentence of the second paragraph is revised to read as follows: Modification All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars. Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. Delete the last two paragraphs, and replace them with the following: City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -5 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name and signed by a partner. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement 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. 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. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Replacement Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -6 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (September 3, 2024 APWA GSP) Delete this section and replace it with the following: A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The Bidder adds provisions reserving the right to reject or accept the Award, or enter into the Contract; C. A price per unit cannot be determined from the Bid Proposal; d. The Proposal form is not properly executed; e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271- 015), if applicable, as required in Section 1-02.6; f. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6; g. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidder's DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; h. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award in accordance with Section 1- 07.11; i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; j. The Bidder fails to submit the Bidder Questionnaire (DOT Form 272-022), if applicable as required by Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; or k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. The authorized Proposal Form furnished by the Contracting Agency is not used or is altered; d. The completed Proposal form contains unauthorized additions, deletions, alternate Bids, or conditions; e. Receipt of Addenda is not acknowledged; City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -7 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 If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option B) Delete this section and replace it with the following: Replacement 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; or does not meet Supplemental Criteria 1-7 listed in this Section. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. Delinquent State Taxes A Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. Federal Debarment A Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). Subcontractor Responsibility A Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 4. Claims Against Retainage and Bonds 5P-8 A Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. Public Bidding Crime A Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause / Termination for Default A Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . Lawsuits A Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 5P-9 bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal 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. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-02.15 Pre Award Information (December 30, 2022 APWA GSP) Revise this section to read: Modification 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, City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -10 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (December 30, 2022 APWA GSP) Revise the first paragraph to read: Modification After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 Award of Contract (March 31, 2006 Tukwila GSP) Supplement this section with the following: Supplement The Award of contract, if made, will be made to the lowest responsive and responsible bidder. No Award will be made until necessary investigations are made by Contracting Agency as to the responsibility of the apparent low bidder. Contracting Agency shall be the sole judge as to the responsibility of the bidder to satisfactorily perform the work as specified and within the time limit set. 1-03.3 Execution of Contract (July 8, 2024 APWA GSP Option A) Revise this section to read: Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 14 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 City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -11 Construction Stormwater General Permit with sections I, III, and VI II completed when provided. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 7 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 AP INA GSP) Delete the first paragraph and replace it with the following: Modification The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (December 30, 2022 APWA GSP) Revise this section to read: Replacement City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -12 All decisions made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (December 30, 2022 APWA GSP) Modification Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Standard Specifications, 6. Contracting Agency's Standard Plans or Details (if any), and 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes (January 19, 2022 APWA GSP) The first two sentences of the last paragraph of Section 1-04.4 are deleted 1-04.4(1) Minor Changes (March 24, 2016 Tukwila GSP) Delete this section (including title) and replace it with the following: 1-04.4(1) Unexpected Site Changes Modification Replacement Payments or credits for changes amounting to $15,000 or less may be made under the Bid item "Unexpected Site Changes" if included in the Bid Proposal. At the discretion of the Contracting Agency, this procedure for Unexpected Site Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. The Contractor will be provided a copy of the completed order for Unexpected Site Changes. The agreement for the Unexpected Site Changes will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Unexpected Site Changes, the Contractor may protest the order as provided in Section 1- 04.5. Payments will be determined in accordance with Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for "Unexpected Site Changes" in the Proposal to become a part of the total Bid by the Contractor. Credits will be determined in accordance with Section 1-09.4. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 1-04.6 Variation in Estimated Quantities (December 30, 2022 APWA GSP, Option B) Revise the first paragraph to read: SP -13 Modification Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. When the accepted quantity of Work performed under a unit item varies from the original Proposal quantity, payment will be at the unit Contract price for all Work unless the total accepted quantity of the Contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original Proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein: 1-04.11 Final Cleanup (Special Provision) Supplement 3. Clean out all storm drain pipe and structures and any ditches that may have been filled during the work, and replace damaged surfacing. 4. Clean the site of debris and construction activity to a preconstruction condition that is satisfactory to the City. Final cleanup costs are incidental to the Contract. 1-05 CONTROL OF WORK 1-05.1 Authority of Engineer (March 31, 2006 Tukwila GSP) Revise item 10 in the second paragraph to read: Modification 10. Determination as to unworkable days and to whether or not a contract time extension is warranted; and 1-05.4 Conformity With and Deviations from Plans and Stakes (Special Provision) Supplement this section with the following: Contractor Surveying —ADA Features ADA Feature Staking Requirements The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, and grades necessary for the construction of the ADA features. Calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall build the ADA features within the specifications in the Standard Plans and contract documents. ADA Feature Contract Compliance The Contractor shall be responsible for completing measurements to verify all ADA features comply with the Contract in the presence of the Engineer. ADA Feature As -Built Measurements City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -14 The Contractor shall be responsible for providing the latitude and longitude of each ADA feature as indicated on the ADA Post Inspection Form(s) (WSDOT Form 224-020LP). The completed ADA Post Inspection Form(s) (WSDOT Form 224-020LP) shall be submitted as a Type 3 Working Drawing and transmitted to the Engineer within 30 calendar days of completing the ADA feature. After acceptance, the Contracting Agency will retain the final form(s) for their records. Roadway and Utility Surveys (Special Provision) Supplement Supplement this section with the following: Surveying on this project will be required for the following activities: 1. Adjustment of monuments. The Contractor shall provide all survey work required to reestablish monuments that are disturbed during construction. See Section 8-13. 2. Referencing of existing surface utilities. The Contractor shall reference the location of all City and Franchise surface utilities within the construction limits in a manner which allows location upon completion of overlay. The location of any existing surface utility not shown on the plans shall be marked on the plans; a copy of the plan with revised utility locations shall be given to the City prior to any adjustment being performed. These locations can be shown in the approximate locations and need not be surveyed. All costs associated with work required by this section shall be included within the lump sum bid item for Mobilization. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -15 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 (Special Provision) Replacement 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Contract time will continue until Substantial Completion has been reached. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -16 vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.12(1) One -Year Guarantee Period (March 8, 2013 APWA GSP) Add the following new section: New The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -17 When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Modification Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors (March 31, 2006 Tukwila GSP) Supplement this section with the following: Supplement Contractor shall allow the Contracting Agency and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work, and Contractor shall properly connect and coordinate its work with theirs. Other utilities, districts, agencies, and/or contractors who may be working within the project area are as follows: ■ Puget Sound Ener /Gas ■ King County Metro Transit ■ Puget Sound Energy/Power ■ Washington State Department of Transportation WSDOT ■ Comcast Cable Services ■ City of Tukwila ■ CenturyLink Communications 1-05.14(1) Notifications Relative to Contractor's Activities (March 31, 2006 Tukwila GSP) Add the following new section: New The Contractor shall give written notification to the Engineer, to all adjacent property owners (including land owner, building owner, business owner and tenants), and to the following listed agencies and individuals, in time for them to receive such notice at least 3 calendar days prior to commencement of any Work, or significant change in type of work or impacts, on the Project site. This notification must include: • the time of the commencement and completion of work • names of streets or locations of alleys to be closed • routes of detours where possible • schedule of operations • name(s) and phone number(s) of the construction superintendent in responsible charge City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -18 • names of individuals having full authority to execute the orders or directions of the Engineer, in the event of an emergency. Include phone numbers with 24/7 availability. The Contractor shall copy the Engineer on all communications with others related to this project, whether written or logs of phone conversations. The following addresses and telephone numbers of private, public, franchise utilities, county, state and cit services are supplied for the Contractor's use and convenience. y pp Valley Communications Center Regional Fire Authority (operates 911 for South King County) Telephone: (253) 856-4300 (253) 372-1300 Fax: (253) 856-6300 Email: Fire(a�pugetsoundfire.orq 20811 84th Ave S, ..............................................................................................................................................................................................................................._....................................................................................................................................................................................................................................................... Kent, WA 98032 City of Tukwila Police Department City of Tukwila Signal Maintenance Shops Telephone: (206) 433-1808 Attn: Tim Kirkland Fax: (206) 244-6181 Email: Tim.Kirkland@TukwilaWA.gov Email: police@tukwilawa.gov City of Tukwila Streets Maintenance Shops 6200 Southcenter Boulevard Attn David DeGroot Tukwila, Washington 98188 Email: david.degroot(d)tukwilawa.gov .................................................................................................................................................................................................................................... Telephone: Tele 206) 433-1860 ( P........................................................................................................................................................................................ Tukwila School District Utilities Underground Location Center Attn: Susie Kelly, Director of Transportation 1-800-424-5555 kellys(o-tukwila.wednet.ed u> Telephone: 206-901-8051 ..............................................................................................................................................................................................................................._....................................................................................................................................................................................................................................................... King County Water Pollution Control King County/ Metro Transit Division Attn: Michael Harpool Attn: Mr. Mark Lampard, MS KSC-NR-0503 mharpool@kingcounty.gov Telephone: (206) 477-5414 Telephone: 206-477-1686 FAX: (206) 684-1710 Email: mharpool@kingcounty.gov Email: mark.lampard@kingcounty.gov &construction.coord@kingcounty.gov 201 S. Jackson St 1270 - 6th Avenue S, MS -QS Seattle, Washington 98104-3855 Seattle, Washington 98134 ...............................................................................................................................................................................................................................:........................................................................................................................................................................................................................................................ United States Postal Service Seattle City Light Delivery Manager for 98168/98178 Attn: GERMAN GUTIERREZ MURILLO Telephone: (206) 242-3522 german.gutierrezmurillo@seattle.gov Telephone: (206-684-3820 Percy Schlimm 206-386-1735 percy.schlimmoseattle.gov ...............................................................................................................................................................................................................................:........................................................................................................................................................................................................................................................ Puget Sound Energy Puget Sound Energy 24 Hour Call -Out Attn: Dustin Weller Telephone: (206) 464-1999 dustin.weller(cx�pse.com 805 156th NE Telephone: 206-379-4347 Bellevue, Washington 98007 Jason Airey 206 348 9637 ..............................................................................................................................................................................................................................._....................................................................................................................................................................................................................................................... iason.airey(oDnse.com City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -19 CenturyLink Comcast Cable Services Attn: Narra Lam Attn: Kyle Kinney narra.lam@lumen.com ................................................................................................................................................................................................................................:........................................................................................................................................................................................................................................................ Kyle_Kinney@comcast.com Level 3 Integra Telecom Attn: Seth Dwyer, OSP Engineer, NW Attn: Bob Knight (Bob. knig ht(aintegratelecom.com) Division Telephone: (425) 970-7764 Seth. Dwyeralevel3.com 700 SW 39th St., Suite 200, Telephone: (206) 652-5624, c (206) 330-6440: Renton, Washington 98057 1000 Denny Way Also: Eric Clayton, Senior OSP Engineer Seattle, Washington 98109 Eric.claytona-integratelecom.com ..............................................................................................................................................................................................................................._....................................................................................................................................................................................................................................................... Verizon Business TW Telecom (formerly Time Warner) Attn: Scott Christenson Attn: Kevin Whitmore (Scott.christensona-verizon.com) (Kevin.whitmore(a.twtelecom.com) Telephone: (425) 636-6046 Telephone: (206) 676-8005, c. (206) 396-0794 If unavailable, contact: Brad Landis 223 N Taylor Ave, Suite 250 (brad. land is(aca�.verizon.com) Seattle, Washington 98109 Telephone: (425) 201-0901, c. (425) 766- 1740 ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................: XO Communications Zayo (Communications) Attn: Al Bendix (al.bend ix(axo.com) Jason Tesdal Telephone: (206) 315-6378 253-221-7585 100 Denny Way, Suite 200 Jason.Tesdal@zayo.com Seattle, Washington 98109 .......................................................... 9........................................................................................................._....................................................................................................................................................................................................................................................... Seattle Public Utilities (Water/Drainage) WSDOT NW Region Traffic Signal Maintenance Scott Pawling Attn: John Merriman 206-386-1804 Telephone: (206) 764-4010, c. (206) 799-7005 scott.pawlinga-seattle.aov P.O. Box 33010 ..............................................................................................................................................................................................................................._.......................................................... Seattle, Washington 98133-9710 9................................................................................................................................. WSDOT Maintenance/Area 5 (15 n/o 178th WSDOT Maintenance/Area 4 (15 s/o 178' & & SR599) SR518) Attn: Phil GeorgeAttn: Don Komac Telephone: (425) 822-4161 Telephone: (253) 872-6470 10833 Northrup Way NE 26620 68th Avenue S Bellevue, Washington 98004 ..............................................................................................................................................................................................................................._....................................................................................................................................................................................................................................................... Kent, Washington 98032 Union Pacific Railroad Burlington Northern Railroad Attn: Mario Ortegon Attn: John Li, Public Projects Telephone: (503) 249-2323 Telephone: (206) 625-6146 1619 N. River Street 2454 Occidental Ave S, Suite 1A Portland, Ore on 97227 ................................................................... .......................................................................................................................................................:.......................................................... ..............................................................................................................................................................................................................................._....................................................................................................................................................................................................................................................... Seattle, Washington 98134-1451 ............................................................................................ ..................................... 1-05.15 Method of Serving Notices (January 4, 2024 APWA GSP) Revise the second paragraph to read: Modification All correspondence from the Contractor shall be served and directed to the Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -20 be written in paper format, hand delivered or sent via certified mail delivery service with return receipt requested to the Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (October 1, 2005 APWA GSP) New The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-05.18 Contractor's Daily Diary (Special Provision) New The Contractor and subcontractors shall maintain daily, a Daily Diary Record of the Work. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. Provide signed copies of diary sheets for the previous week to Engineer at each Weekly Coordination Meeting, or within one week. Every single diary sheet/page must have: • Project name & number; • Consecutive numbering of pages, and . Typed or printed name, signature, and date of the person making the entry. At a minimum, the diary shall, for each day, have a separate entry detailing each of the following: 1. Day and date. 2. Weather conditions, including changes throughout the day. 3. Complete description of work accomplished during the day, with adequate references to the Plans and Contract Provisions so the reader can easily and accurately identify said work on the Plans. Identify location/description of photographs or videos taken that day. 4. Each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Contracting Agency, or any third party in any manner. 5. List all materials received and stored on- or off-site by Contractor that day for future installation, including the manner of storage and protection of the same. 6. List materials installed that day. 7. List all subcontractors working on-site that day. 8. List the number of Contractor's employees working during each day, by category of employment. 9. List Contractor's equipment on the site that day; showing which were in use, and which idle. 10. Notations to explain inspections, testing, stake -out, and all other services furnished by Contracting Agency or other party during the day. 11. Verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -21 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. It is expressly agreed between Contractor and Contracting Agency that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary, and furnish the entries, in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or his representative on the job site will also complete a Daily Construction Report. Add the following new section: 1-05.18 Record Drawings (March 8, 2013 APWA GSP) New The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red -lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor's field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: • Actual dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Order. • Changes made by the Contractor. • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following: As -built sanitary & storm invert and grate elevations As -built monumentation As -built waterlines, inverts, valves, hydrants Vertical Horizontal ± 0.01 foot ± 0.001 foot ± 0.10 foot ± 0.01 foot ± 0.001 foot ± 0.10 foot City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 As -built ponds/swales/water features ± 0.10 foot ± 0.10 foot As -built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As -built gas lines, power, TV, Tel, Com ± 0. 10 foot ± 0.10 foot As -built signs, signals, etc. N/A ± 0.10 foot Making Entries on the Record Drawings: SP -22 • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: • Additions - Red • Deletions - Green • Comments - Blue • Dimensions - Graphite • Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number. • Date all entries. • Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. Payment will be made for the following bid item: Record Drawings Lump Sum (Minimum Bid $ 1000) Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set prepared in conformance with these Special Provisions. A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount. 1-06 CONTROL OF MATERIAL 1-06.1(4) Fabrication Inspection Expense (June 27, 2011 AWPA GSP) Replacement Delete this section in its entirety. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Replacement 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. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -23 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. (Special Provision) Supplement Recycled concrete CSTC shall not be used in area that could be exposed to precipitation. 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: Supplement 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. 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) Replacement 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. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -24 The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax 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). 1-07.6 Permits and Licenses (March 31, 2006 Tukwila GSP) Supplement this section with the following: Supplement City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -25 The easements and license to construct documents that have been acquired are available for inspection and review at Engineer's office. Contractor shall comply with all conditions of the permits, easements, and licenses to construct, at no additional cost to Contracting Agency. Contractor shall indemnify Contracting Agency from all claims that may arise due to Contractor's actions related to any of these requirements, in the same manner as detailed in Section 1-07.1 of the Standard Specifications. Contractor shall fully restore all property within the easements or licenses to construct. See also Section 1-07.16 of the Standard Specifications and Special Provisions. Permits, permission under franchises, licenses, and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. Where Contracting Agency is required to secure permits, permission under franchises, licenses, and bonds, any and all costs incurred by Contracting Agency due to violation(s) by the Contractor of the permits/franchises/licenses/bonds, or any other law or regulation, shall be charged against Contractor and offset by Contracting Agency against the Contract price. 1-07.7 Load Limits 1-07.7(1) General (August 1, 2006 Tukwila GSP) Supplement The Contractor shall, at the Contractor's expense, make all arrangements for use of all haul routes. Haul routes shall be identified and provided to the Engineer and Contracting Agency prior to use of said routes. 1-07.9(3) Apprentices (Special Provision) Supplement this section with the following: Supplement Apprentice Utilization This Contract includes an Apprentice Utilization Requirement. Ten percent or more of project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are accepted. Apprentice Utilization will be determined using the Department of Labor and Industries (L&I) online Prevailing Wage Intent & Affidavit (PWIA) system. Definitions For the purposes of this specification the following definitions apply: 1. Apprentice is a person enrolled in a State -approved Apprenticeship Training Program. 2. Apprentice Utilization is the apprentice labor hours, on the project, expressed as a percentage of project Labor Hours based on certified payrolls or the affidavits of wages paid, whichever is least. The percentage is not rounded up. 3. Apprentice Utilization Requirement is the minimum percentage of apprentice labor hours required by the Contract. 4. Good Faith Effort(s) (GFE) describes the Contractor's efforts to meet the Apprentice Utilization Requirement including but not limited to the specific steps as described elsewhere in this specification. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -26 5. Labor Hours are the total hours performed by all workers receiving an hourly wage who are subject to prevailing wage requirements for work performed on the Contract as defined by RCW 39.04.310. Labor Hours are determined based on the scope of work performed by the individuals, rather than the title of their occupations in accordance with WAC 296-127. 6. State -approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 7. Apprentice Wage Rates are the applicable wage rates that are to be paid for an apprentice registered in a training program, separate from Journey Level rates, as set by the Washington State Apprenticeship Training Council and Washington State Department of Labor and Industries (L&I). Electronic Reporting The Contractor shall use the PWIA System to submit the "Apprentice Utilization Plan". Reporting instructions are available in the application. Apprentice Utilization Plan The Contractor shall submit an "Apprentice Utilization Plan" by filling out the Apprentice Utilization Plan Form (WSDOT Form 424-004) within 30 calendar days of execution, however no later than the preconstruction meeting, demonstrating how and when they intend to achieve the Apprentice Utilization Requirement. The Plan shall be in sufficient detail for the Engineer to track the Contractor's progress in meeting the utilization requirements. An Apprentice Utilization Plan shall be updated and resubmitted as the Work progresses or when requested by the Engineer. If the Contractor is unable to demonstrate the ability to meet the Apprentice Utilization Requirement with their initial Apprentice Utilization Plan submission, an effort must be made to find additional registered apprentices to perform on the contract. If after attempts have been made at every tier and every scope, the Contractor must submit GFE documentation to the Contracting Agency. The Contractor shall actively seek out opportunities to meet the Apprentice Utilization Requirement during the construction Work. Contacts The Contractor may obtain information on State -approved Apprenticeship Training Programs by using the Apprentice Registration and Tracking System (ARTS) https://secure.Ini.wa.gov/arts- public/#/program-search or contacting the Department of Labor and Industries directly at: Specialty Compliance and Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance The Contractor is expected to make attempts to employ Apprentices and shall include the requirement in any subcontracts at any tier. In the event that the Contractor is unable to achieve the Apprentice Utilization Requirement, the Contractor shall submit GFE documentation demonstrating the efforts and attempts they made. Final GFE documentation shall be submitted to the Contracting Agency after Substantial Completion but no later than 30 days after Physical Completion. If the Contractor fails to actively attempt to employ Apprentices, submit GFE documentation, or if the Engineer does not approve the GFE, the Contractor will be assessed a penalty. The Engineer will provide the Contractor with a written notice at Final Acceptance of the project informing the Contractor of the failure to comply with this specification which will include a calculation of the penalty to be assessed as provided for in the Payment section in this special provision. If the Contractor achieves the required Apprentice Utilization an incentive will be assessed with Final Payment. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -27 Good Faith Efforts The GFE shall document the attempts (efforts) the Contractor (and any subcontractor at any tier) made to meet the Apprentice Utilization Requirement. Emails, letters, or other written communications with letterhead, titles, and contact information are required. Documentation must include one or more of the following accepted GFEs: 1. Demonstrated Lack of Availability of Apprentices. Correspondence from State -approved Apprenticeship Training Program(s), with project specific responses confirming there is a lack of availability of Apprentices for this project. 2. Demonstrated Disproportionate Ratio of Material/Equipment/Products to Labor Hours. Documentation explaining the bid includes a disproportionate high cost of material/equipment/products to Labor Hours. (E.g., a $2 M estimated contract includes $1 M or more in procurement costs of equipment to be installed.) 3. Demonstrated Lack of Necessary Labor Hours. Correspondence from a State -approved Apprentice Training Programs confirming there is not enough time in the project to meet required journey level to apprentice training ratios. 4. Demonstrated Lack of Available Approved Programs. Correspondence from State -approved Apprentice Training Programs, confirming there are no programs that train for the scopes included/anticipated on the project. Contractor and state programs to submit training program detail needs and details that could be used for future program creation. 5. Funding Precedent. Documentation that shows conflicting, more restrictive, or precedent requirements for other training on the Project. Examples include, but are not limited to, Tribal Employment Rights (TERO), Federal Training Hours, or Special Training that affect the ability to use state -registered apprentices. 6. Warranty Work. Documentation from Original Equipment Manufacturers, or similar, confirming that work performed must only be completed by certified journey -level installers or risk voiding warranty, or similar. 7. Other Effort. The Contractor may submit other evidence, documentation, or rationale for not being able to achieve the required Apprentice Utilization that are not covered in the other efforts named. Other efforts will still need to be corroborated by an independent, knowledgeable third - party. Contractors may receive a GFE credit for graduated Apprentice hours through the end of the calendar year for all projects worked on as long as the Apprentice remains continuously employed with the same Contractor/subcontractor they were working for when they graduated. If an Apprentice graduates during employment on a project of significant duration, they may be counted towards a GFE credit for up to one year after their graduation or until the end of the project (whichever comes first). Determination of whether Contract requirements were met in good faith will be made by subtracting the hours from the journeyman total reported hours for the project and adding them to the apprentice hour total. If the new utilization percentage meets the Contract requirement, the Contractor will be reported as meeting the requirement in good faith. Approving Good Faith Efforts The Contracting Agency will review submitted Good Faith Efforts and issue a determination. The Engineer may request additional information, documentation, evidence or similar in order to approve such efforts. A determination by the Engineer is final. The approved Good Faith Efforts will be loaded into the PWIA system by the Contracting Agency. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -28 When the Contractor fails to meet the Apprenticeship goal of 10%, a penalty will be assessed for each hour that is not achieved, unless a Good Faith Effort is approved by the Contracting Agency. Apprenticeship Utilization Penalty will be calculated as described below: Percent of goal met Penalty per hour of unmet goal 100% $0.00 90% to 99% $2.00 75% to 89% $3.50 50% to 74% $5.00 1% to 49% $7.50 0% $10.00 When determining the percent of goal that is met, all rounding shall be down to the nearest whole percent. No assessment shall be waived by the city unless it is determined by the city manager to be in the best interests of the city, which determination shall be made after consultation with the EAP coordinator. All costs associated with implementing, developing, documenting and administering an employee apprenticeship program utilization plan, including recording and reporting EAP hours and for working with the EAP coordinator, as described above, shall be considered incidental to the lump sum unit price for "Employee Apprenticeship Program (EAP) Utilization Plan". 1-07.9(5) Required Documents (January 3, 2020 APWA GSP) Delete this section and replace it with the following: Replacement General All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and Certified Payrolls, including a signed Statement of Compliance for Federal -aid projects, shall be submitted to the Engineer and the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract: 1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number F700-029-000. The Contracting Agency will make no payment under this Contract until this statement has been approved by State L&I and reviewed by the Engineer. The approved "Affidavit of Prevailing Wages Paid", State L&I's form number F700-007-000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and all of the approved forms have been submitted to the Engineer for every firm that worked on the Contract. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -29 The Contractor is responsible for requesting these forms from State L&I and for paying any fees required by State L&I. Certified Payrolls Certified payrolls are required to be submitted by the Contractor for themselves, all Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all Federal -aid projects and no less than monthly on State funded projects. Penalties for Noncompliance The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, any or all payments may be withheld until compliance is achieved. In addition, failure to provide these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). 1-07.9(5)A Required Documents (July 8, 2024 APWA GSP) This section is revised to read as follows: All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and Certified Payrolls, including a signed Statement of Compliance for Federal -aid projects, shall be submitted to the Engineer and to the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. When apprenticeship is a requirement of the contract, include in PWIA all apprentices. 1-07.16(1) Private/Public Property (March 31, 2006 Tukwila GSP) Supplement this section with the following: Supplement Contractor shall maintain jobsite, all streets used by it, and utilities in a neat, orderly, workmanlike, and usable condition. Contractor shall clean up on a daily basis all refuse, rubbish, scrap material, and debris caused by his operations, including sweeping of streets. In the event Contractor fails to conform to these requirements, Contracting Agency shall have the right to have the work done by others and the cost shall be deducted from moneys due to Contractor. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2024 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -30 C. If any insurance policy is written on a claims -made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. I. Under no circumstances shall a wrap up policy be obtained, for either initiating or maintaining coverage, to satisfy insurance requirements for any policy required under this Section. A "wrap up policy" is defined as an insurance agreement or arrangement under which all the parties working on a specified or designated project are insured under one policy for liability arising out of that specified or designated project. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: ■ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers ■ Psomas and its subconsultants 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. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -31 For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this 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. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -32 All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $2,000,000 Each Occurrence $3,000,000 General Aggregate $3,000,000 Products & Completed Operations Aggregate $2,000,000 Personal & Advertising Injury each offence $2,000,000 Stop Gap / Employers' Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)D Excess or Umbrella Liability (January 4, 2016 APWA GSP) New The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than 1 million each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -33 This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Replacement Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. (Special Provision) Supplement Supplement this section and replace it with the following: The contractor is hereby notified that work along the southern edge of the Southcenter Boulevard ROW shall be performed from the Southcenter right-of-way as much as physically possible. Equipment shall not enter the property to the south. Formwork, construction materials, laborers and other small tools and items necessary for the construction of the signal foundations and equipment, City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -34 bus stop foundations and structures and shelter shall be built from the Southcenter right-of-way as much as safely feasible. The contractor is hereby notified that property rights have been established but not finalized at the time of advertisement. Upon filing the acquisition with the County the City will notify the contractor of the additional rights acquired per the contract documents. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) New Add the following new section: 1-08.0(1) Preconstruction Conference (Special Provision) New Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and the proposed site specific traffic control plan; and 6. To discuss the construction activity as it relates to the nearby fire station. The Contractor shall maintain emergency vehicle access at all times throughout the intersection. 7. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. Signal Equipment Material submittals, including all certifications, products, materials, shop drawings, and calculations for poles, mast arms, foundations as required by the contract documents. 3. A preliminary schedule of working drawing submittals; and 4. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (Special Provision) New Typical work hours for the planing and paving activities within each site are restricted to the hours shown below. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 8 -hour period between 7:00 a.m. and 6:00 p.m. SP -35 The Contractor shall notify the Engineer in writing 48 hours in advance of any partial, temporary, or long term closures of the intersection or any leg of the intersection for notification and coordination with fire department immediately to the north. (March 31, 2006 Tukwila GSP) New Contractor shall also comply with the City of Tukwila Municipal Code, with special emphasis on Chapter 8.22 — Noise, which is hereby made a part of the Contract Documents. A copy of this environmental provision is available to Contractor at the Engineer's office. (December 8, 2014 APWA GSP) New Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 2 working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not 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 nonworking day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll 1-08.1(7)A Payment Reporting (November 25, 2024 APWA GSP) Delete this section and replace it with the following: Replacement City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 1-08.1(7)A VACANT 1-08.3 Progress Schedule SP -36 1-08.3(1) General Requirements (Special Provision) Replacement This section is replaced with the following: For this project, a Type A Progress Schedule is required. Contractor shall sequence and control work activities such that work shall not be performed at more than two sites at any time during any shift. A split night/ day shift within the same day shall reduce the above site limitation to one. Weekly construction schedule shall be approved by the Engineer for the upcoming week. Work done at any other locations without Engineer's written approval will be at the Contractor's expense. 1-08.3(2)A Type A Progress Schedule (December 30, 2022 APWA GSP) Revise this section to read: Modification The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Replacement 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. 1-08.5 Time for Completion (November 25, 2024 APWA GSP, Option A) Modification City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. SP -37 Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and all partial or whole days the Engineer declares as unworkable The statement will be identified as a Written Determination by the Engineer. If the Contractor does not agree with the Written Determination of working days, the Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports in DMCS of the amounts paid including the final payment confirmation to all firms required by Section 1-08.1(7)A if applicable d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 1-08.6 Suspension of Work (Special Provision) Supplement Supplement this section with the following: Contractor shall not suspend work under the Contract without the order of the Contracting Agency. Should the Contractor wish to suspend work, the Contractor shall provide written request two weeks prior to anticipated suspension start date. Contracting Agency may provide written order based on Contractor's request. Contracting Agency may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. In urgent situations, the Contractor shall suspend work upon Contracting Agency's verbal notice, which will be followed up with a written notice. When ordered City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -38 by the Contracting Agency/Engineer to suspend or resume work, the Contractor shall do so within one working day of resume/suspension order. If the suspension of work is due to conditions beyond the control of the Contractor, and is solely for the convenience of the Contracting Agency, then the "Working Day" count shall also be suspended during the period of suspension. The Working Day count will immediately resume once the Contractor is ordered to resume work. Upon resumption of work, the Contractor shall revise the Project Schedule to show the period of suspension. This contract is expected to go into suspension upon acceptance and approval of signal equipment material submittal, proof of ordering, furnishment of a pole and equipment delivery schedule, and installation schedule. Upon receipt and acceptance of these items the contract will be suspended. Upon receipt of poles, or at a negotiated timeframe ahead of signal equipment delivery, the contract may resume with written authorization from the Engineer. 1-08.8 Extensions of Time (April 1, 2016 Tukwila GSP) Modification Add the following to the bulleted list after the sixth paragraph: 6. Engineer's delay in or failure to furnish Contractor -requested or other supplemental drawings, unless Contractor shall have given at least 2 calendar weeks' notice of the need for such drawings and not then unless claim of need for such drawings is reasonable. Add the following to the end of this Section: If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor energetically pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.9 Liquidated Damages (March 3, 2021 APWA GSP, Option A) Replace Section 1-08.9 with the following: Replacement Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Accordingly, the Contractor agrees: To pay liquidated damages in the amount of *** $2,000.00 *** for each working day beyond the number of working days established for Physical Completion, and To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, liquidated damages identified above will not apply. For overruns in City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -39 Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (July 8, 2024 APWA GSP, Option A) Modification Revise the third paragraph to read: Scale Operations — "Contractor -provided scale operations" are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract Work. In this situation, the Contractor shall provide, set up, and maintain the scales necessary to perform this Work. The Contracting Agency will provide a person to operate the project scale, write tickets, perform scale checks and prepare reports. 1-09.6 Force Account (November 25, 2024 APWA GSP, Option B) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027LP, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the Scaleman's Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. (July 8, 2024.APWA GSP, Option C) Revise the sixth and seventh paragraph to read: Trucks and Tickets — Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. The Contractor shall provide Electronic tickets or Physical tickets for all weighed materials. All Tickets shall, regardless of medium, at a minimum, contain the following information: 1. Date of haul; 2. Contract number; 3. Contract unit Bid item; 4. Unit of measure; 5. Identification number of hauling vehicle; and 6. Weight delivered: a. Net weight in the case of batch and hopper scales. b. Gross weight, tare (a.m. and p.m. minimum) and net weight in the case of platform scales (tare may be omitted if a tare beam is used). c. Approximate load out weight in the case of belt conveyor scales. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -40 Electronic -tickets shall be uploaded to the designated site so that they can be accessed by the material receiver at the material delivery point. Physical tickets shall be handed to the inspector at the delivery point at the time materials are delivered. The material delivery point is defined as the location where the material is incorporated into the permanent Work. The Contractor's representative shall make report summaries available to the Engineer's designated receiver, not later than the end of shift, for reconciliation. Tickets for loads not verified as delivered will receive no pay. 1-09.2(5) Measurement (December 30, 2022 APWA GSP) Revise the first paragraph to read: Modification 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 (December 30, 2022 APWA GSP) Supplement this section with the following: Supplement The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. 1-09.7 Mobilization (December 30, 2022 APWA GSP) Delete this Section and replace it with the following: Modification Mobilization consists of preconstruction expenses and the costs of preparatory Work and operations performed by the Contractor typically occurring before 10 percent of the total original amount of an individual Bid Schedule is earned from other Contract items on that Bid Schedule. Items which are not to be included in the item of Mobilization include but are not limited to: 1. Portions of the Work covered by the specific Contract item or incidental Work which is to be included in a Contract item or items. 2. Profit, interest on borrowed money, overhead, or management costs. 3. Costs incurred for mobilizing equipment for force account Work. Based on the lump sum Contract price for "Mobilization", partial payments will be made as follows: When 5 percent of the total original Bid Schedule amount is earned from other Contract items on that original Bid Schedule, excluding amounts paid for materials on hand, 50 percent of the Bid Item for mobilization on that original Bid Schedule, 5 percent of the total of that original Bid Schedule, or 5 percent of the total original Contract amount, whichever is the least, will be paid. When 10 percent of the total original Bid Schedule amount is earned from other Contract items on that original Bid Schedule, excluding amounts paid for materials on hand, 100 percent of the Bid Item for mobilization on that original Bid Schedule, 10 percent of the total of that original Bid Schedule, or 10 percent of the total original Contract amount, whichever is the least, will be paid. City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -41 3. When the Substantial Completion Date has been established for the project, payment of any remaining amount Bid for mobilization will be paid. Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the Contract. 1-09.8 Payment for Material on Hand (March 31, 2006 Tukwila GSP) Supplement this section with the following: Supplement Payment for material on hand will only be made for materials properly stored, protected, and insured. 1-09.9 Payments (LS Breakdown) (July 8, 2024 APWA GSP, Option A) Supplement this section with the following: Supplement Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. 1-09.9 Payments (July 8, 2024, APWA GSP, Option B) Delete the fourth paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form —the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand —100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. SP -42 Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.13(3) Arbitration 1-09.13(3)A Arbitration General (January 19, 2022 APWA GSP) Revise the third paragraph to read: Modification The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(4) Venue for Litigation (December 30, 2022 APWA GSP) Revise this section to read: Modification Litigation shall be brought in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is mutually agreed by the parties that when litigation occurs, the Contractor shall permit the Contracting Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2(1) General (October 3, 2022 WSDOT GSP) Section 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 httos://www.nwiett.edu Evergreen Safety Council 12545135 1h Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 httr)s://www.esc.org Supplement City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 https://atssa.com/traini'nq Integrity Safety 13912 NE 20th Ave. Vancouver, WA 98686 (360) 574-6071 httips://w\ivw.integritysafety.com US Safety Alliance (904) 705-5660 httips://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave. Everett, WA 98201 (800) 343-4049 https://www. kndservices. net 1-10.2(2) Traffic Control Plans (Special Provision) Section 1-10.2(2) is supplemented with the following: SP -43 Supplement The Contractor shall prepare site specific Traffic Control Plans for all phases of the work and submit them for approval to the Engineer. All work performed without prior written approval by the Engineer will be at the Contractor's expense. The Contractor's proposed Traffic Control Plans shall show the necessary lane closures, lane shifts, construction signs, flaggers, spotters, and other traffic control devices required to support each phase of the construction. A separate plan shall be prepared for each major construction phase. One lane each direction shall be open at all times, unless approved in advance by the Engineer. The Contractor -provided plans shall be prepared by the Contractor's Traffic Control Supervisor or a licensed engineer in the State of Washington and shall conform to the requirements contained in the latest version of the Manual on Uniform Traffic Control Devices (MUTCD) and the latest version of the Work Zone Traffic Control Guidelines published by the Washington State Department of Transportation. Prior to submitting the initial Traffic Control Plans for review by the Engineer, the Contractor shall meet with the Engineer and provide a detailed explanation of his proposed construction schedule, construction phasing and associated temporary traffic control implementation. The plan shall incorporate comments and considerations from initial meeting into submitted Traffic Control Plans. No construction will be allowed until the Traffic Control Plans are acceptable to the Engineer. Traffic Control Plans shall also specify how accessible pedestrian routes shall be maintained through the project site. The Contractor shall maintain a pedestrian path for safe crossing at all times for at least one side of closure or a pedestrian detour route will be required. Pedestrian access shall be ADA compliant and shall be provided and maintained at all times. Pedestrian access shall be continuous along the project frontage and provide access to adjacent businesses and buildings. ADA compliant City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 1 SP -44 temporary access ramps shall be installed at locations where existing ramps have been removed until the ramps have been restored to an ADA compliant condition. Payment for developing an approved Traffic Control Plan and for all labor, equipment, and materials for temporary ADA access ramps shall be considered incidental to the lump sum price in the Proposal for "Project Temporary Traffic Control' and no additional compensation will be made. END OF DIVISION 1 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 2 DIVISION 2: EARTHWORK 2-01 CLEARING AND GRUBBING SP -45 2-01.1 Description (Special Provision) Supplement Supplement this section with the following: This work shall also include removing topsoil, vegetation, and sod from the existing edge of pavement, sidewalks, and/or curbs identified for replacement as well as conduit through vegetated areas. This work shall be considered incidental and included in the bid items included in the proposal and no separate payment will be made. 2-01.2 Disposal of Usable Materials and Debris 2-01.2(2) Disposal Method No. 2 — Waste Site (Special Provision) Supplement this section with the following: Supplement No waste site has been provided for the disposal of excess or excavated materials. The Contractor shall make his or her own arrangements for obtaining wastes sites in accordance with Section 2- 03.3(7)C of the Standard Specifications. Waste sites will not be authorized by the Contracting Agency. The Contractor shall haul away any excess/unnecessary materials from the jobsite daily. 2-01.3 Construction Requirements 2-01.3(2) Grubbing (Special Provision) Supplement this section with the following: Supplement Where topsoil and vegetation cover the edges of the existing sidewalks, curbs or roadway identified for replacement, the Contractor shall remove all topsoil and vegetation as required for removal and replacement. All materials removed shall be disposed of by the Contractor as defined under Section 2-01.2(2) of these Special Provisions. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description (Special Provision) Supplement this section with the following: Supplement For the purpose of this Contract, `Removal of Structures and Obstructions' shall include the removing of miscellaneous objects required to complete the new construction or as directed by the Engineer. The following partial list of items to be removed and disposed of under the bid item `Removal of Structures and Obstructions' is provided for the convenience of the Contractor. The Contractor shall review the Contract Documents and project site to ve ify other items to be removed: Item Location Approximate Quantity SCHEDULE A City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 2 SP -46 Removal of Channelization & Signage 65th and varies Southcenter Removal of Cement Conc. Curb and Gutter 65th and 150LF Southcenter Removal of Cement Conc. Sidewalk 651h and 100SY Southcenter 65th and Removal of Asphalt Pavement Southcenter 90SY Item Location Approximate Quantity SCHEDULE B Removal of Asphalt Pavement Bus Stop 30SY Removal of Fence Bus Stop 95LF Removal of Existing Wall Structure Bus Stop 55LF Removal of Barrier Bus Stop 601-F Removal of Concrete Bus Pad Bus Stop 35SY Removal of Existing Shelter and Equipment Bus Stop 1 EA 2-02.3 Construction Requirements 2-02.3(3) Removing Pavement, Sidewalks, Curbs, and Gutters (Special Provision) Supplement Supplement this section with the following: Pavement shall be sawcut in such a fashion to form a neat break line. Except where the existing roadway is to be cold planed, all transitions to existing asphalt or cement concrete roadways, cement concrete driveways, curb and gutter, and walkways shall be vertically sawcut full depth with straight, uniform edges, unless otherwise noted on the Plans. 2-02.3(4) Sawcutting (Special Provision) New Add the following section: All pavements, curbs, gutters, sidewalks, and other surfacing materials to be removed shall be sawcut. All costs associated with saw cutting shall be included in the various bid items, regardless of the depth of sawcut necessary to completely remove the material. END OF DIVISION 2 City of Tukwila 651h Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 3 DIVISION 3: AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FROM QUARRY AND PIT SITES SP -47 3-01.4 Contractor Furnished Material Sources (Special Provision) Supplement Supplement this section with the following: No source has been provided for any materials necessary for the construction of this work. If the source of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his or her own expense, make all arrangements for the use of haul routes. END OF DIVISION 3 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 4 DIVISION 4: BASES 4-04 BALLAST AND CRUSHED SURFACING SP -48 4-04.1 Description (Special Provision) Supplement Supplement this section with the following: Crushed Surfacing Top Course (CSTC) shall be used as shown on the Plans and Details. Recycled concrete CSTC shall not be used in areas that could be exposed to precipitation. END OF DIVISION 4 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -49 DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (January 31, 2023 APWA GSP) Replacement Delete Section 5-04, 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, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti -Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement (RAP) 9-03.8(3)B, 9-03.21 Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B, 9-03.21 Mineral Filler 9-03.8(5) Recycled Material 9-03.21 The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. If the Contractor wishes to utilize High RAP/Any RAS, the design must be listed on the WSDOT Qualified Products List (QPL). The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -50 The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the Contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(1)A Vacant 5-04.2(2) Mix Design - Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the Contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the Contractor shall provide one of the following mix design verification certifications for Contracting Agency review; The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L -A -B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall: Be designed for 1 million equivalent single axle loads (ESALs). Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). Have anti -strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324 or based on historic anti -strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -51 Commercial Evaluation Mix Design. 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 ESALs appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5- 04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer's approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31 st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55'F 45°F 0.10 to .20 45°F 35°F More than 0.20 35'F 35°F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -52 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: Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field-testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -53 a. A mechanical sampling device attached to the HMA plant. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include precipitation or an air temperature less than 45'F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The Contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power -propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Acopy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -54 If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's approval, unless otherwise required by the Contract. Where an MTD/V is required by the Contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -55 uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS -1, or CSS -1 h emulsified asphalt. The CSS -1 and CSS -1 h emulsified asphalt may be diluted once with water at a rate not to exceed one -part water to one -part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealing When the Proposal includes a pay item for crack sealing, seal cracks in accordance with Section 5- 03. 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 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -56 conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor -provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9- 03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35 -foot compacted depth. Lifts that exceed 0.35 -foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti -stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25'F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -57 Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" 0.35 feet HMA Class 3/" and HMA Class '/2" wearing course 0.30 feet other courses 0.35 feet HMA Class'/" 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation, the aggregate properties of sand equivalent, uncompacted void content, and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -58 The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1- 06.2(2)D2 Property Non -Statistical Evaluation Commercial Evaluation Asphalt Binder +/-0.5% +/-0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non- Statistical Evaluation Commercial Evaluation 1" S/" "/z", and 3/8" sieves +/-6% +/-8% No. 4 sieve +/-6% +/-8% No. 8 Sieve +/-6% +/-8% No. 200 sieve +/-2.0% +/-3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 11/2" 1", 3/", %", W, 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. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -59 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)Cl Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH -TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall be tested. Sampling and testing HMA in a structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a CPF shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -60 5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a CPF using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor «f» All aggregate passing: 1'/" 1" 3/4' '/i' and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the CPF. 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -61 with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the CPF. 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 -foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a CPF of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or Roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4 -inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core", the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core", the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. SP -62 HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction —General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction -Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500 -foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction - Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -63 A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation —Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction —Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture -density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92%, a Non -Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -64 5-04.3(11)6 Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection -A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection -An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection -A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the CPF of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PF for any constituent or the CPF of a lot in progress is less than 0.75. 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. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints SP -65 The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed, and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1 V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than '/ of the compacted lift thickness and then taper down on a slope not steeper than 4H-. 1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals Bridge Paving Joint Seals shall be in accordance with Section 5-03. 5-04.3(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 % inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than %4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -66 Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre -Paving and Pre -Planing Briefing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing Bituminous Pavement The planing plan must be approved by the Engineer and a pre -planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5- 04.3(14)A. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 5-04.3(14)A Pre -Planing Metal Detection Check SP -67 Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre -planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)6 Paving and Planing Under Traffic 5-04.3(14)61 General In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -68 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. 5-04.3(14)62 Submittals - Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre -planing briefing and pre -paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -69 proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)63 Pre -Paving and Pre -Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other Contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: General for both the Paving and Planing: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, public convenience and safety, and other Contractors who may operate in the Project limits. d. Notifications required of Contractor activities and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, streetcar rail, and castings, before planing as per Section 5-04.3(14)B2. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -70 h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type of equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type of equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF is used, how the Contractor will ensure different JMFs are distinguished, how pavers and how MTVs are distinguished, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5- 02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer, in accordance with Section 5-04. 5-04.3(21) Temporary Pavement (Special Provision) Supplement this section with the following: New Temporary pavement is required to open areas to traffic during construction. These areas include the voids created by the removal of existing traffic islands and curbing, paving over excavated roadway and utility trenches to provide paved access to private properties, and ramps for property access during cement concrete approach construction. Temporary pavement shall be hot mix asphalt concrete pavement. All temporary paving shall be placed with a minimum thickness of 2 inches. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall be approved by the Engineer before placement. This work shall also include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 5 SP -71 Temporary Pavement, hot mix asphalt will be used for any trench restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS -1 asphalt emulsion and apply a minimum 3 -inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access to adjacent properties, and ramps for property access during concrete approach construction. Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2 -inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. The Contractor shall excavate and remove temporary pavement to the required subgrade depth to construct and install the proposed pavement section. Excavation and removal of temporary pavement, to subgrade depth, shall be considered included in the unit cost for "Temporary Pavement." END OF DIVISION 5 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 7 DIVISION 6: STRUCTURES 6-10 CONCRETE BARRIER SP -72 6-10.1 Description (Special Provision) Supplement Supplement this section with the following: This work shall include removal, storage, relocation, and installation of new precast concrete barrier sections as identified in the Plans. This work shall also include any temporary barriers necessary to ensure safety of the traveling public. 6-11 REINFORCED CONCRETE WALL 6-11.1 Description (Special Provision) Supplement this section with the following: Supplement This work shall include construction of reinforced concrete walls, footings, slabs and foundations per the details in the Plans. Walls supporting the bus shelter shall conform to King County Metro standard practices for materials, details, reinforcement, and workmanship. END OF DIVISION 6 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 DIVISION 8: MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SP -73 8-01.1 Description (Special Provision) Supplement Supplement this section with the following: The Contractor shall install and maintain all temporary and permanent erosion control measures and Best Management Practices (BMPs) in accordance with the Bid Documents, Standard Specifications, Permit Conditions, and as directed by the City. Such measures may include, but are not necessarily limited to: • Erosion and water pollution control for stockpiled materials • Rock check dams • Inlet protection on existing and proposed drainage structures • Plastic covering • Temporary HMA curb • Disposal of sediments and materials • Maintenance of BMPs including in the event of emergencies and as weather and field conditions dictate; and also including installation of additional BMPs which may become required as field and weather conditions evolve • Street sweeping and cleaning • ESC Lead per 8-01 of the Standard Specifications • All materials, tools, and equipment necessary to meet these requirements 8-01.2 Materials (Special Provision) Supplement this section with the following: Water Supplement The Contractor shall make, at the Contractor's expense, whatever arrangements may be necessary to ensure an adequate supply of water required for erosion control. The Contractor shall also furnish all necessary hose, equipment, attachments and accessories for the adequate irrigation of planted areas as may be required to complete the work as specified. 8-01.3 Construction Requirements 8-01.3(8) Street Cleaning (Special Provision) Supplement this section with the following: Supplement The Contractor shall provide for cleaning all surfaced roadways that have become dirty as a result of the execution of this project. This shall be done at the completion of each day's activities or more often if so directed by the Engineer. Street sweepers shall be the only acceptable method used to clean. Flushing will not be permitted. Street cleaning shall be included in the various items contained in the Proposal and no additional payment will be made. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 8-01.3(9)D Inlet Protection (Special Provision) Supplement this section with the following: SP -74 Supplement Catch Basin Inserts shall meet the requirements of the Standard Plan included in Appendix A. The simple placement of a permeable geotextile material under a catch basin grate is not acceptable. Catch Basin Inserts shall be installed on all existing and new catch basins that are constructed as part of this contract or receive runoff from the project site. 8-01.3(16) Removal (Special Provision) Supplement Supplement this section with the following: Removing Temporary Erosion /Water Pollution Control BMPs The Contractor shall removal all Temporary Erosion / Water Pollution Control BMPs within twenty (20) days after final slope stabilization, landscape restoration, or after the BMPs are no longer needed. Trapped sediment shall be removed or stabilized on site. 8-01.3(17) Suspension of Work (Special Provision) Add the following new section: New Section If at any time during the life of this Contract it becomes necessary to suspend work due to weather conditions or other constraints, it shall be the Contractor's obligation to meet the following requirements: • The Contractor shall remain obligated to meet the Temporary Erosion / Water Pollution Control requirements of the Bid Documents during any suspension of work. • The Contractor shall remain obligated to meet the Temporary Traffic Control (both vehicular and pedestrian) requirements of the Bid Documents during any suspension of work. • The Contractor shall maintain vigilance and maintain a safe project area free of hazards to public safety and shall remedy all hazardous situations immediately. 8-04 CURBS, GUTTERS, AND SPILLWAYS Section 8-04.1 Description (Special Provision) Supplement this section with the following: Supplement This work shall also consist of constructing cement concrete curbs in accordance with these Specifications and in conformity with the dimensions and cross-sections shown in the Plans and to the lines and grades as staked. 8-04.3 Construction Requirements (Special Provision) Supplement this section with the following: Supplement The sub -base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the curb and gutter. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 White -pigmented curing compounds will not be allowed. SP -75 The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet (10') or the alignment one-fourth (1/4") in ten feet (10'). Where shown on the plans, the Contractor shall paint the curbs with 2 -coats of yellow paint. Paint and application shall conform to the Standard Specifications for traffic paint striping. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 Description (Special Provision) Supplement this section with the following: Supplement This work consists of installing fencing on top of the jersey barrier, chain link gate, and fencing around the bus stop. 8-12.2 Materials (Special Provision) Supplement this section with the following: Coated Chain Link Fence & Gates: Supplement Chain Link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per 3 square foot of surface area. Fence materials, when specified on the Plans, shall be coated with an ultraviolet -insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall match Federal Standard 595 color number FS 37038 (BLACK), or be as approved by the Engineer. Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project. The Contractor shall supply the City with 10 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch-up pain shall be compatible with the coating system used. Black Vinyl Coated Chain Link Fence: Black vinyl coated chain link fence shall be 72 inch tall. Concrete footing post shall be Class 3000 concrete per Spec 6-02 or approved surface mounting system. 8-12.3 Construction Requirements (Special Provision) Supplement Relocating and reinstalling fences and gates shall include removing and reinstalling fences and gates to the locations shown on the Plans and adjusting the fences and gates to final grade. Chain Link posts shall be installed per the details on the Plans. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -76 Contractor shall submit post foundation design and / or surface mounted system for post installation around bus stop. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description (Special Provision) Supplement this section with the following: Supplement This work shall consist of constructing and installing standard cement concrete sidewalks, thickened edge sidewalks, cement concrete transition band, decorative stamped finish, and cement concrete curb ramps including detectable warning surfacing All finished grade sidewalk slopes shall meet the slope and grade requirements as indicated in the plans and Standard Plans. 8-14.3 Construction Requirements (Special Provision) Section 8-14.3 is supplemented with the following: Timing Restrictions Supplement The Contractor shall notify the Engineer in writing 48 hours in advance of any partial, temporary, or long term closures of the intersection or any leg of the intersection for notification and coordination with fire department immediately to the north. Within an intersection, the crossing of one leg of the intersection shall be constructed at a time and shall be completed and open to traffic before construction can begin on another leg of the intersection unless otherwise allowed by the Engineer. Layout and Conformance to Grades The Contractor shall meet the requirements depicted in the Contract documents. Using the information provided in the Contract documents, the Contractor shall lay out, grade, and form each new curb ramp, sidewalk, and curb and gutter. 8-14.3(5) Detectable Warning Surface (Special Provision) Supplement this section with the following: Supplement Detectable warning surface shall be furnished and installed on all sidewalk ramps and as shown in the Plans. Detectable warning surfaces shall be furnished as follows: Color: Federal Yellow, Location: All locations except as noted, Quantity: 120 square feet City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -77 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description (Special Provision) Supplement this section with the following: Supplement This work shall consist of furnishing, installing and field testing all materials and equipment necessary to complete in place, fully functional systems in accordance with approved methods, the Plans, the latest edition of the Washington State Department of Transportation (WSDOT) Standard Specifications, the State of Washington Sign Fabrication Manual, the latest edition of the National Electric Code (NEC), and the current Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington, the City of Tukwila Standard Specifications and Details, and these Specifications: • New Traffic Signal System at the intersection of Southcenter Boulevard & 651h Avenue S The Work involves, but shall not be limited to, the following: • Traffic signal controller and equipment • Traffic Signal Cabinet and foundation • Signal poles and foundations • Video detection and PTZ cameras and associated equipment • Vehicle and pedestrian signal heads • APS type pedestrian push buttons • Emergency vehicle pre-emption system • Junction boxes • Conduit, wire and fiber optic cables, including splicing • Luminaires • Bus shelter illumination connection • Electrical service cabinet, foundation and connection • Subsurface exploration and potholing • Utility locates The Work shall include all items listed above and including all labor and any necessary associated equipment where applicable to complete the Work. 8-20.1(1) Regulations and Code (Special Provision) Supplement this section with the following: Supplement All electrical equipment shall conform to the Standards of the National Electrical Manufacturer's Association (NEMA). In addition to the requirements of these Specifications, all materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2025 edition of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction (herein referred to as Standard Specifications); to the State of Washington Standard Plans; to the State of Washington Sign Fabrication Manual; the American Standards Association (ASA); City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -78 American National Standards Institute (ANSI); to the City of Tukwila Infrastructure Design and Construction Standards; to the current National Electric Code (NEC), Laws, Rules & Regulations for Installing Electrical Wires & Equipment, of the Department of Labor and Industries, State of Washington; and to the current Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington. All requirements of the Washington State Department of Labor and Industries shall be incorporated into the project. It shall be the Contractor's responsibility to determine these requirements and to coordinate all inspections by the Department of Labor and Industries. Safe wiring labels required by the Department of Labor and Industries shall be required for this project. Persons performing electrical work shall be certified in accordance with RCW 19.28.161. Proof of certification shall be supplied to the Engineer prior to the performance of the work. 8-20.1(2) Industry Codes and Standards (Special Provision) Supplement Supplement this section with the following: National Electrical Safety Code (NESC) PO Box 1331, 445 Hoes Lane Piscataway, New Jersey 8-20.1(3) Permitting and Inspection (Special Provision) Supplement Supplement this section with the following: Prior to start of work, all necessary licenses, permits, and approvals shall be obtained. The Contractor shall comply with all laws, ordinances, rules, orders, and regulations relating to the performance of the work, the protection of adjacent property, and the maintenance of all other facilities. The Contractor will be required to comply with all the provisions of these instruments and shall save and hold the City harmless from any damage which may be incurred as a result of the Contractor's failure to comply with all the terms of these permits. City Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the City Electrical Inspector (Ph: 206-431-3670) at least 24 hours in advance of required field inspection. The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. This project shall be accomplished in compliance with WAC 296-468-040 Traffic Management Systems. This project shall conform to the current adopted version of the NEC. The Contractor shall be responsible for coordinating, obtaining, and paying for all permits necessary to complete this work in a timely fashion. An electrical permit shall be obtained before beginning of trench excavation. 8-20.1(4) Restriction of Schedule of Work (Special Provision) Add the following new section: Mast Arm Erection New Section Mast arms shall not be erected more than 14 calendar days prior to the system being turned on. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 Siqnal Head Installation SP -79 The vehicle and pedestrian signal heads and push buttons shall be covered immediately upon installation and shall remain covered until the signal is turned on. Work in Roadway All work in the roadway is subject to the traffic control requirements specified in Special Provisions Section 1-10.2(2) Traffic Control Plans. Traffic Control during Construction The Contractor shall include in the submitted traffic control plan, detailed plan during roadway trenching, erection of mast arms, and other activities requiring lane closures or detours. Illumination System Construction Impacts Illumination systems shall remain fully operational during the hours of darkness. Each existing electrical service shall remain fully operational until the corresponding new electrical service becomes fully operational for the system. The Contractor shall include all illumination system changes and anticipated down time in their construction schedule. Any change in schedule for impacts to illumination systems shall be provided a minimum of 5 working days in advance. The Contractor shall meet with City staff to discuss all cutovers to work out a plan to minimize down time. 8-20.1(5) Warranties (Special Provision) Add the following new section: New Section The Contractor shall provide a warranty for all material to be furnished under this Bid for a period of one year, unless otherwise specified, from the date of actual turn -on. The warranty shall apply to all material including those items not manufactured by the Contractor. The warranty shall provide that all material at the time of delivery shall be free from defects in material and workmanship and shall be fit for the use set forth in these Specifications. The warranty shall assign responsibility to the Contractor for all costs of replacement or repair of defective materials except those materials supplied by the City. Replacement or repair shall be made within 5 working days following notification of a discrepancy. The Contractor shall provide all manufacturer warranty documents to the City. 8-20.1(6) Errors and Omissions (Special Provision) Add the following new section: New Section The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract documents, in the layout given by survey data, and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If deemed necessary, the Engineer will rectify the matter and advise the Contractor accordingly. Any work done after such discovery without the authorization by the Engineer shall be done at the Contractor's risk. 8-20.2 Materials (Special Provision) Supplement this section with the following: Supplement All materials necessary for the completion of the project shall be purchased and furnished by the Contractor unless otherwise specified herein. The Contractor shall be responsible for delivering the Traffic Signal Controller cabinet and its components to the City for testing and pick up by the Contractor to the project site, from the City's signal maintenance yard (located at 600 Minkler Blvd). City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -80 All materials shall be handled in loading, unloading and erecting in such a manner that they will not be damaged. Any parts that are damaged due to the Contractor's operations shall be repaired or replaced at the Contractor's expense. All repairs shall be to the approval of the Engineer. The Engineer reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the systems. Approval to install materials and equipment must be obtained from the Engineer at the job site before installation. 8-20.2(1) Equipment List and Drawings (Special Provision) Supplement Manufacturer's data for all materials proposed for use in the contract which require approval shall be submitted in one complete package. Shop drawings for signal standards and lighting standards shall be provided in an electronic format (AUTOCAD Release 2019 or later), as well as complying with Section 6-03.3(7) of the Standard Specifications. Manufacturer's technical information shall be submitted for all luminaires, signal heads, push buttons, cameras, wire, conduit, junction boxes, signal and electrical service cabinets, and all other items to be used on the Project. All approvals by the Engineer must be received by the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site. The Engineer shall have fourteen (14) calendar days to review information for each submittal that is made. Approval of shop drawings does not constitute final acceptance or guarantee of the material but is solely to assist the Contractor in providing the specified materials. For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two materials per material type at no cost. Additional materials may be submitted for approval and will be processed at a cost of $100.00 per material submitted by QPL submittal and $300.00 per material submitted by RAM. All costs for processing additional materials will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. Manufacturer's data for all electrical related materials proposed for use in the contract which require approval shall be submitted in one complete package. 8-20.3 Construction Requirements 8-20.3(1) General (Special Provision) Supplement this section with the following: Supplement Product Handling All equipment shall be handled and protected in such a way to prevent damage. Damaged equipment, if any, shall be repaired or replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Owner. Existing Conditions No new equipment shall be constructed as part of this contract that is in conflict with any existing utilities, or the code required thereby. It shall be the Contractor's responsibility to locate all utilities whether above, on, or below the ground and to protect against any and all damages arising from work under this project. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -81 At least 48 hours before digging, the Contractor shall call the Utilities Underground Locator Center (telephone 811). Existing underground utilities indicated on the Plans are shown in their approximate location from field markings by the respective utility companies without uncovering. Such indication does not relieve the Contractor, however, from the responsibilities indicated herein. In case of damage to any utilities above, on or below ground, the Contractor shall immediately notify the utility agency involved. Power, telephone, and gas facilities shall be repaired by the respective utility company. Prior to start of construction, the Contractor shall contact any remaining utilities to obtain material requirements and determine repair procedures. Such repairs may be the responsibility of the Contractor as directed by the respective utility. The Contractor shall be responsible for the costs to repair any utilities damaged by the Contractor regardless of whether the utility company or the Contractor repairs the utility. The Contractor warrants and represents that it is fully aware of the statutory provisions contained in RCW 19.122.010 through .900, that is has read and fully understands the same, and that it will comply with the requirements of these provisions which are incorporated by reference herein. The Contractor agrees that all trenching as well as excavating for mast arm pole bases shall be an "excavation" as defined under RCW Chapter 19.122 and that such utilities constitute underground facilities. The parties agree that remedies affected under RCW Chapter 19.122 are also incorporated by reference herein. Any cost to the Contractor as a result of this law shall be at the Contractor's expense. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the Contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: • Contact the Engineer and determine if there is an alternative location for the foundation, junction box or conduit trench. • If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. • If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. • The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. Power Source Coordination The Contractor shall coordinate all of the installation details for the electrical service cabinet(s) with Puget Sound Energy. Within four (4) weeks after Notice to Proceed, the Contractor shall meet with a PSE Representative in the field to verify the location of power source as shown in the Plans and shall notify the Engineer immediately if any conflicts exist. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 Coordination with City Agencies SP -82 The Contractor shall contact following representatives for coordination with the below listed agencies: City of Tukwila Traffic Operations and Maintenance: .............. Tim Kirkland ............ (206) 433-1860 City of Tukwila Electrical Inspector..........................................Jim Benner.............. (206) 431-3670 8-20.3(2)A Errors and Trench and backfill (Special Provision) New Section Add the following new section: The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the signal, illumination and fiber optic conduit. Trenching shall conform to the following: Uniform Construction Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to provide a uniform grade, with a width and depth as specified herein. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. Trench Inspection No work shall be covered until it has been examined by the Engineer or Inspector. Earth which fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches. When trenching is being accomplished within the sidewalk area, the backfill can be made with acceptable materials from the excavation and shall be considered a necessary part of, and incidental to the excavation in accordance with the Standard Specifications. Hauling and disposal of un -used excavation material shall be incidental to the cost of trenching or excavating. The compaction requirements for the roadway backfill shall apply. Saw Cut for Trench Trenches in all paved areas shall be sawcut. The saw cuts shall be a minimum of 2 -inches deep and shall be parallel. Thoroughly clean saw cuts where necessary by the use of high-pressure water (1,400 psi or greater). All wastewater shall be collected and disposed of in accordance with Section 1-07.15 of the Standard Specifications. Impervious surfaces contaminated from cutting operations shall be cleaned in accordance with Section 1-07.15 of the Standard Specifications. Pavement Removal Pavement shall be removed in a manner approved by the Engineer. The Contractor shall take care in removing existing paving not to damage the pavement outside of the saw cut lines. Trench Depth Trench depth shall provide 24 inches minimum of cover over all conduits unless agreed to otherwise by the Engineer. Trench Width The trench width shall be 12 inches or the conduit diameter plus 2 inches, whichever is larger. Trenching Through Concrete Sidewalk Areas Trenching in these areas shall require removal and replacement of the concrete to the limits of the existing sidewalk joints. The costs for removal and replacement shall be incidental to the trenching. 8-20.3(4) Foundations (Special Provision) City of Tukwila Supplement 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 Supplement this section with the following: SP -83 Foundations for Type III signal poles (single and dual mast at poles) shall be per WSDOT Standard Plan J-26.10 and per the Plans. Foundations for Type PS signal poles shall be per WSDOT Standard Plan J-21.10. Foundations for Type PPB signal poles shall be per WSDOT Standard Plan J-20.15. Foundation for combination signal controller / electrical service cabinet shall be per WSDOT Standard Plan J-10.10. The Contractor is advised to review Geotechnical Memorandum (Appendix C) prior to foundation construction due to possible wet drilling (expected deeper than 12 feet) and a presence of rocks and boulders. All excess materials shall be removed from the construction site and disposed of at the Contractor's expense. The Contractor shall provide all material for and construct the foundations for poles and cabinets to the dimensions specified in this Contract. The anchor bolt pattern circle shall match that of the item to be installed thereon. Concrete foundations shall be placed against undisturbed earth if possible. CDF shall be used to backfill around signal pole foundations that are not placed against undisturbed earth. Before placing the concrete, the Contractor shall block out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required to be used to connect the pole ground wire to the ground rod in the nearest junction box. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship -like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Concrete and steel rebar shall be furnished and placed as shown in the Contract Plans. After a curing period of 2 weeks, or as directed by the Engineer, the Contractor may install the traffic signal poles, controller cabinet, and service cabinet on the new foundations. Where foundations for the signal poles are located within the new sidewalk area, each foundation shall be constructed in a single pour to the bottom of the new sidewalk elevation. Contractor shall provide extra - long anchor bolts to accommodate this style of construction. The sidewalk shall be constructed in a separate pour. Where no sidewalk is present, the foundation elevation shall be set in the field by the City Engineer. Location of all concrete foundations shall be approved by the City Engineer prior to excavation. Drilled Shafts for Traffic Signal Pole Foundations This Special Provision covers the operations required to drill shafts for pole foundations, removal of all soil and rock materials encountered, disposal of all excavated materials, furnishing and placement of casing (if required), removal and disposal of any obstructions encountered, furnish and place steel reinforcement cages and concrete, and the work necessary to complete the drilled shaft construction, in accordance with these Special Provisions and as specified on the Plans. Construction Sequence All excavation for a single pile cap foundation in which the drilled shafts are to be constructed shall be completed before shaft construction begins. After shaft construction is completed, all loose or displaced materials shall be removed from around the shafts, leaving a clean solid surface to receive the footing concrete. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -84 Shaft Excavation Shafts shall be excavated to the required depth as shown in the Plans or as required by the Engineer. The excavation shall be completed in a continuous operation using equipment capable of excavating through the type of material expected to be encountered. The concrete shall be placed within two hours after the completion of shaft excavation and cleanout without any undue delay. If the shaft excavation is stopped with the approval of the Engineer, the shaft shall be secured by the installation of a safety cover. It shall be the Contractor's responsibility to ensure the safety of the shaft and the surrounding soil and the stability of the sidewalls. A temporary casing should be used if necessary, to ensure such safety and stability. Where caving conditions are encountered, due to soft soils or water intrusion, no further excavation will be allowed until the Contractor selects a method to prevent ground movement. The Contractor may elect to place a temporary casing or use other methods approved by the Engineer. The Contractor shall use appropriate means such as a clean-out bucket, to clean the bottom of the excavation such that a minimum of 50 percent of the base of each shaft will have less than 1 -inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 2 inches. If unexpected obstructions which require specialized equipment and/or labor are encountered, the Contractor shall notify the Engineer promptly. Excavation shall be continued as approved by the Engineer. Excavation Inspection The Contractor shall provide equipment for checking the dimensions and alignment of each permanent shaft excavation. The dimensions and alignment shall be determined by the Contractor with the approval of the Engineer. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final clean-out. Shaft cleanliness will be determined by the Engineer, by visual inspection. The excavated shaft shall be approved by the Engineer prior to placing any steel or concrete into the shaft. Reinforcing Steel Cage Construction and Placement The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted prior to concrete placement. The reinforcing cage shall be rigidly braced to retain its configuration during handling and when lowered into the shaft, during placement of concrete and extraction of the casing from the shaft. No loose bars will be permitted. The reinforcing steel fabricator shall include bracing and any extra reinforcing steel required to fabricate the cage in the shop drawings. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the Plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length. Tie bars shall be continued for the extra depth, spaced on 1 -foot centers, and the stiffener bars shall be extended to the final depth. These bars may be lap spliced, or un -spliced bars of the proper length may be used. Welding to the planned reinforcing steel will not be permitted unless specifically shown in either the Plans or Special Provisions. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances given in this specification. Concrete spacers or other approved non -corrosive spacing devices shall be used at sufficient intervals (near the bottom and at intervals not exceeding 5 feet City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -85 up the shaft) to insure concentric spacing for the entire cage length. Spacers shall be constructed of approved material equal in quality and durability to the concrete specified for the shaft. The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the rebar cage is not maintained within the specified tolerances, corrections shall be made by the Contractor as required by the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer. Concrete Placement Concrete placement shall commence within two (2) hours after completion of the excavation and shall be placed in one continuous operation to the top of the shaft. Concrete shall be placed through a tremie. The tremie used shall consist of a tube of one-piece construction. Concrete shall be placed through a hopper at the top of the tube so that the concrete is deposited through the center of the reinforcing steel to prevent segregation of the aggregates and splashing of concrete on the reinforcement cage. The Contractor's proposed method for depositing concrete shall have approval of the Engineer prior to concrete placement. The concrete on the top 5 feet of the shaft shall be vibrated. Casing and Forming Removal The casing shall be well coated with form oil prior to concrete placement. During casing removal, a minimum 5 -foot head of concrete must be maintained to balance the soil and water pressure at the bottom of the casing. All other forming materials shall be removed, and adjacent area restored. Construction Tolerances The centerline of the drilled shaft shall be within 3 inches of the Plan position in the horizontal plane, at the Plan elevation for the top of the shaft. The vertical alignment of the shaft excavation shall not vary from the Plan alignment by more than 1/4 inch per foot of depth. After all the concrete is placed, the top of the reinforcing steel cage shall be no more than 1/2 inch above and no more than 1/2 inch below the Plan position. The minimum diameter of the drilled shaft shall be 1 - inch less than the specified shaft diameter. The top elevation of the shaft shall have a tolerance of ±1/2 inch from the Plan top of shaft elevation. Excavation equipment and methods shall be designed so that the completed shaft excavation will have a flat bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of ±3/8 inch per 12 inches of diameter. Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be completed within the required tolerances are unacceptable. When approved, corrections may be made to an unacceptable drilled shaft excavation by any approved combination of the following methods: Overdrill the shaft excavation to a larger diameter to permit accurate placement of the reinforcing steel cage with the required minimum concrete cover. Increase the number and/or size of the steel reinforcement bars. The approval of the correction procedures is dependent on analysis of the effect of the degree of misalignment and improper positioning. Correction methods may be approved as design analysis indicates. Redesign drawings and computations prepared by the Contractor's Engineer shall be signed by a Professional Engineer licensed in the State of Washington. Materials •and work necessary, including Engineering analysis and redesign, to effect corrections for out of tolerance drilled shaft excavations shall be furnished at no cost to the Contracting Agency. Submittals City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -86 Before placing the reinforcing steel, the Contractor shall submit shop drawings to the Engineer for the reinforcing cage. Work shall not proceed until the appropriate submittals have been approved in writing by the Engineer. 8-20.3(5) Conduit (Special Provision) Supplement this section with the following: Supplement The Contractor shall provide and install all conduit and necessary fittings at the locations noted on the Plans. Conduit size shall be as indicated on the Plans. If the Contractor elects to use largercondu it without reasonable justification, the Contractor will be responsible for any increase in cost due to other changes required. All conduit sweeps shall have a minimum bend radius of 24 inches. All 90 degree elbows shall be galvanized steel. A 1/8 -inch braided nylon rope with a minimum 450 pound breaking strength shall be installed in each conduit run with two (2) feet doubled back at each termination. The City Engineer, or appointed designee, shall field verify and pre -approve all conduit runs where the contractor plans to utilize pre-exiting underground PVC conduits that are empty or have minimum available cross-sectional space to add new wires and/or cables. The contractor shall utilize the existing conduits and/or run new conduits as shown on the plans. See applicable notes on plans for restrictions, and/or limitations related to open trenching. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire. Spare conduits shall include a bull -line tape. Spare conduits shall be capped and labeled as City of Tukwila conduits. All conduit installed underground shall have polyethylene Underground Hazard Marking Tape, 6 inches wide, red, legend "Caution -Electric Line Buried Below," placed approximately 12 inches above the conduit. Conduits entering through the cabinet foundation shall be arranged toward the front of the cabinet for maximum accessibility or as directed by the Engineer. Where sidewalk panels need to be removed for the installation of conduit or junction boxes, the Contractor is responsible for restoring the area near the back of sidewalk as needed to repair damage from sidewalk panel formwork. 8-20.3(5)F Damaged or Blocked Conduits (Special Provision) Add the following new section: New Section Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to remove debris in the conduit by blowing in air. The Contractor shall be careful notto blow airtowards the service or controller cabinet. If the blockage doesn't break free, the Contractor shall identify the potential blocked/damaged location using a fish tape. Once the blockage location is identified the Contractor shall attempt to remove the existing cabling (if any) from the conduit. If the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit again. If the fish tape passes through the conduit past the identified blockage point easily, the Contractor shall attempt to reinstall all existing cabling along with the new cabling called out in the Contract Plans. If the existing cabling cannot be removed, or reinstalled after removal, the Contractorshall excavate down to the conduit blockage point and repair the conduit break. The Contractor shall obtain approval from the Engineer prior to removing existing cabling or beginning excavation. All cabling shall be removed from the conduit prior to repairing the broken conduit. Once the conduit is repaired, the Contractor shall restore City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -87 the disturbed area. The removal of cable, excavation, conduit repair, and surface restoration will be paid for by change order as determined by the Engineer. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes (Special Provision) Supplement Supplement this section with the following: Junction boxes installed in softscape shall have security collars. New junction boxes shall not be located in ADA sidewalk ramps or landing areas. Also, unless specified or shown otherwise on the Plans, they shall be installed in hard -surface areas, centered in concrete sidewalk areas between the back of curb and back edge of sidewalk. Or, they shall be located such that no less than six (6) inches of solid concrete bounds all sides of the junction box. Asphalt joint filler material shall not be installed between junction boxes and concrete surfaces. Any adjustments to locations of proposed or existing junction boxes shall be field verified and approved by the City and/or Traffic Engineer, especially if changes involve moving between hard & soft -surface areas. The Contractor shall supply all junction boxes. The locations ofthejunction boxes shown in the Plans are approximate and final locations shall be verified by the Engineer in the field prior to placement. The new junction box locations shall not interfere with any other previous or relocated installations. All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. The junction box shall include installation of a 4" thick Class "B" cement concrete 12" minimum width pad enclosing the junction box. Concrete shall be promptly cleaned from the junction box frame and lid. Junction boxes shall not be placed in the travel way. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment junction boxes are installed or adjusted prior to construction of finished grade, pre -molded joint filler for expansion joints may be placed around the junction boxes. The joint filler shall be removed prior to adjustment to finished grade. The Contractor shall not damage any existing conduits when replacing or excavating existing junction boxes. The Contractor is to maintain the integrity ofalljunction boxes during reconfiguration of the conduits, installation of new conduits or when excavating. The Contractor shall reconfigure conduits in existing junction boxes where the minimum bend radius of the fiber is notachievable. The integrity of thejunction boxshall be maintained. If damage occurs, the Engineer shall be contacted immediately. 8-20.3(8) Wiring (Special Provision) Supplement Supplement this section with the following: All wiring shall use copper conductors, aluminum wiring shall not be used. All wires terminated at a terminal block shall have an open end, crimp style solder -less, insulated terminal. All terminals shall be installed with a tool designed for the installation of this type of terminal. Crimping with pliers, wire cutters, etc., will not be allowed. Terminals shall be color coded to the wire and sized to fit snugly on wire ends. No exposed conductor will be allowed. All wiring inside the controller cabinet and at intermediate points shall be trimmed and cabled together to make a neat and clean -appearing installation. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -88 No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the Plans. All conductor runs shall be pulled to the appropriate signal terminal compartment board with pressure type bindingposts. The only exceptions shall be the splices for detector loops atthe nearest junction boxto the loops and splices in illumination Illumination (street lighting) conductors and wires are the only type which may be spliced in junction boxes (per City of Tukwila Design and Construction Standards, Detail Sheet RS -28) using SEC type splices or approved equal, permanent, watertight, non -re -enterable splice kits. circuits. The un -fused service wires between the transformer and the service cabinet shall be labeled "Un -fused Service" at all terminal ends. Marking sleeves and tags shall be required for all wiring. The Contractor shall provide to the City a red -line print ofthe wiring diagram showing as- built information of the field wiring prior to acceptance of the project by the City. Field Wiring Chart 501 AC+ Input 516-520 Railroad Pre-empt 502 AC- Input 5A1 -5D5 Emergency Pre-empt 503-510 Control -Display 541-580 Coordination 511-515 Sign Lights 581-599 Spare Movement Number 1 2 3 4 5 6 7 8 9 Vehicle Head Red 611 621 631 641 651 661 671 681 691 Yellow 612 622 632 642 652 662 672 682 692 Green 613 623 633 643 653 663 673 683 693 Spare 614 624 634 644 654 664 674 684 694 Spare 615 625 635 645 655 665 675 685 695 AC- 616 626 636 646 656 666 676 686 696 Red Auxiliary 617 627 637 647 657 667 677 687 697 Yellow Auxiliary 618 628 638 648 658 668 678 688 698 Green Auxiliary 619 629 639 649 659 669 679 689 699 Pedestrian Heads & Dets. Hand 711 721 731 741 751 761 771 781 791 Man 712 722 732 742 752 762 772 782 792 AC- 713 723 733 743 753 763 773 783 793 Detection 714 724 734 744 754 764 774 784 794 Common -Detection 715 725 735 745 755 765 775 785 795 Spare 716 726 736 746 756 766 776 786 796 Spare 717 727 737 747 757 767 777 787 797 Spare 718 728 738 748 758 768 778 788 798 Spare 719 729 739 749 759 769 779 789 799 Detection AC+ 811 821 831 841 851 861 871 881 891 AC- 812 822 832 842 852 862 872 882 892 Common -Detection 813 823 833 843 853 863 873 883 893 Detection A 814 824 834 844 854 864 874 884 894 Detection B 815 825 835 845 855 865 875 885 895 Loop 1 Out 816 826 836 846 856 866 876 886 896 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 Loop 1 In Loop 2 Out Loop 2 In Supplemental Detection Loop 3 Out Loop 3 In Loop 4 Out Loop 4 In Loop 5 Out Loop 5 In Loop 6 Out Loop 6 In Spare SP -89 817 827 837 847 857 867 877 887 897 818 828 838 848 858 868 878 888 898 819 829 839 849 859 869 879 889 899 911 921 931 941 951 961 971 981 991 912 922 932 942 952 962 972 982 992 913 923 933 943 953 963 973 983 993 914 924 934 944 954 964 974 984 994 915 925 935 945 955 965 975 985 995 916 926 936 946 956 966 976 986 996 917 927 937 947 957 967 977 987 997 918 928 938 948 958 968 978 988 998 919 929 939 949 959 969 979 989 999 8-20.3(9) Bonding, Grounding (Special Provision) Supplement this section with the following: Supplement Bonding jumpers shall be attached to each steel junction box lid using stainless steel grounding lugs. The Contractor shall provide and install bonding and grounding wires as described in the Standard Specifications and the National Electrical Code for any new metallic junction boxes and any "modified" existing junction boxes. Junction box lids and frames shall be grounded so that the ground will not break when the lid is removed and laid on the ground next to the junction box. For the purposes of this section, a junction box shall be considered "modified" if new conduits and/or current -carrying conductors are installed, including low -voltage conductors. In locations where existing grounding conductors are present, these conductors shall not be disturbed. The metal frame and lid of existing junction boxes shall be grounded to the existing equipment grounding system. The existing equipment grounding system shall be derived from the service serving the raceway system of which the existing junction box is a part. Where existing conduits are utilized, an equipment -grounding conductor shall be installed if not present. In addition to the conductors called for in the Contract, all conduit shall be installed with an equipment - grounding conductor sized per NEC 250-122, with the exception that the minimum size shall be #8 AWG. Location wires shall not be connected to the equipment -grounding system. Ground rods shall be copper clad steel, 3/ -inch in diameter by 10 -feet long, connections shall be made with termite welds. At points where wiring shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. 8-20.3(10) Service, Transformer and ITS Cabinets (Special Provision) Supplement this section with the following: Supplement The City has applied for an electrical service application with PSE and the Contractor shall make arrangements for a new electrical service connection. The Contractor shall coordinate with PSE to schedule the service connection, meter installation, and all required inspections. The service points shall be as noted on the Plans and shall be verified with the electrical servicing utility (the Contractor to coordinate a power service point availability, with a power company). City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -90 The Contractor shall furnish and install fully furnished electrical service 3 -wire, single phase cabinet as specified in this Contract. The street illumination components shall be connected to the 240 -volt, 60 -hertz power. The Traffic Signal systems shall be connected to the 120 -volt, 60 -hertz elements. No on-site modifications to the cabinet will be allowed. Theunfused power shall enterthe service cabinet th roug haseparate conduit. The Contractor shall have the electrical service inspected by the City Electrical Inspector and coordination with the power company to have the service energized. The City will aid in this process at the request of the Contractor. The service cabinets shall be shipped and delivered to the job site in a protective covering with suitable dunnage to prevent damage to the exterior surface. 8-20.3(11) Testing (Special Provision) Supplement Supplement this section with the following: All work shall be completed in a manner that provides the City Traffic Operations and Maintenance Department Representative and the Engineer full knowledge of the construction. The work shall proceed in accordance with the approved construction schedule previously supplied to and approved by the City. At their option, the City Representatives may require the work completed without their knowledge or inspection, to be dismantled so that it can be inspected to their satisfaction. Appropriate megger, resistance, continuity, and inductance tests shall be performed in accompaniment with the Engineer or Traffic Operations and Maintenance Department Representative. City Traffic Operations and Maintenance Department shall inspect, test, and monitor all signal equipment including the signal controller, controller cabinet, malfunction monitoring unit (MMU), and other auxiliary electronic equipment and devices requiring pre -installation testing. All applicable signal control equipment shall be delivered to the City Traffic Signal Shop for complete operational testing. The duration and type of testing shall be determined and implemented at the sole discretion of the City Traffic Operations and Maintenance Department Representative. The tests shall confirm the proper and intended component functions, system operations, and the comprehensive performance of "tested" traffic signal equipment. Traffic Signal Turn -On Procedures The Contractor shall provide the City Engineer or Traffic Operations and Maintenance Department Representative a 72 -hour pre -notification of a scheduled traffic signal turn -on, with information about the applicable location, date, time and duration. The Contractor shall follow the signal turn -on procedures listed below in descending order. And, unless directed otherwise by the City or Traffic Engineer, the turn -on procedures shall be initiated in the presence of the City Traffic Engineer or Traffic Operations and Maintenance Department Representative. A qualified technical representative from the signal cabinet and controller supplier and/or manufacturer is also required to be present. The City Engineer shall provide the City Police Department no less than a 48- hour notice of the date and time of the scheduled traffic signal turn -on. The Pre -turn -on and turn -on procedures for all new and/or upgraded traffic signals are as follows: • Confirm that all circuit breakers for signal and lighting power are "OFF". • Turn "ON" the Service and verify correct voltage levels. • Turn "ON" the circuit breakers and verify proper operation of cabinet light and GFCI. • Crosscheck the signal driver terminal wiring with the plans to ensure conformity with the intended phase sequence & FYLTA's, and confirm the correct jumper configurations on the CMU/MMU program card. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -91 • "FLASH" all signal face indications, by signal phase, for Red / Yellow / Green / Walk / Don't Walk, and Flashing Yellow Left Turn Arrows- if active. • With the Controller Power switch "OFF" and both Auto/Flash switches in the "FLASH" position, install the flasher and verify the correct "In -Flash" operations (Red/Red or Red/Yellow) by signal head, phase and approach. • Install all additional required equipment in the cabinet. • Place the police door Auto/Flash switch in "AUTO" position. • Turn the Controller Power switch to the "ON" position. • Monitor to confirm proper operation of the controller and CMU/MMU, and correct any malfunctions and/or failures, then reconfirm the proper operation. • Turn the Camera Power to the "ON" position and adjust camera zoom & vertical + horizontal view alignment angles to optimize detection performance. • Place "MINIMUM RECALL" on all phases. (Via Controller Functions.) • Confirm that all detector switches are in the "OPERATE" position. • Stop traffic in all directions and toggle the "Signals" switch from the "OFF" to the "ON" position. • Allow no less than one complete cycle to operate and visually verify the correct sequence of all signal indications. • When approaching traffic is optimally the safest, remove traffic control and allow normal vehicular traffic through the intersection. When the City Engineer or Traffic Operations and Maintenance Department Representative, or their appointed designees, determine that the signal operates correctly, they shall have the contractor place the traffic signal in normal stop - and -go (GREEN -YELLOW -RED) operation. • Walk the intersection to confirm the intended operation and expected performance of all pedestrian push buttons & "WALK" & FLASHING "DON'T WALK indications. • In the presence of the Traffic Operations and Maintenance Department Representative & the cabinet manufacturer's technical representative, configure the video detection zones, remove minimum recall from all phases & confirm that the system operates correctly & properly for 30 minutes, (minimum), & monitor detection performance at sunrise and at sunset. If the Traffic Engineer or Traffic Operations and Maintenance Department Representative determines that the traffic signal is malfunctioning or is operating improperly, the Contractor shall be directed to return the signal to flash mode for a period not to exceed five calendar days, or, alternately, turn the signal off and cover all signal displays. In either case, the contractor shall provide 24-hour notification to the Traffic Engineer or Traffic Operations and Maintenance Department Representative of the rescheduled signal turn -on date, which shall not be allowed Monday through Friday, between 6 AM & 9 AM, or after 3 PM. This same restriction applies 24 hours a day on weekends, holidays, and on a day preceding a holiday. Termination of and/or alterations to "Green/Yellow/Red" (Stop -and -Go) operation by the Contractor shall be prohibited, unless otherwise approved by the City Traffic Engineer. All work shall be completed in a manner that provides the City Engineer or Traffic Operations and Maintenance Department Representative with full knowledge of the construction. The work shall proceed in accordance with the approved construction schedule previously supplied to and approved by the City. The City Engineer may, at their option, require work completed without their knowledge orinspection to be City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -92 dismantled so that itcan be inspected to their satisfaction. Appropriate megger, resistance, continuity, and inductance tests shall be performed in accompaniment with the City Engineer. Intersection Cut -Over Procedure Prior to scheduling Turn -on Dates, the Contractor shall verify with the assigned City Engineer that field tests as specified in this Section have been completed for all equipment that is in place and able to be operational prior to the temporary shutdown of the signal for the Change -Overs. In addition, 48"x48" "New Signal Ahead" signs (WSDOT Sign Fabrication Manual W20-902) with two orange flags shall be installed at all approaches by the Contractor on 4 -inch x 4 -inch wood posts at locations staked by the City Engineer for each approach leg prior to each Change -Over date. These signs shall be maintained by the installer for 30 days. On the 30th day, the Contractor shall remove all advance warning signs. If the Contractor does not remove the advance warning signs at the appropriate time, the City will remove the signs and maintain ownership of them. New signal heads installed on mast arm and not in the flash mode shall be bagged. Bags shall provide a small visibility hole at each lens. Signal heads can be bagged for a maximum of seven days. Full re- activation shall occur only on Tuesdays, Wednesdays or Thursdays, there shall be no exception to this Change -Over day. If the full activation date falls on a holiday or the day preceding a holiday it will not be allowed. Turn -On to normal cycling operation during Change -Over, both to the temporary system operation and permanent system operation shall be completed prior to 3:00 PM. The Contractor shall give notice of Change -Over dates and times to the City Inspector five working days in advance of each said date. Requests for signal turn -on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. 8-20.3(13) Illumination Systems (Special Provision) Supplement this section with the following: Supplement As part of illumination systems installation, The contractor shall coordinate with KC Metro Representative furnishing and installation of conduit and wiring for KC Metro bus transit shelter. The exact location of the conduit stub out for the shelter enclosure in the concrete pad shall be determined in the field. Salvaging and delivery the Maintenance Yard of existing luminaire pole and luminaire shall be coordinated with the Traffic Maintenance Department Representative. The Contractor shall remove all unused wiring and shall cap empty conduit. Existing foundation shall be removed completely or at least 3' below the finished grade. Existing illumination circuit continuity shall remain. 8-20.3(13)A Light Standards (Special Provision) Supplement this section with the following: Supplement Light standards shall be fabricated in conformance with the methods and materials specified on the Plans, these Special Provisions and installed as described in the City of Tukwila Infrastructure Design and Construction Standards. Anchor bolts shall extend through the top heavy -hex nut two full threads to the extent possible while conforming to the specified base clearance requirements. Anchor bolts shall be tightened by the Turn -Of - Nut Tightening Method in accordance with Standard Specifications Sections 6-03.3(33) and 8-20.3(4). The grout pad shall not extend above the elevation of the bottom of the base. The hand hole shall be located at 90 degrees to the luminaire arm on the side away from traffic. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -93 A grounding lug or nut shall be provided in the handhole frame or inside the handhole frame or inside the pole shaft to attach a ground bonding strap. All miscellaneous hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The Contractor shall provide a combination of digits and letters on each pole (per luminaire schedules on illumination plans), whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15 -foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be either: • 3 -inch square with gothic gold or white reflectorized 2 -inch legend on a black background, or • 3 -inch square with black 2 -inch legend on a white reflectorized background. The I.D. number will be assigned to each pole at the end of the Contract or project by the City Engineer. Cost for the decals shall be considered incidental to the Contract Bid. The pole shaft shall be provided with a 4" x 6" non -flush handhole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torqueing of the nuts. The space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one -half-inch drain hole shall be left in the bottom of the grout pad as shown on WSDOT Standard Plan J-28.40. 8-20.3(13)C Luminaires (Special Provision) Supplement this section with the following: Supplement The new illumination systems shall be energized from a single 7 -pin photoelectric cell mounted on the service nearest luminaire, as shown on the Plans. Remaining luminaires in the system shall have installed a 7 -pin shorting cap in the photocell socket. The luminaire glassware, reflector and lamp must be thoroughly cleaned before installation and the LED array must be cleaned with a soft cloth. The luminaire must be secured and adjusted according to the manufacturer's recommendations. LED array must be level in the transverse pathway axis and parallel to the pathway grade in the longitudinal axis after the pole has been plumbed with all loads added. All luminaires must have the installation date marked inside the housing. 8-20.3(14) Signal Systems 8-20.3(14)A Signal Controllers (Special Provision) Supplement this section with the following: Supplement City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -94 The cabinet shall be completely wired and tested to the 2003 N EMA Traffic Controller Assemblies specification with NTCIP Requirements Version 02.06 (as amended here in). In addition, and at a minimum, the following requirements shall be met: • City of Tukwila traffic signal cabinet specification shall supersede any applicable parts of the State of Washington, Department of Transportation Standard Specifications and Standard plans. This specification shall apply to all controller cabinet types with noted exceptions. • All items not covered by these Special Provisions shall conform to State of Washington, Department of Transportation Standard Specifications and Standard Plans. Traffic signal cabinets shall also comply with NEMA specifications where applicable. • The controller cabinet, controller and all auxiliary equipment shall be furnished and installed by the Contractor. • The cabinet manufacturer shall be pre -approved by the City of Tukwila signal shop, prior to bid letting on any cabinet that they propose to provide to the City. Said pre -approval shall have been obtained no less than 60 days prior to the closing date of the bid. • The entire cabinet assembly with electronics shall undergo complete input/output function testing by the manufacturer before being released to the City of Tukwila's designated testing facility. • The cabinet assembly shall be completely manufactured in the United States of America. 8-20.3(14)6 Signal Heads (Special Provision) Supplement this section with the following: Supplement All vehicle and pedestrian signal heads shall be securely covered with opaque (non -translucent) light colored material between installation and signal turn -on. Signal heads shall also be completely covered after testing and prior to signal turn -on. Visqueen duct tape shall not be allowed to secure the covers to the signal heads. Vehicle heads that are to remain covered for a period AFTER turn -on of the signal, shall be covered with a heavy, waterproof, opaque canvas, white, yellow, or khaki in color, securable by braided nylon rope labeled "OUT OF SERVICE". The Contractor shall provide and install all new vehicular signal head mounting hardware with new installations. Mounting hardware will provide for a rigid connection between the signal head and mast arm or pole. Mounting type shall be per the Plans. Final position of the signal heads shall be adjusted in the field in the presence of an Engineer. The bottom housing of a signal face shall conform to the requirements as stated in the current approved edition of the MUTCD. The highest intensity of the red lens in the signal head shall be aimed at a point 4 times the posted speed limit from the stop bar (measured in linear feet). Final orientation of signal heads shall be approved by the City Traffic Engineer in the field. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 8-20.3(14)E Signal Standards (Special Provision) Supplement this section with the following: SP -95 Supplement Traffic signal standards shall be fabricated in conformance with the methods and materials specified on the pre -approved plans and outlined in the Standard Specifications and these Special Provisions, Sections 9-29.6(1)B Decorative Signal Poles. All Type III and SD signal standards shall have terminal cabinets. While delivering the poles and arms to the job site and before they are installed, they shall be transported and stored in a manner that will not inconvenience the public or damage the surface finish. Poles shall be inspected by the Transportation Maintenance Department prior to install. Poles shall be unwrapped for visual inspection by contractor prior to inspection. Once approved poles can be installed. Extreme care shall be taken by the Contractor during installation and pole erection to avoid damage to the finish. The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange with a minimum of two full threads extending beyond the locking nut. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. Leveling nuts shall not be encased I concrete foundation. The space between the concrete base and the bottom of the pole flange shall be filled with dry pack mortar to completely fill the space under the flange and be neatly troweled to the contour of the pole flange. A barrier shall be placed around the anchor bolts to prevent grout from entering the conduits. A plastic drain hose (3/8 -inch diameter) shall be inserted through the mortar to provide the drainage from the interior of the pole base and be trimmed flush with the interior and exterior surface of the mortar. Dry pack mortar shall consist of a 1 to 3 mixture of cement and fine sand. Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Standard Specifications Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm -connecting bolts instead of lock washers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load. Install a new ID tag on pole and in the foundation per the Plans (Signal Pole Foundation and Pole Identification Tag Detail). 8-20.3(14)F Opticom Priority (EVPE) Control System (Special Provision) Add the following new section: New Infra -Red (I.R.) EVPE receivers shall be mounted in drilled and tapped holes on the top of the mast arms unless otherwise shown in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. Lead-in cable back to the controller shall have no splices. All lead-in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. Supplemental EVPE detector shall be installed on existing luminaire across from the City Fire Station as shown on the Plans. Coordinate programming with the Fire Chief and the City Engineer. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 8-20.3(14)G Terminal Cabinets (Special Provision) Add the following new section: SP -96 New The terminal cabinets shall be mounted on the pole using a 4 -inch wide aluminum channel away from the traffic side, with the bottom of the cabinet above the pedestrian signal heads where present and in no case less than 8 feet above the ground level. 8-20.3(14)H Pedestrian Push Button Assemblies (Special Provision) Add the following new section: New The Contractor shall furnish and field -install complete APS type pedestrian pushbutton assemblies and signs on the signal poles and all associated equipment in the signal cabinets. The position and orientation of the pedestrian push buttons shall be located as shown on Plans; however, final positioning for the optimum effectiveness shall be approved by the Engineer or City Traffic Operations and Maintenance Representative. 8-20.3(14)1 Video Detection System (Special Provision) Add the following new section: The permanent video detection system shall consist of the following: • Video cameras, including camera enclosure, filter, sunshield and connector kit. • Camera mount assemblies, including extensions as specified in the Plans. • Video image processors • Remote communications module • 9 -inch Video Monitor, including cable • Programming devices and/or software • Remote management software • Camera lenses and lens adjustment modules • Surge Suppressor • Coaxial and power cables • All other equipment necessary for a fully operational video detection system. New Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor shall provide the camera mounts and cable per these Specifications. The Contractor shall install the cameras and controller cabinet video camera equipment under the presence of City Transportation Maintenance Department Representative and the Representative will program the cameras to provide detection. The Contractor shall notify the Engineer 48 hours in advance of changes that will require reprogramming cameras. 8-20.3(14)J PTZ Camera System (Special Provision) Add the following new section: New PTZ cameras and associated equipment shall be furnished and installed by the Contractor. Each PTZ camera system shall consist of the following: • Video camera, including camera enclosure, lens, filter, sunshield and connector kit. • Camera mount assemblies, including extensions City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 • Pan, tilt, zoom (PTZ) equipment • LED Color Video Monitor, including cable • Programming devices and/or software • Remote management software • Surge Suppressors • Coaxial and power cables or power over ethernet • All other equipment necessary for a fully operational PTZ camera system. SP -97 Cameras shall be mounted per the Plans and per Engineer's directives in the field. The Contractor shall install the cameras in the presence of Engineer. Contractor shall notify the Engineer 48 hours in advance of changes that will require modifications to the cameras. 8-20.3(14)K Fiber Optic Networks (Special Provision) Add the following new section: New The Contractor shall coordinate with the Engineer all fiber optic work during the initial pre -construction meeting to assess the extents of work and coordinate with the Engineer service disruption to involved parties, associated with a downtime due to existing fiber optic system modifications. Contractor shall be responsible for pulling all fiber, splicing, providing and installing patch panels in controller cabinets, and other work necessary to complete the working fiber optic system as outlined on the Plans. 8-20.3(14)K1 Fiber Optic Patch Panels (Special Provision) Add the following new section: New The Contractor shall furnish and install signal controller mounted gator patch panel for all fiber terminating applications. Patch panels shall accept SC style connectors (verify a type of connector with the City of Tukwila Traffic Operations and Maintenance Department Representative prior to placing an order). The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and other materials required for the complete installation of each patch panel. A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the destination of each fiber terminated in the patch panel. The destination information shall include at a minimum, an intersection name, cabinet number, patch panel number and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a copy submitted to the City Transportation Maintenance Manager with As -Built drawings. Each row of ports in the patch panels shall be labeled with the associated port numbers with the assumption that the numbers increase from top to bottom or left to right. 8-20.3(14)K1 Fiber Optic Cable Installation (Special Provision) Add the following new section: New The Contractor shall determine a suitable cable installation method to ensure that all cable installation requirements shall be met in all conduit sections. All work shall be carried out in accordance and consistent with the highest standards of quality and craftsmanship in the communication industry with regard to the electrical and mechanical integrity of the connections; the finished appearance of the installation; as well as the accuracy and completeness of the documentation. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -98 The Contractor shall make a physical survey of the project site for the purpose of establishing the exact cable routing and cutting lengths prior to the commencement of any fiber optic work or committing any fiber optic materials. All work areas shall be clean and orderly at the completion of work and at times required by the Engineer during the progress of work. Fiber Optic Cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. The Contractor shall comply with the cable manufacturer's specifications and recommended procedures including, but not limited to the following: • Installation. • Proper attachment to the cable strength elements for pulling during installation. • Bi-directional pulling. • Cable tensile limitations and the tension monitoring procedure. • Cable bending radius limitations. The Contractor shall protect the loops from tangling or kinking. At no time during the length of the project shall the cable's minimum bending radius specifications be violated. In all cable vaults minimum cable slack of 200 feet and in all junction boxes minimum cable slack of 30 feet shall be left by the Contractor, unless otherwise specified in the Plans. The cable slack length of fiber optic cable shall be coiled and secured with tie wraps (in vaults mounted to racking hardware) or as specified in the Plans. The pulling eye/sheath termination hardware on the fiber optic cables shall not be pulled over any sheave blocks. When power equipment is used to install fiber optic cabling, the pulling speed shall not exceed 30 yards per minute. The pulling tension limitation for fiber optic cables shall not be exceeded under any circumstances. Large diameter wheels, pulling sheaves and cable guides shall be used to maintain the appropriate bending radius. Tension monitoring shall be accomplished using commercial dynamometers or load -cell instruments. Care will be exercised at all times to ensure that the fiber optic cable is not bent with a radius of less than 2 feet (610 mm) during installation and less than 18 inches (457 mm) after completion of the installation. When cable on a reel is to be installed in two directions from a central point, or the installation of a cable run is completed in stages, the Contractor shall utilize a figure eight method to coil cable. Any damaged cable sections shall be replaced from splice to splice by the Contractor at his expense. The cable will be continuous between stations and /or splices as indicated on the Plans. The Contractor shall not cut the cable to aid in installation, unless approved in writing by the Engineer. Fiber optic cable shall be installed in underground conduit as identified in the Wire Notes on the Plans. Installation procedures shall be in conformance with the procedures specified by the cable manufacturer for the specific cable being installed. The cable shall not be installed prior to the installation of vaults, cabinets or pull points/junction boxes. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -99 When removing cable from the reel prior to installation, place it in a "figure-eight" configuration to prevent kinking or twisting. Take care to relieve the pressure on the cable at crossovers by placing cardboard shims (or equivalent method) or by creating additional "figure -eights". The Contractor shall ensure that the tensile load on the cable does not exceed the allowed maximum by using a system that includes a means of alerting the installer when the pulling tension approaches the limit and/or displays the actual tension on the cable. The Contractor may supplement this procedure with a breakaway tension limiter set below the recommended tensile limit of the cable being pulled. Cable pulling lubricant must be of a type solely used for pulling cables. The cable shall be clearly marked with a permanent plastic tag in each junction box and vault it passes through. The Contractor shall attach the cable to the racks and hooks with industry standard cable ties immediately upon entering the pull point/box. Each cable shall be looped and tied independently of one another. The fiber cable is to be routed in the top corners of vaults while ensuring proper bend radius. The cable is not to pass through any existing cable loop. During installation the Contractor shall keep a log that notes the length marking on the cable at every pull point/junction box. This will help determine the exact location of problems along the cable run during the OTDR testing. The Contractor shall replace any damaged conductors or cables in occupied conduits as a result of Contractor's operations at the Contractor's cost. Conduits are to be hand -rodded or blown with compressed air to provide a detectable pull tape if one does not already exist. The detectable pull tape is to be non-abrasive such as "mule tape," and in compliance with these Special Provisions Section 9-29.26. The Contractor shall handle fiber optic cable carefully taking care not to pull cable along the ground, over or around obstructions or through unnecessary curves or bends. Manufacturer approved pulling grips, cable guides, feeders, shoes and bushings shall be used to prevent damage to the cable during installation. 8-20.3(14)K3 Fiber Optic Cable Splicing (Special Provision) Add the following new section: New Fiber optic cable splicing shall consist of adding gator patch leading from the traffic signal controller to existing fiber optic cabling inside a small cable vault. Splicing of fiber requires a cable mid -entry. Only specified fibers/buffer tube shall be cut for splicing. No other fibers or buffer tubes shall be cut or damaged and should be stored properly in enclosure. Prior to modifications to existing fiber optic cabling, The Contractor shall coordinate all work the Engineer and Traffic Maintenance Department Representative. When performing a splice, the fusion set must be on a stable surface and the splicing area must be relatively dust free. Therefore, it is required that the splicing should be done in a van or tent and not in the open air, in a manhole or vault. All below ground splicing shall be completed in existing waterproof fiber optic splice enclosures with splicing trays. All splices shall be contained in splice trays utilizing strain relief, such as heatshrink wraps, as recommended by the splice tray manufacturer. Upon sealing the splice closure, the Contractor shall show that the closure maintains 68.4 kPa of pressure for a 24-hour period. The Contractor shall supply all consumable materials required for fiber optic splicing, including but not limited to: a De -Natured Alcohol a Fusion Splice Protection Sleeve City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 Cable Ties • Labels • Sealing Tape SP -100 The Contractor shall provide all required brackets and other racking hardware (if not already present) required for the fiber optic cable racking operations as specified. All fusion splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Splices shall utilize two half shells bolted together with stainless steel bolts and be fitted neoprene gasket. Selected splices shall not require a re-entry kit. Cable preparation, closure installation and splicing shall be accomplished in accordance with accepted and approved industry standards. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers for fiber optic disposal, removed from the job site, and disposed of in an environmentally acceptable manner. The average splice loss of each fiber shall be 0.15 dB or less per splice. The average splice loss is defined as the summation of the attenuation as measured in both directions through the fusion splice, divided in half. No individual splice loss measured in a single direction shall exceed 0.20 dB. The Contractor shall seal all cables where the cable jacket is removed. The cable shall be sealed per the cable manufacturer's recommendation with an approved blocking material. All splicing shall be completed using fusion -splicing equipment, with each fusion, protected in a splice protection sleeve. All splices shall be securely stored in splice trays. At least 2 feet (610 mm) of bare fiber shall be coiled and stored in the splice tray in a protected manner. At least 3 feet (914 mm) of each buffer tube in the fiber optic cable shall be coiled and stored in the splice enclosure or patch panel. All cables shall be properly fastened to prevent against pulling out of the splice enclosure or patch panel. All splicing in fiber optic splice enclosures shall be completed using "butt splicing". 8-20.3(14)K4 Fiber Optic Cable Labeling (Special Provision) Add the following new section: New Permanent cable labels shall be used to identify fibers and patch cords at each termination point. The cable labels shall consist of white colored heat shrink wraps with the connector end labeled with the destination of the fiber on the other end of the fiber port and the port number. Each junction box, small cable vault and cabinet entered with the fiber optic cable shall have the cable labeled with a permanent plastic marking tag that is securely fastened to the cable. The labeling shall be of a consistent format that is approved by the Engineer. At a minimum, the label shall indicate the cable owner, origin, destination (identified as a full cable termination location or trunk splice location), fiber count and the cable number. The labeling shall be permanent with legible manufactured labels. All fusions shall be labeled with the fiber number using a pre-printed vinyl number tag. All splice trays shall be labeled with the range of fibers spliced in the tray. Cables at each location shall be designated with the next termination point at the other end of the cable. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -101 Permanent cable labels shall be used to identify fibers and patch cords at each termination point. The cable labels shall consist of white colored heat shrink wraps with identification. • Fiber Optic Cable: All fiber optic cable shall be identified whenever entering or leaving a vault, pull point/box or enclosure and at all terminals. Permanent plastic marking tags fastened securely to the cables shall be used for identification. Cable designation shall consistently conform to the overall scheme approved by the City to indicate location, circuit, device, cable number, terminal branch, position etc. Letters and numbers shall be used. Identification shall be made with a clear, machine produced, indelible marking. • Conduit: All conduits shall be numbered and documented on the site plan as -built drawings. • Splice Cases: Splice cases will be labeled at each entry point with nomenclature that includes the cable origination point, strand count, and destination. Fiber splice cases will be labeled as "F- nnn", where nnn = the vault number as shown on the conduit and vault site plan. A yellow #14 AWG trace wire shall be installed in all conduit containing fiber optic cable. 8-20.3(14)KS Fiber Optic Connectors (Special Provision) Add the following new section: New The fiber optic connectors shall be SC types and shall provide for the termination of the individual fiber optic strands. 8-20.3(14)K6 Fiber Optic Pre -Installation Testing (Special Provision) Add the following new section: New Pre -installation tests shall be conducted on the cable reels prior to installation. These tests shall be performed in accordance with EIA/TIA-455-78 for single -mode fibers using an optical time domain reflectometer (OTDR). Both ends of the cable shall be accessible for the tests, and it may be necessary to remove a portion of the protective wooden lagging on the reel. Measurements shall be made using the 1310 nm and 1550 nm wavelengths and shall be compared to the factory test results. Test results shall be provided to the Engineer and approved. 8-20.3(14)K7 Qualifications (Special Provision) Add the following new section: New Qualifications and previous experience history shall be submitted to the Engineer at least 30 calendar days prior to the splicing for approval of qualifications. When performing a splice, the fusion set must be on a stable surface and the splicing area must be relatively dust free. Therefore, it is required that the splicing should be done in a van or tent and not in the open air, in a manhole or vault. 8-20.3(14)K8 System Acceptance Testing for Fiber Optic Networks (Special Provision) Add the following new section: New Testing and Commissioning: The Contractor is responsible for demonstrating the functionality of the installed system through testing. These tests shall be conducted in accordance with an approved test plan that shall cover the key City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 functional requirements of the Work. SP -102 The Contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests. The Contractor shall provide sufficient notice of not less than three (3) working days prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice. Test Plans: The Contractor shall prepare an Acceptance Test Plan that outlines the procedures to be used, the required test equipment, and the expected results. The plan shall include copies of all test result forms to be completed. The Contractor shall submit the test plan to the Engineer or its representative for approval. The test plan must be approved at least ten (10) working days before a test is conducted. The Contractor shall submit the completed test forms to the Engineer as soon as practicable after the completion of the test whether witnessed by the Engineer or its representative or not. Final Inspection: Final Inspection will include the following activities: • The `as -built' drawings and manuals will be examined by the Engineer's engineering personnel and involved parties for conformance to the Drawings, Codes, Regulations, and General Accuracy. Any variation from specifications will be highlighted. • Acceptance test results will be reviewed. • All aspects of the Work will be physically inspected to ensure that all work has been completed in accordance with the Specifications. • Upon completion of all final inspection activities, any deficiencies will be recorded. Deficiencies will be corrected by the appropriate party and may be then re -inspected by the Engineer. • The Final Inspection shall not be deemed complete until all deficiencies are corrected. ODTR Testing: Fiber Optic Testing that uses an Optical Time Domain Reflectometer (OTDR) shall adhere to the following specifications: • Use an OTDR that is capable of storing traces electronically and save each final trace. • The OTDR shall have suitable dynamic range and performance characteristics as determined by the Engineer. • Use a 1000' fiber optic launch box to ensure that start of the fiber under test is not in the "dead zone" of the OTDR. The first connector of the link under test shall be visible on the trace. • Prior to testing, all fiber optic connectors and bare fiber ends are to be properly cleaned using a residue free alcohol solution (better than 91 % de -natured alcohol and distilled water) and compressed air. • Expand the vertical and horizontal scales used on the OTDR to maximize the amount of detail shown on the OTDR trace, even if these parameters can be adjusted later using display software. • OTDR traces shall be recorded in suitable electronic format. As applicable, the software and applicable licenses required to read the OTDR traces shall be provided to the City at no extra City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 charge. SP -103 • Ensure that traces identify the end points of the fiber under test and the fiber designation. If this information is not provided by the trace itself, provide a cross-reference table between the stored trace file name and the fiber designation. ODTR Testing of Spliced Fiber Links: This describes the testing to be completed on all sections of the fiber network after splicing is completed. For this section, a fiber link shall be defined as a continuous section of fiber from connector to connector that may pass through a number of intermediate splices. OTDR testing shall be completed as follows: • Test each fiber link in the cable at 1310 nm and 1550 nm, in each direction. • Verify that each completed fusion is less than 0.20 dB, measured as the average of splice loss measured in each direction through the link. • Re -make any fusions in excess of 0.20 dB, unless the Engineer specifically approves such high loss fusions, and re -test any fiber links that have been re -fused. Attenuation Testing: This describes the attenuation testing to be completed on all sections of the fiber network after splicing is completed. An optical power meter and light source shall be used to measure end-to-end attenuation that will include fiber patch panel assembly connector losses. Every spliced link with a connection at each end shall be tested at 1310 nm and 1550 nm. Attenuation testing shall be completed as follows: • Test each fiber link in the cable at 1310 nm and 1550 nm. • Connect the optical source and meter together using a 10 -foot patch cord. Record the optical power received by the optical meter as the reference reading. • Without removing the patch cord from the optical source, measure the recorded light level at the other end of the fiber link. Actual cable loss will be the measured loss minus the initial power source reading. Record the actual cable loss on the Acceptance Test Results forms. • Measure each fiber in both directions. (The loss over a fiber may not necessarily be the same in each direction). • Re -measure the reference attenuation after every 200 measurements or every 4 hours, whichever occurs first. 8-20.3(14)K9 Submittals (Special Provision) Add the following new section: New Provide one hard copy of the trace for every spliced fiber. Hard copy traces shall be organized and bound in a logical order. Submit, after approval of the hard copy traces, soft copies of all traces and appropriate software to allow reading the traces. Submit the results of every attenuation test. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 8-20.3(17) "As -Built" Plans (Special Provision) Supplement this section with the following: SP -104 Supplement Upon completion of the construction, the Contractor shall furnish "as -built' plans of pole locations, junction boxes, vaults, conduit, wiring with a special symbol identifying those items that have been changed from the original Contract Drawings. All items shall be located within 1 -foot horizontal distance and 6 inches vertical distance above, below, or at the surface. 8-21 PERMANENT SIGNING 8-21.2 Materials (Special Provision) Supplement this section with the following: Supplement Materials shall be as specified on the details in Appendix A and in the Standard Specifications. 8-22 PAVEMENT MARKING 8-22.2 Materials (Special Provision) Supplement this section with the following: Supplement All pavement markings shall be plastic unless indicated otherwise on the Plans. Plastic pavement markings shall be Type A, meeting the requirements of Section 8-22 and Section 9-34.3(1) of the Standard Specifications. 8-22.3(1) Preliminary Spotting (Special Provision) Supplement this section with the following: Supplement Prior to installing pavement markings, the Contractor shall pre -mark the layout of all channelization and receive approval from the Engineer. Pre -marks shall consist of painted spot markings. The Contractor shall notify the Engineer and request approval of the pre -mark channelization at least 48 hours prior to placement of the pavement markings. 8-27 BOLLARD 8-27.1 Description This Work shall consist of providing and installing Removable Bollards in locations as shown on the Plans and as specified herein. 8-27.2 Materials Bollard shall be as shown detailed on the Plans and per the City of Tukwila Standards. 8-27.3 Construction Requirements City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 8 SP -105 Contractor shall submit Removable Bollard catalog cut sheet including product information, dimensioning, finish, installation instructions, and details for bollard for Engineer's approval prior to installation. The Contractor shall be responsible for ensuring the installation method are adequate to support and secure the bollard. Touch up for scratches for field applications shall be per recommendations from coating manufacturer. END OF DIVISION 8 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 DIVISION 9: MATERIALS 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SP -106 9-29.1 Conduit, Interduct, and Outerduct (Special Provision) Supplement Supplement this section with the following: Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. RGS conduit fittings shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings/couplings are not allowed. For surface mounted conduit, unistrut type channel supports and fastening hardware components shall be stainless steel. Conduit clamps shall be hot -dip, galvanized steel or stainless steel, and shall be one piece, two bolt units with lock washers. The clamps shall be attached to the unistrut type channel supports on both sides of the conduit with bolts and associated hardware. The minimum distance between adjacent clamps and between the clamp and the end of the unistrut type channel supports shall be one inch. Unistrut type channel supports shall be installed with stops, which prevent clamps from sliding out of the ends. Conduit entering concrete shall be wrapped in 2 -inch -wide pipe wrap tape with a minimum 1 inch overlap for 12 inch on each side of the concrete face. The tape shall have a synthetic rubber adhesive with a fungus inhibitor. Cabinet conduit sealing shall be one of the following: 1. Duo -fill 400 —self expanding waterproof foam 2. Jackmoon — Triplex Duct Plugs 3. O -Z Gedney — Conduit Sealing Bushings Mechanical plugs shall be installed per manufacturer's recommendations. 9-29.1(12) Directional Boring (Special Provision) Add the following section: New If the Contractor elects or is directed to directional bore, bored conduit shall be High Density Polyethylene (HDPE). All piping system components shall be the products of one manufacturer. The conduit and fittings shall be free, within commercial tolerances of objectionable lines, striations, bubbles, welds or other manufacturing defects which would impair the service of the conduit or fittings. Conduit shall be appropriate for the stress generated by the selected equipment and field conditions. Bored conduit couplings shall meet or exceed all ASTM strength and composition standards for the particular type used. All couplings shall be leak proof. Drilling fluid used for directional boring shall be an inert mixture of water and bentonite clay conforming to the drilling equipment manufacturer's recommendations. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -107 9-29.1 Junction Boxes, Cable Vaults, and Pull Boxes (Special Provision) Supplement Supplement this section with the following: Junction box shall be Type 1 per WSDOT Standard Plan J-40.10. Where junction boxes are installed in walkway areas, each box shall have slip -resistant surfacing material applied to the steel lid and frame of the box. Where the exposed portion of the frame is '/ inch wide or less, slip -resistant surfacing material may be omitted from that portion of the frame. Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid per WSDOT Standard Plan J-40.10. Non -Concrete Junction Boxes shall not be allowed on the project. Slip -resistant surfacing material shall be identified with a permanent marking on the underside of each box or vault lid where it is applied. The permanent marking shall be formed with a mild steel weld bead, with a line thickness of at least 1/8 inch. The marking shall include a two -character identification code for the type of material used and the year of manufacture or application. The following materials are approved for application as slip -resistant material, and shall use the associated identification codes: 1. Harsco Industrial IKG, Mebac #1 - Steel: M1 2. W. S. Molnar Co., SlipNOT Grade 3 — Coarse: S3 3. Thermion, SafTrax TH604 Grade #1 — Coarse: T1 9-29.2(2) Cable Vaults and Pull Boxes (Special Provision) Supplement this section with the following: Supplement All communication vaults shall be Small Cable Vaults type per WSDOT Standard Plan J-90.21, shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern) and shall include all mounting hardware and racks as shown in the Standard Plans. Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. In walkable areas, slip resistant frame and lid shall be per Section 9-29.1 per these Special Provisions. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 9-29.3(1) Fiber Optic Cable (Special Provision) Supplement this section with the following: Supplement The fiber optic cable network shall be single mode, non -zero dispersion shifted, loose tube fiber capable of supporting both SONET transmission speeds and protocols up to 2.4 GE/s, and NTSC quality color video applications. Trace wire will need to be in cable or pulled in conduit with fiber cable. Install signal controller mounted patch panels for all fiber terminating applications. Patch panels shall accept SC style connectors. The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and other materials required for the complete installation of each patch panel. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -108 A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the destination of each fiber terminated in the patch panel. The destination information shall include at a minimum, an intersection name, cabinet number, patch panel number and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a copy submitted to the Project Representative with As -Built drawings. Each row of ports in the patch panels shall be labeled with the associated port numbers with the assumption that the numbers increase from top to bottom or left to right. The Contractor is responsible for demonstrating the functionality of the installed system through testing. These tests shall be conducted in accordance with an approved test plan that shall cover the key functional requirements of the Work. The Contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests. The Contractor shall provide sufficient notice of not less than three (3) working days prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice. Products shall meet or exceed the applicable provisions of the latest edition of the following documents: Document Title ANSI, C8.47-1983 American National Standard for Polyolefin -insulated Thermoplastic Jacketed Communication Cables CFR 1755.900-RUS Code of Federal Regulations - Rural Utility Services Specification for Filled Fiber Optic Cables EIA -455-27A Electronic Industries Alliance, Method of Measuring Uncoated Diameter of Optical Wave nide Fibers EIA -455-28B Electronic Industries Alliance, Method For Measuring Tensile Failure Point of Optical Wave nide Fibers EIA -455-34 Electronic Industries Alliance, Interconnection Device Insertion Loss Test EIA -455-95 Electronic Industries Alliance, Absolute Optical Power Test for Optical Fibers and Cables EIA -455-103 Electronic Industries Alliance, Buffered Fiber Bend Test EIA -359-A-1 Electronic Industries Alliance, Special Colors 9-29.3(1)A1 Fiber Optic Cable Connectors (Special Provision) Add the following section: New Fiber optic connectors shall be SC connectors for fibers installed in the upper compartment section of P cabinet. The connectors shall meet the following requirements: City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 • Insertion Loss Change (SM): < 0.30 dB • Reflectance: < -40 dB • Fiber Height: +/- 50nm • Apex Offset: <50 pm • Return Loss: 55 dB SP -109 9-29.3(1)A2 Fiber Optic Patch Cords (Special Provision) New Add the following section: Fiber optic patch cords shall be single mode SC patch cords in fiber patch panels in the upper compartment in all cabinets and the upper compartments of Double Door P cabinets, except where otherwise noted on the Contract Plans. The patch cords shall be one (1) meter in length with duplex connectors on each end. • Insertion Loss: 0.2dB • Return Loss: >=50dB • Repeatability: <0.1dB • Durability (times: >1000) • Compliant with IEC874 Standard • Yellow jacketing • Maximum attenuation of 1.0/0.75 dB/km 9-29.3(1)A23 Fiber Optic Buffer Tube Fan -Out Kit (Special Provision) Add the following section: Furcation Unit Fan-OutAssembly New The Contractor shall furnish and install Buffer Tube Fan -Out Kits. The Buffer Tube Fan -Out Kit shall meet the following requirements: • The assembly shall include a 900 mm fan -out assembly and a top and bottom furcation unit. • The assembly shall be color coded to match the fiber color scheme. • The assembly shall have an environmental rating by the manufacturer for use in field cabinets. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 • The tubing supplied within the assembly shall have a minimum length of 25 inches. SP -110 • The assembly shall be sized for either 6 or 12 single -mode fibers depending on the fiber optic cable that is to be terminated. 9-29.3(1)A4 Fiber Optic Splice Enclosure and Tray (Special Provision) New Add the following section: The Contractor shall supply fiber splice enclosures and shall be suitable for junction box applications. The enclosure will meet the following requirements: Splice tray shall be per manufacturer's recommendations. • The splice enclosure shall be suitable for outdoor applications with a temperature range of - 10°C to 60°C. • The splice enclosure shall provide sufficient space to allow entry of fiber optic cable without exceeding the cable minimum bending radius. • The enclosure shall protect the splices from moisture and mechanical damage and shall be resistant to corrosion. • The enclosure shall be waterproof and re -enterable. • The enclosure shall permit selective splicing to allow one or more fibers to be cut and spliced without disrupting other fibers. • The enclosure shall have strain relief for the cable to prevent accidental tension from disturbing the splices. • Each splice tray will be able to store 36 splices securely. Each splice shall be individually mounted and mechanically protected on the splice tray. Vinyl markers shall be supplied to identify each fiber spliced within the enclosure. 9-29.3(2)H Three -Conductor Shielded Cable (Special Provision) Supplement this section with the following: Supplement Three conductor shielded cable (3CS) for the detector circuit for I.R. optical fire preemption receivers shall be Model 138 GTT/Opticom cable. 9-29.3(2)J Ethernet Cable (Special Provision) New Add the following section: Video detection cable shall be Ethernet type and conform to the video detection manufacturer's recommendations. PTZ cable shall be PoE type per manufacturer's recommendations. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 9-29.6 Light and Signal Standards (Special Provision) Supplement this section with the following: SP -111 Supplement Signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans and per the Plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6- 03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm ASTM A 325 connecting bolts tightening shall comply with Section 6-03.3(33). 9-29.6(1) Steel Lights and Signal Standards (Special Provision) Supplement Supplement this section with the following: Traffic signal standard types and applicable characteristics are as follows: Type PPB Pedestrian push button posts shall conform to Standard Plan J-20.15 or to one of the following pre -approved plans: Fabricator Pre -Approved Drawing No. Valmont Ind., Inc. DB01165 Rev. B (4 sheets) Ameron Pole Products Division WA15TR10-1 Rev. C (1 sheet) and WA15TR10-3 Rev. B (1 sheet) Millerbernd Manufacturing, Co. 74514 -WA -PED -PPB Rev J (2 sheets) Type PS Pedestrian push button posts shall conform to Standard Plan J-20.16 or to one of the following pre -approved plans: Fabricator Pre -Approved Drawing No. Valmont Ind., Inc. DB01165 Rev. B (4 sheets) Ameron Pole Products WA15TR10-1 Rev. C (1 sheet) Division and WA15TR10-2 Rev. B (1 sheet) Millerbernd Manufacturing, 74514 -WA -PED -PPB Rev J (2 Co. sheets) City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -112 Type III Type III Traffic Signal Mast Arm (single or dual mast arm) shall conform to one of the following pre -approved plans: Fabricator Pre -Approved Drawing No. Valmont Ind., Inc. DB01162 Rev. B (5 sheets) Ameron Pole Products WA15TR3724-1 Rev. C (1 sheet) Division and WA15TR3724-3 Rev. B (1 sheet) Millerbernd Manufacturing, 74516 -WA -TS -III -J, Rev L (4 Co. sheets) All new poles and mast/luminaire arms shall have a circular cross-section, and shall be hot -dipped galvanized over their entire length, meeting the ASTM designation A123. The primary terminal compartment shall be sized to house a 24 -position terminal strip, which, in turn, shall have a 4" x 6" hand hole opening in its bottom section. The compartment shall be located 48" above the base of the pole and 180° CW from the centerline of the signal mast arm attachment point. The cover for the terminal compartment shall be stainless steel with a gasket and a built-in "Best" slamming lock with key. There shall also be two other separate hand holes, each with removable covers. One shall be 4" x 6" (vertically-oriented -Typical), located 12" above the pole base, directly in line with 24" compartment described above. The other shall be located 12" above the signal mast arm, oriented 180° CW from the centerline of the signal mast arm. A'/" NC ground stud shall be located, and accessible, inside the pole base. All new poles and arms shall have end caps, and all bases shall come with covers installed. All new poles, anchor bolts, and arms shall be designed with minimum "loading" capacities as specified on the applicable details and layout plans. New Type III and SD (dual mast arm) poles shall be manufactured to handle the loading from a mast arm with a length of up to 50 feet, unless a longer arm is specified and pre -approved by the Traffic Engineer. It shall be the responsibility of the vendor/manufacturer to determine the sizes, locations, and proper installation and/or fabrication methods of all new poles, arm hubs and openings, to establish and build -in the minimum required and guaranteed structural integrity of the pole. The arm -connection plate, arm -connection bolt circle, base plate, and base -plate bolt circle shall each be uniform for all new poles called for in the Plans. The final drill locations for all new signal pole and mast arm hardware and equipment shall be field approved by the City Engineer prior to drilling of the holes. 9-29.7(1) Unfused Quick -Disconnect Connector Kits (Special Provision) Supplement Supplement this section with the following: Junction box splicing kits shall be unfused, SEC type 1791 -DP (or approved equal) and per City of Tukwila Standard Sheet RS -28. 9-29.7(2) Fused Quick -Disconnect Connector Kits (Special Provision) Supplement Supplement this section with the following: City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -113 Pole handhole disconnect fused kits shall be SEC type 1791 -SF (or approved equal) and per City of Tukwila Standard Sheet RS -28. 9-29.10(1) Conventional Roadway Luminaires (Special Provision) Supplement this section with the following: Supplement Conventional Roadway Luminaires installed on the corridor shall be Leotek 240V GCM2-60J-MV- 40K-2R-XX-14 90 W - Type 2 and GCM2-60J-MV-40K-3F-XX-155 100W - Type 3F, as shown on the Plans and compliant with City of Tukwila Standard Sheet RS -24. All luminaires shall include a 7 -pin shorting cap, except the luminaire closest to the electrical service cabinet shall have a 7 -pin photocell. Fixtures shall be installed, directed and maintained to avoid light trespass and to minimize direct light and glare on neighboring properties. The Contractor shall make a night inspection and subsequent shield adjustments as necessary to provide shielding as required by the Engineer. Installation and/or adjustments are considered incidental. All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall conform to ANSI C136.15-2011 "American National Standard for Roadway and Area Lighting Equipment — Luminaire Field Identification" Luminaires shall be LED with anti -glare optics recessed in the fixture and a system rating of L85 at 50,000 hours. 9-29.11(2) Photoelectric Controls (Special Provision) Supplement this section with the following: Supplement Photoelectric controls shall be a plug-in device, rated to operate on 240 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photocell shall be a solid-state device with stable turn on values in the temperature range of -55 degrees C to +70 degrees C. The photocell shall be rated for a 20 -year (or higher) life expectancy. 9-29.13 Control Cabinet Assemblies 9-29.13(3) Traffic Signal Controller (Special Provision) Supplement this section with the following: Supplement The controller shall be configurable to meet, at a minimum, all applicable sections of the NEMA Standards Publication for TS2 and ATC standards. Traffic signal controller shall operate within Temperature Range: -37°C to +74°C, Service Voltage: 89 to 135 VAC, 57 to 63 Hz, Power Consumption shall be typically 25 Watts and shall not exceed 120 Watts. Traffic signal controller supplier shall provide a letter from an independent testing laboratory certifying controller compliance to the environmental standards NEMA TS 2-2003 and ATC Standard version 5.2b upon request. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -114 It shall be possible to configure the controller for multiple configurations including: ATC Configuration: Standard version 5.2b specifications or TS -2 Type 2 NEMA Configuration: NEMA TS2-2003without ATC compliance. An upgrade kit shall be available to convert TS2 to ATC with simple tools. The controller shall be suitable for both a direct parallel connection to load switches and detectors and an SDLC port to communicate with NEMA BIUs. The CPU shall provide the following: • Linux Operating System with runtime license and Kernel x.y.z • MPC 8270 microprocessor operating at 266 MHz • 512 Megabytes minimum dynamic random-access memory (DRAM). • 512 Megabytes minimum FLASH memory organized as a disk drive. • 2 Megabytes minimum static random-access memory (SRAM). • Time of Day (TOD) clock with hours, minutes, seconds, month, year, and automatic day- light savings time adjustment. TOD may be implemented in the CPU via electronic circuitry, operating system software, or a combination. • During power failures, the SRAM and TOD shall be powered by STANDBY voltage from the power supply. The ATC Communication module shall be a plug-in type module, and shall provide the following communications options: • Four built-in USB 2.0 ports • Built-in 10 Base -T Ethernet with four RJ -45 connectors. • Built-in 9pin EIA -574 SP8 Port for GPS connection • Built-in SMB Data -key Port • Dedicated normally flashing red `CPU Active' LED to indicate CPU failure. In addition to ATC 5.2b requirements, the Power Supply shall provide the following: Line Frequency Reference signal shall be generated by a crystal oscillator, which shall synchronize to the 60 -Hz VAC incoming power line at 120 and 300 degrees. A continuous square wave signal shall be +5 VDC amplitude, 8.333ms half -cycle pulse duration, and 50 +/- 1% duty cycle. The Line Frequency Reference shall compensate for missing pulses and line noise during normal operation. The Line Frequency Reference shall continue through 450 mS power interruptions. STANDBY voltage via supercapacitor for backup power during loss of service voltage shall be provided. Supercapacitor shall have a minimum of 15 -farad nominal size. No batteries of any type are allowed. In addition to ATC 5.2b requirements, Keyboard and Display shall provide the following: • Removable by pulling off, installed by pushing on, with retaining screw. • Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard. • Key quantity and function per Joint NEMA/AASHTO/ITE ATC Standard. • Liquid Crystal Display (LCD) with 16 lines of 40 characters. • LCD contrast adjustment accomplished via the keypad, no contrast knob allowed. • Light -emitting diode backlight for the LCD. • Audible electronic bell. • Connector compatible with C60 of Joint NEMA/AASHTO/ITE ATC Standard, with the addition of +5VDC supplied by the controller on C60, Pin 1. • Keyboard and display may be removed for cost savings by the Agency. • It shall be possible to view the active status screens simultaneously with other programming menu screens. • It shall be possible to assign a specific menu screen to one of the available function buttons City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -115 on the keyboard. The operator shall be able to evoke a Help screen using a clearly identified HELP button. For ease of operation for first responders and agency staff, the controller shall provide a clearly identified Auxiliary ON/OFF switch on the keypad. In addition to ATC 5.2b requirements, the controller shall provide the following: • Built-in 10 Base -T Ethernet with five RJ -45 connectors on controller front panel. • Built-in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic Engineers (IEEE), two unique IP addresses for each controller. • Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency specification. Choice of 2 or 4 wire operation per Agency specification. • Built-in EIA -232 port for uploading and downloading applications software, as well as to update the operating system. • Built-in C60 connector for use with removable Keyboard and Display, Personal Computer COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO/ITE ATC standard. • Four built-in USB 2.0 ports on controller front panel. In addition to the ATC 5.2b requirements, the controller housing shall provide the following: • One slot with card guides for standard Joint NEMA/AASHTO/ITE ATC modems. • Polycarbonate construction, except back panel, rear mounting tabs and power supply mounting plate shall be aluminum for electrical grounding. • Built-in carrying handle. • Two adjustable front mounting feet, to raise the front cables and vary the display viewing - angle. • The controller identification label shall be located on the front of the controller and include the controller part or model number, serial number and product code to decipher controller month and year of manufacture. • The CU shall be a SIEMENS M62 series ATC model EPAC6138M62 with 8Mb data key. 9-29.13(4) Traffic Signal Controller Software (Special Provision) Supplement this section with the following: Supplement The CU shall function with SEPAC 5.2 software version. It shall also be completely operable with TACTICS 3.0 central system or greater, and the SCOOT adaptive control system. 9-29.13(10)A Auxiliary Equipment for NEMA Controllers (Special Provision) Supplement Supplement this section with the following: The cabinet shall include following auxiliary equipment: Malfunction Management Unit (MMU): The cabinet shall come with a (MMU) that meets all the requirements of NEMA TS2-2003 while remaining downward compatible with NEMA TS1. It shall have (2) high contrast LCD displays and an internal diagnostic wizard. It shall come with a 10/100 ethernet port. It shall come with software to run flashing yellow arrow operation. The MMU shall be an Eberle Design, Inc. model MMU2- 16LEip. Power Sunply (PS): The cabinet shall come with a shelf mounted cabinet power supply meeting at minimum TS 2-2003 standards. It shall be a heavy-duty device that provides +12VDC at 5 Amps / +24VDC at 2 Amps / 12VAC at .25 Amp, and line frequency reference at 50 mA. The power supply City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -116 shall provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24VDC and logic ground shall also be provided. The power supply shall provide 5A of power and be able to cover the load of four (4) complete detector racks. The (PS) shall be Eberle Design, Inc. model PS250. Bus Interface Unit (BIU): The cabinet shall come with (5) bus interface units (BIU). These shall meet all the requirements of NEMA TS -2 1998 standards. In addition, all BIUs shall provide separate front panel indicator LED's for DC power status and SDLC Port 1 transmit and receive status. The (BIU)'s shall be Eberle Design, Inc. model BIU-700. Load Switch: The cabinet shall come with (16) load switches. All load switches shall be solid state type. The load switches shall be PDC, model SSS871/0. Flasher: The cabinet shall come with (1) flasher. The flasher shall be solid state type. The flasher shall be PDC, model SSF87. Flasher Transfer Relay: The cabinet shall come with (6) heavy duty flash transfer relays. The relays shall be Detrol Controls model 295. Opticom: The cabinet shall come with (1) 4 -channel rack mounted OpticomTM phase selectors. This device shall be capable of receiving encoded signals from Opticom series 700 emitters and detectors. The OpticomT"^ phase selectors shall be Global Traffic Technologies model 764. Ethernet Switch: An integrated and fully managed multi -port Ethernet switch is required to perform the add drop function. This multi -port Ethernet switch must have the capability of port prioritization. The switch must have the ability to support current and future applications to include simultaneous deployment of traffic controller, Camera(s), WAP, and DMS. The unit must be DIN rail mountable. UPS System: The cabinet shall come with a complete uninterruptable power system (UPS) which shall include at a minimum a UPS invertor module with SNMP adapter, an automatic transfer switch assembly, batteries, battery cables and a remote battery management system. All other auxiliary equipment for a complete functioning UPS system shall be included. UPS Module: The cabinet shall come with (1) FXM HP 1100W high performance uninterruptible power supply that supplies clean reliable power control and management. It shall have Automatic Voltage Regulation (AVR), an Ethernet SNMP interface and a control and power connection panel that is rotatable for viewing in any vertical or horizontal orientation. It shall have nominal dimensions of 5.22" x 15.5" x 8.75" and come with mounting brackets. It shall have a tough screen and advanced analytics built- in. The UPS module shall be an Alpha model 0170024-001. UATS/UGTS Assembly: The cabinet shall come with (1) universal automatic transfer switch and universal generator transfer switch connected between the UPS module and the batteries. It shall have surge protection, have dimensions of 3.25" x 15.5" x 6.00" and come with mounting brackets. The ATS module shall be an Alpha model 020-168-21. UPS Batteries: The cabinet shall come with (4) high performance silver alloy sealed valve regulated lead acid AlphaCellTM XTV Gel Cell batteries with 112Ah runtime. The UPS batteries shall be Alpha model 240XTV. UPS Battery Harness: City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -117 The cabinet shall come with (1) battery cable (8) foot long, with 13" black offset extension, wired for (4) batteries. The battery harness shall be Alpha model 740-628-32. Battery Management System: The cabinet shall come with a Remote Battery Management System which extends and monitors the battery operational life. It shall be an Alpha model 0370260-002. The RBMS cable assembly shall be loomed and tie -wrapped in with the UPS battery harness prior to delivery. 9-29.13(10)C NEMA Controller Cabinets (Special Provision) Supplement this section with the following: Cabinet Minimum Requirements: Supplement The cabinet shall be completely wired and tested to the 2003 NEMA Traffic Controller Assemblies specification with NTCIP Requirements Version 02.06 (as amended here in). In addition, and at a minimum, the following requirements shall be met: • City of Tukwila traffic signal cabinet specification shall supersede any applicable parts of the State of Washington, Department of Transportation Standard Specifications and Standard plans. This specification shall apply to all controller cabinet types with noted exceptions. • All items not covered by these specifications shall conform to State of Washington, Department of Transportation Standard Specifications and Standard Plans. Traffic signal cabinets shall also comply with NEMA specifications where applicable. • The controller cabinet shall be furnished and installed by the contractor. The controller cabinet shall be equipped with all auxiliary equipment and plug -ins required to operate 8 vehicle phases, 4 pedestrian phases and 4 overlap phases (NEMA TS -2, Type 1). Solid-state switching devices shall conform to the provisions in Section Solid -State Switching Devices," of these Special Provisions and the following: • The cabinet manufacturer shall be pre -approved by the City of Tukwila signal shop, prior to bid letting on any cabinet that they propose to provide to the City. Said pre -approval shall have been obtained no less than 60 days prior to the closing date of the bid. • The cabinet shall be designed for 16 channel operation. Load switches 1-8 shall be vehicle phases 1-8; load switches 9-12 shall be pedestrian phases 2, 4, 6, 8; load switches 13-16 shall be overlaps A, B, C & D. These load switch sockets shall be configured in this manner without rewiring the back side of the load -bay. BIU load switch drivers 1-16 shall be wired to their appropriate load switch sockets via a terminal block located on the front side of the load bay, to allow voltage inputs to the load switch sockets to be checked without lowering the load bay. • The cabinet shall be wired for up to a minimum of (48) channels of detection, (4) channels of OpticomTM preemption. • The use of PC boards shall not be allowed except in detector racks, SDLC interface panels or BIU cages. • The cabinet shall be wired to provide a 55 -pin "A" connector. • The use of plug and play modules shall not be allowed, except for detector racks. • All cabinet 120VAC wires shall be 18AWG or greater, including controller "A" and MMU "A & B" cables. • The entire cabinet assembly with electronics shall undergo complete input/output function testing by the manufacturer before being released to the City of Tukwila's designated testing facility. • The wired cabinet facility shall use the latest technology applicable and shall be 100% compliant with Section 1605 of the American Recovery and Reinvestment Act of 2009, requiring the use of American iron, steel and manufactured goods. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -118 • If the cabinet comes with a UPS system (BBS) and batteries; the entire controller cabinet assembly shall undergo a BBS field test procedure where the cabinet is run off battery power. • The cabinet assembly shall be completely manufactured in the United States of America. Cabinet Enclosure At a minimum the NEMA type 6, Stretched P Plus cabinets shall meet the following criteria: • It shall have nominal dimensions of 70" height x 44" width x 25.5" depth and meet the footprint dimensions as specified in Section 7.3, table 7-1 of NEMA TS2 standards for a Type P cabinet. The cabinet base shall have continuously welded interior mounting reinforcement plates with the same anchor bolt hole pattern as the footprint dimensions. • Shall be fabricated from 5052-H32 0.125 -inch -thick aluminum. • The cabinet shall be double -flanged where it meets the cabinet door. • The top of the cabinet shall be sloped 1" towards the rear to facilitate water runoff. And shall bend at a 90° angle at the front of the cabinet. Lesser slope angles are not allowed. • The inside of the cabinet shall utilize C channel rails. (2) channels welded on the back wall shall be on 25" center. (4) channels welded on each side wall shall be on 8" center with 2" gap between sets. The C channel rails on the back and side walls shall be 59" in length and start 5" from the bottom of the cabinet interior. Adjustable rails are not allowed. • The inside of the cabinet shall have (2) separate compartments. The main compartment shall be accessible from the front door and shall house the cabinet load facilities and electronics. • The UPS compartment shall be accessible from the side door and shall contain the UPS system batteries. The UPS inverter and transfer switch assemblies shall be mounted in the UPS compartment but shall be accessible when the main compartment door is open. • The Cabinet shall be supplied with the following finishes: the interior natural mill finish, the exterior natural mill finish. • All external fasteners shall be stainless steel. Pop rivets shall not be allowed on any external surface. • The front door handle shall be a 3/" round stock stainless steel bar. The side door shall be a recessed hexagonal socket in lieu of a standard door handle. Door handle mechanisms shall be interchangeable and field replaceable. • The main (front) door shall contain (2) locking compartment. The upper compartment shall be for police access. The door lock shall be a conventional police lock. The police door shall be recessed so it is flush with the main door. The lower compartment shall contain the generator bypass receptacle. The generator door shall be recessed so it is flush with the main door. The generator bypass receptacle compartment shall have an integrated door slide mechanism that allows the door to be closed and locked after a generator has been connected to the internal receptacle. This compartment is used by maintenance personnel for emergency generator operation in the absence of service power or UPS control. A stiffener plate shall be welded across the width of the inside of the main door to prevent flexing. A bar stop shall be provided that has a two -position, three-point stop accommodates open -angles of 901, 1251, and 1501. A louvered air entrance located at the bottom of the main door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal -on -metal surfaces from rubbing. The handle shall rotate counterclockwise for door opening. • The side door shall be one-piece construction without any recessed compartments. It shall have a three -position, two-point door stop that accommodates open -angles at roughly 80', 100°, and 120'. A louvered air entrance located at the bottom of the side door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -119 door latches to discourage metal -on -metal surfaces from rubbing. The handle shall rotate counterclockwise for door opening. • A key shall be provided for each cabinet lock. • The cabinet shall be equipped with a universal lock bracket(s) capable of accepting a Best TM CX style lock or Corbin #2 tumbler series locks. The cabinet shall come equipped with a BestTM style lock(s). • Closed -cell, neoprene gaskets shall be bonded to the inside of the cabinet doors. The gaskets shall cover all areas where the doors contact the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. • The cabinet shall be supplied with two (2) door switches. One shall control the cabinet interior lighting circuit. The second shall activate the door open alarm. • All exterior seams shall be manufactured with a neatly formed continuously weld construction. The weld for the police door shall be done on the inside of the cabinet door. All welds shall be free from burrs, cracks, blowholes or other irregularities. • The fan baffle panel seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. • The cabinet shall come with lifting ears affixed to the upper exterior of the cabinet. These ears shall utilize only one bolt for easy reorientation. They shall rotate without the uses of tools. (The cabinet lifting ears should not be utilized when batteries are installed in the cabinet). • The cabinet shall come with two (2) dual -ply DustlockTM Media polyester, disposable air filter; and the filter performance shall conform to listed UL 900 Class 2 and conform to MERV-8 & ASHRAE Standard 52.2-1999. The filter element shall be secured to louvered entrance on the main door with Velcro type mounting on all four edges, a metal filter cover shall be placed over the filter. The filter and metal cover shall be secured to entrance on main door by two (2) horizontally -mounted restraints. • All cabinet doors shall be mounted with a single continuous stainless-steel piano hinge that runs the length of the door. The hinge shall be attached via stainless steel tamper resistant bolts. • The cabinet enclosure shall be a SP+ style Western Systems Part # 3017500000 • The cabinet top level wiring/assembly shall be Western Systems Part # 2515510041. • The cabinet shall be UL listed. • The cabinet assembly shall be completely manufactured in the United States of America. Labels A permanent, printed thermo-vinyl, engraved or silk-screened label shall be provided for all terminals and sockets. Labels shall be legible and shall not be obstructed by cabinet wiring, panels or cables. All labels shall conform to the designations on the cabinet wiring prints. Shelves: Shall come with (3) 42" double beveled shelves 10" deep that are reinforced welded with V channel, fabricated from 5052-H32 0.125 -inch thick aluminum with double flanged edges rolled front to back. Slotted hole shall be inserted every 7" for the purpose of tying off wire bundles. Cabinet Layout: The shelves shall be populated as follows: City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -120 • The controller, malfunction management unit & power supply shall be placed on the bottom shelf. Two (2) detector rack shall be placed on the middle shelf. The third detector rack shall be placed on the left side of the top shelf. • The roll out drawer shall be mounted under the bottom shelf just left of center. • Load bay brackets shall be mounted on the back sidewall with 18" of clearance to the bottom of the cabinet. • The detector/video panel for all field inputs shall be mounted on the lower left wall. • A 12" x 10" blank panel shall be mounted above the detector/video panel. • The SDLC and power supply interface panels shall be mounted on the left wall between the middle and bottom shelves. • The 768 panel shall be mounted below the load resistor panel. • The power panel shall be mounted on the lower right wall. • A 12" x 30.5" blank panel shall be mounted above the power panel. • Two 120VAC duplex outlets shall be mounted on the right wall above the top shelf. Ventilating Fans: The cabinet shall be provided with one (1) finger safe din rail mounted thermostatically controlled (adjustable between 4-176' Fahrenheit) ventilation fan. The fan shall be installed in the top right side of the cabinet plenum. The safe touch thermostat fuse holder and power terminal block shall be din rail mounted on right side of cabinet plenum. Computer Shelf: A slide -out computer shelf 16" length by 12" width by 2" depth shall be installed below the middle shelf underneath the controller. The shelf shall be mounted just right of center so that controller cables will not interfere with the operation of the shelf when equipment is installed. The shelf shall have a hinged cover that opens from the front and shall be powder -coated black. It shall be a General Devices Part # VC4080-99-1168. The drawer when fully extended shall hold up to 50lbs. Main Panel Configuration (Load -Bay): The design of the panel shall conform to NEMA TS2 Section 5, Terminals and Facilities, unless modified herein. This panel shall be the termination point for the controller unit (CU) MSA, (MMU) MSA & B cables, bus interface units 1 & 2 (BIU) and field terminal facilities. The terminal and facilities layout shall be arranged in a manner that allows all equipment in the cabinet and all screw terminals to be readily accessible by maintenance personnel. The TS2-1 P load -bay shall be fully wired and meet the following requirements: • The load -bay shall have the following dimensions; constructed from aluminum with a nominal thickness of 0.125", a maximum height of 24" and maximum width of 28.5" including attached wiring bundles. • The entire assembly shall roll down and provide access to all of the back of panel wiring. All solder terminals shall be accessible when the load -bay is rolled down. The assembly shall be able to roll down without requiring other components, cables or switches to be removed. • The load -bay shall be designed so that all other cabinet screw terminals are accessible without removing cabinet electronics. • All the controller (CU) and malfunction management (MMU) cables shall be routed through the back of the load -bay so that they will not be subject to damage during load -bay roll down. • The top of the load -bay panel shall attach directly to "C" channel rails and detach without the use of tools or loose hardware for roll down purposes. • The load -bay shall be balanced such that it will not roll down when the top of the load bay is detached from the "C" channel, even when fully loaded with BIUs, load switches, flasher and flash transfer relays. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -121 • The load -bay facility shall be wired for 16 channels. Load switches 1-8 shall be vehicle phases 1-8; load switches 9-12 shall be pedestrian phases 2, 4, 6 & 8; load switches 13-16 shall be overlaps A, B, C, & D. Load switches 1-8 and 13-16 shall be routed through a flash transfer relay. • (16) Load switch sockets in two rows of (8) spaced on 2" center per NEMA TS2 section 5.3.1.2, figure 5-2. (6) Flash transfer relay sockets. • (1) Flasher socket. • All load switches and flasher shall be supported by a bracket extending at least '% the length of the load switch. • (2) Bus interface unit rack slots for BIU's 1 and 2. The main panel BIU racks shall be left of the load switches, placed vertically with BIU 1 on top and BIU 2 on bottom. Both BIU positions shall have the BIU stop bracket. BIU wire connections to the PCB shall be via (2) 34 pin connectors. These connections shall have locking latches. • All BIU wiring shall be soldered to backside of a screw terminal. All BIU functions shall be accessible from a screw terminal. • Wiring for one Type -16 MMU. All MMU wiring shall be soldered to backside of a screw terminal. All MMU functions shall be accessible from a screw terminal. • All 24 VDC relays shall have the same base socket, but it shall be different from the 120VAC relays. • All 120VAC relays shall have the same base socket, but it shall be different from the 24VDC relays. (not applicable to flash transfer relays) • Shall have a relay that drops +24VDC to load switches when the cabinet is in flash. This relay shall have a test switch for troubleshooting purposes. • The load bay shall have terminals to access the flash circuits 1 and 2. • There shall be a wire between the pedestrian yellow field terminals and another terminal on the load bay. The MMU channel 9-12 yellows shall terminate next to said pedestrian yellows terminal. • The load -bay shall be silkscreened on both sides. Silkscreen shall be numbers and functions on the front side, and numbers only on the back side. The back side shall labels upside down, so when load bay is rolled down labels will be oriented correctly for maintenance or service personnel. • The field terminals shall be as follows: The field terminals shall be labeled with 300 series numbers for load bay wiring purposes and with phase and color for landing field wiring, example 1 R,1 Y,1 G, = phase 1 red, yellow, green. • Wiring chart: Red: 1 R, 2R, 3R, 4R, 5R, 6R, 7R, 8R, 2DW, 4DW, 6DW, 8DW, AR, BR, CR, DR Yellow: 1Y, 2Y, 3Y, 4Y, 5Y, 6Y, 7Y, 8Y, 2CL, 4CL, 6CL, 8CL, AY, BY, CY, DY Green: 1G, 2G, 3G, 4G, 5G, 6G, 7G, 8G, 2W, 4W, 6W, 8W, AG, BG, CG, DG • Field wiring terminations shall be per channel across the bottom of the load -bay. Each channel shall have 3 terminations corresponding to the appropriate channel indications. Default wiring shall be left to right red/don't walk, yellow/ped clearance and green/walk. Vehicle phases 1-8, pedestrian phases 2, 4, 6 & 8 and overlap channels A, B, C & D following the order of the load switches. Field terminals shall be #10 screw terminal and be rated for 600V. • All cable wires shall be terminated. No tie -off of unused terminals will be allowed. • Shall be 100% manufactured in the United States of America. All wiring shall conform to NEMA TS2 Section 5.2.5 and table 5-1. Conductors shall conform to military specification MIL -W-1 6878D, Electrical insulated high heat wire, type B. Conductors #14 or larger shall be permitted to be UL type THHN. Main panel wiring shall conform to the following colors and minimum wire sizes: Vehicle green load switch output 14 gauge brown Vehicle yellow load switch output 14 gauge yellow Vehicle red load switch output 14 gauge red City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 Pedestrian Don't Walk switch Pedestrian Walk switch Pedestrian Clearance load switch Vehicle green load switch input Vehicle yellow load switch input Vehicle red load switch input Pedestrian Don't Walk input Pedestrian Walk input Pedestrian Clearance input Logic Ground +24V DC +12V DC AC+ Line AC- Line Earth Ground 14 gauge orange 14 gauge blue 14 gauge yellow 22 gauge brown 22 gauge yellow 22 gauge red 22 gauge orange 22 gauge blue 22 gauge yellow 18 gauge white with red tracer 18 gauge red with white tracer 18 gauge pink 14 gauge black 14 gauge white 16 gauge green SP -122 22 gauge blue with the exception of power wires (AC+ Black, AC- White & Earth Ground Green) These wires shall be 18AWG MMU A & B cables 22 gauge orange with the exception of power wires (AC+ Black, AC- White & Earth Ground Green Start Delay Relay Common Black, Normally open Black & Normally Closed Black) These wires shall be 18AWG Four conductors will supply alternating current (AC) power to the load switch sockets. The load switch sockets shall be supplied 1-4, 5-8, 9-12 & 13-16 by each conductor. The field terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. Four (4) 12 -position terminal blocks shall be provided in a single row across the bottom of the main panel. Spade lugs from internal cabinet wiring are not allowed on field terminal screws. There shall be a second row of three (3) 12 -position terminal blocks with screw type #10 above the field terminal blocks. These blocks shall operate the flash program. It shall be changeable from the front of the load -bay. The power terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. One (1) 12 -position terminal block and one (1) 6 - position terminal block shall be provided vertically on the right side of the load bay. The placement of the power terminal block on any other panel shall not be allowed. All load switches, flasher, and flash transfer relay sockets shall be marked and mounted with screws. Rivets and clip -mounting is unacceptable. Wire size 16 AWG or smaller at solder joints shall be hooked or looped around the eyelet or terminal block post prior to soldering to ensure circuit integrity. All wires shall have lugs or terminal fittings when not soldered. Lap joint/tack on soldering is not acceptable. All soldered connections shall be made with 60/40 solder and non -corrosive, non-conductive flux. All wiring shall be run neatly and shall use mechanical clamps and conductors shall not be spliced between terminations. Cables shall be sleeved in braided nylon mesh and wires shall not be exposed. Load -Bay And Panel Wire Termination: All wires terminated behind the main panel or on the back side of other panels shall be SOLDERED. No pressure or solder -less connectors shall be used. Printed circuit boards shall only be used on the load bay where connecting to the bus interface units (BIU). Cabinet Light Assembly: City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -123 The cabinet shall have one (1) LED lighting fixtures with 6 high power LEDs. LEDs shall use a neutral white color emitting 8001m min @ 24VDC/750mA.The LED shall be a Rodeo Electronics TS -LED -24Z. The LED fixture shall be powered by a Mean Well class 2 power supply LPV-20-24 that shall be mounted on the inside top of the cabinet's main compartment near the front edge. The cabinet light circuit shall be designed so two LED fixtures can be installed in the cabinet without the need of a second power supply. The second if required LED shall be attached under the cabinet drawer so that it remains stationary when drawer is extended. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the lighting fixture(s) power supply. Convenience Outlet: The cabinet shall be wired with one (1) convenience outlet with a ground fault interrupter (GFI) and two (2) convenience outlets without ground fault interrupters. The ground fault outlet (GFI) shall be mounted on the right side of the cabinet on or near the power panel. The two convenience outlets shall be mounted near the top shelf on the right sides. Outlets shall not be mounted on the door. The GFI power shall be fed through the auxiliary breaker (CB2). The convenience outlets shall be fed through the main breaker (CB1). Auxiliary Panel: The cabinet shall include an auxiliary switch panel mounted to the interior side of the police panel compartment on the cabinet door. The panel shall be secured to the police panel compartment by (2) screws and shall be hinged at the bottom to allow access to the soldered side of the switches with the use of only a Phillips screwdriver. Both sides of the panel shall be silkscreened. Silk-screening on the backside of the switch panel shall be upside down so that when the panel is opened for maintenance the silk-screening will be right side up. All the switches shall be protected by a hinged see-through Plexiglas cover. At a minimum the following switches shall be included: • Technician flash switch: there shall be a switch that places the field signal displays in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or MMU. The switch shall be a general-purpose bat style toggle switch with .688 -inch long bat. • Controller on/off switch: there shall be a switch that renders the controller and load - switching devices electrically dead while maintaining flashing operations for purpose of changing the controller or load -switching devices. The switch shall be a general- purpose bat style toggle switch with .688 -inch long bat. Stop time switch: there shall be a 3 -position switch labeled "normal" (up), "off' (center), and "on" (down). With the switch in the "normal" position, a stop timing command shall be applied to the controller by the police flash switch or the MMU (malfunction management unit). When the switch is in its "off' position, stop timing commands shall be removed from the controller. The "on" Position shall cause the controller to stop time. The switch shall be a general-purpose bat style toggle switch with .688 -inch long bat. • Signals on/off switch: there shall be a switch that renders the field signal displays electrically dead while maintaining controller operations for purpose of monitoring controller operations. The switch shall be a general-purpose bat style toggle switch with .688 -inch long bat. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -124 Vehicle test switches: all eight (8) vehicle phase inputs shall have momentary pushbutton test switches with black caps. The switches shall input a call to the related controller vehicle phase. The switches shall terminate on an interface panel along with the 32 channel outputs of detector racks. The switches shall be programmable to any detector channel 1-32. The interface panel shall reside in the auxiliary panel. These switches shall be labeled 1, 2, 3, 4, 5, 6,7and 8. Pedestrian test switches: all eight (8) pedestrian phase inputs shall have momentary pushbutton test switches with black caps. The switches shall directly input a call to the related controller pedestrian phase. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 and 8. Preemption test switches: all six (6) preempt inputs shall have momentary pushbutton test switches with red caps. The switches shall directly input a call to the related controller preemption. These switches shall be labeled 1, 2, 3, 4, 5, and 6. Police Panel: Behind the police panel door there shall be switches for use by emergency personnel. The wiring for these switches shall be accessible when the auxiliary panel is open. The following switches shall be included: Flash Switch: There shall be a switch for the police that puts the cabinet into flashing operations. The switch shall have two positions, "Auto" (up) and "Flash" (down). The "Auto" position shall allow normal signal operation. The "Flash" position shall immediately cause all signal displays to flash as programmed for emergency flash and apply stop time to the controller. When the police flash switch is returned to "Auto", the controller shall restart except when the MMU has commanded flash operation. The effect shall be to disable the police panel switch when the MMU has detected a malfunction and all controller and MMU indications shall be available to the technician regardless of the position of the police flash switch. The switch shall be a general-purpose bat style toggle switch with .688 -inch long bat. Cables: All wire cable bundles shall be encased in flex or expandable braided sleeving along their entire free length. All SDLC cables shall be terminated on both ends, securely terminated to the SDLC interface panel with screw type connection and professionally routed in the cabinet interior to easily reach the load bay, controller, malfunction management unit and detector racks. All SDLC connectors shall be fully populated with 15 pins each. Flashing Operation: All cabinets shall be wired to flash for all vehicle channels. Flashing operation shall alternate the flash circuit 1 (channels 1, 4, 5, 8, OLA &OLD) and flash circuit 2 (channels 2, 3, 6, 7, OLB & OLC). Flash programming shall be either red, yellow or no flash simply by changing wires on the front of the load -bay. Cabinet shall be supplied with vehicle and overlap phases programed to red flash, and pedestrian channels to no flash. Detector Racks: At a minimum, the cabinet shall be wired to accommodate (48) channels of detection as follows: City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -125 • One detector rack shall support sixteen (16) channels of loop detection, one (1) Buss Interface Units (BIU), and four (4) channels of OpticomTM preemption. Two (2) detector racks shall support (16) channels of loop detection and one (1) Buss Interface Unit (BIU). These racks shall be capable of using both two channel or four channel detection devices or OpticomTM cards. The loop cabling shall be connected via a 37 -pin DB connector using spring clips. The Opticom cable shall be connected via a 24 -pin connector using locking latches. The power cable shall be a 6 -pin connector. All power wires shall be 18AWG. The addressing of detector racks shall be accomplished via dipswitches mounted to the PCB. There shall be the capability to turn off the TS2 status to the BIU for the uses of TS1 detector equipment via dipswitches mounted to the PCB. There shall be a 34 -pin connector using locking latches that breaks the output from the detector to the input of the BIU, there shall also be +24VDC and logic ground on this connector. All racks shall have space at the bottom front for labeling. All racks shall be designed for horizontal stacking. Separate racks for detection and preemption are not allowed. Detection Panel The detection panel shall support (48) channels of vehicle detection, (8) channels of emergency vehicle preemption, (8) channels of pedestrian detection and (8) pedestrian returns on a single panel. The loop wires shall be a 22AWG twisted pair, color coded as follows; channel one brown, channel two red, channel three orange and channel four yellow. One of the twisted pair wires of all colors shall have a white tracer and land on the second position terminal of each loop. The emergency preempt wires shall be color coded as follows; +24VDC orange, preempt inputs yellow and ground blue. This panel will be mounted on the left side of the cabinet below the bottom shelf. The panel shall also include a (19) position solid aluminum, tin plated neutral and ground buss bars with raised slotted & torque style screws heads. They shall be mounted vertically at the bottom of the panel. The Opticom and pedestrian terminal blocks shall be labeled as follows Opticom + orange: 581, 587 Opticom call yellow: 582, 585, 588, 591 Opticom — blue: 583, 589 Pedestrian Calls: 714, 724, 734, 744, 754, 764, 774, 784 Pedestrian returns: 715, 725, 735, 745, 755, 765, 775, 785 Power Supply Interface Panel: The power supply interface panel shall include terminations for all the cabinet power supply inputs and outputs. It shall have a protective plastic cover. This panel shall be mounted on the left wall of the cabinet. SDLC Panel: The SDLC panel shall have (9) 15 socket DB connectors mounted to a PCB. The PCB shall be mounted to an "L" bracket for attaching to cabinet "C" channel. All SDLC cables shall attach with screw type retainers. There shall be one position with latching blocks to mate with latching spring blocks. This panel shall be mounted on the left wall of the cabinet between the shelves. Generator Bypass Compartment And Cable: City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -126 The cabinet main door shall have a locking generator bypass compartment that shall be used to connect a generator to operate the cabinet during extended loss of service line power. The generator compartment shall be capable of being closed and locked while a generator is connected. The mechanism for allowing generator cable access, while the compartment is closed, shall be an integral part of the generator bypass door, that will normally be in the closed position. Inside the compartment there shall be a Hubbell HBL2615 30A / 125V flanged inlet receptacle capable of accepting a standard 30 -amp generator plug. All wiring to and from the generator bypass compartment shall be contained in a single cable bundle. The cable shall connect to the backside of the electrical components and shall only be accessible from the inside of the cabinet front door. Generator Cord: A 14ft generator power cord shall be supplied with the cabinet that connects between the generator bypass compartment and an external 15A/1 25V generator. Supplemental Loads: There shall be a supplemental load panel with (6) 2.5K -ohm, 10 -watt panel mount resistor. One side terminates to neutral. The other side terminated to a (6) position terminal block. This panel shall be mounted on the left side of the cabinet below the bottom shelf. This block shall be left open for future loading in the cabinet. Service Surae SuDoression The cabinet shall be equipped with an CITEL surge protection and radio interference protection device model DS72US-120S/G-F-ASSM mounted on the power panel. It shall be installed after the main breaker (CB1). Power Panel: The power panel shall handle all the power distribution and protection for the cabinet and shall be mounted in the bottom right side of the facility. All equipment shall be mounted on a 12" x 15" or smaller silkscreened aluminum panel and include at a minimum the following equipment: • A 30 -amp main breaker shall be supplied. This breaker shall supply power via CITEL DS72US-120S/G-F-ASSM to the load bay, load switches, auxiliary panel, controller, MMU, power supply, detector racks and 120VAC convenience outlet. • A 20 -amp auxiliary breaker shall supply power to the fan, light and GFI. • A normally open, 80 -amp, solid-state relay. The relay shall have a red LED light that is on when energized. = The CITEL surge shall consist of a modular surge protector for the AC line, another modular surge protector for the AC neutral and ground. There shall also be a radio interference suppressor (RIS), this device shall be a CITEL DUC31. • One see through plexiglass cover over the utility power block terminals. • Two (19) position solid aluminum, tin plated neutral buss bar with raised slotted & torque style screw heads. No tube bars shall be allowed. • One (19) position solid aluminum, tin plated ground buss bar with raised slotted & torque style screw heads. No tube bars shall be allowed. Manuals and Documentation: The cabinet shall be furnished with (3) complete sets of cabinet prints. All cabinet wiring, and layout shall come on (1) E1 size sheet, multiple pages shall not be allowed. Upon request (1) USB memory stick with AutoCAD v2008 cabinet drawing for the cabinet wiring can be provided direct to City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -127 the agency. 9-29.16 Vehicular Signal Heads, Displays, and Housing (Special Provision) Supplement Supplement this section with the following: The Contractor shall install new three -section and four -section vehicle heads and all heads shall be mounted vertically. The vehicle signal heads shall be installed with LED indications for all sections. Indications shall be latest ITE specifications. Red and yellow indications shall have tinted lenses, green indications shall have clear lenses. ALL vehicle signals shall have "12 inch" sections"- to house 12 Inch LED GELCORE, or approved equivalent, signal indications. Standard Specifications apply - no 8 -inch signal sections shall be allowed. All signal heads and visors shall be powder -coated yellow. Back plates shall be louvered, powder coated black and shall include 2" wide yellow retroreflective tape. All vehicular signal indications will be 12" tinted LED modules meeting the current ITE specifications. Installation method and materials shall be compliant with the latest editions of WSDOT Standard Specifications All signal displays shall be Dialight, GE or approved equivalent, standard 12" LED modules. All new vertically mounted vehicle signal heads shall be attached to arms and poles with Type -M mounting and with locations, positions and orientations as shown on the Plans. 9-29.18(1) Video Detection System (Special Provision) Add the following section: New Vehicle detection shall be a single camera for each vehicle approach with the cameras mounted on the mast arms. The complete video system shall be compatible with the traffic signal controller. The vehicle video detection system shall be Vantage Next by Iteris. The Contractor shall furnish and install video detection system including cameras, processor, mounting hardware, cables, connectors, wiring and software. Setup and testing shall be performed in the presence of the Signal Maintenance Department Representative. 9-29.19 Pedestrian Pushbuttons (Special Provision) Supplement this section with the following: Supplement All pedestrian push button shall be APS type and shall comply with the latest ADA guidelines. Pedestrian push button stations shall be EZ Communicator Navigator 2 Wire Push Button Station by Polara Engineering and shall include the following features: • Confirmation of button push via LED, sound and tactile bounce • Locating tone during Don't Walk • Vibrating button during Walk • Sounds adjust to ambient noise • Sounds synchronized across all push buttons • 9"x15" sign (per WSDOT Standard Plan J-20.26) • Braille on the Face Plate • Audible Message during the Walk phase (shall be approved by the Engineer) • Black Frame City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -128 One Central Control Unit (CCU2EN) by Polara Engineering shall be provided and installed in the traffic controller cabinet per intersection as an interface between the signal controller and the pedestrian push button stations. The Central Control Unit shall: i. Accommodate up to 16 push button stations ii. Include a built in conflict monitoring system that monitors pedestrian push button stations and pedestrian signal head lights and powers off in the event of a conflict iii. Include an Ethernet port for communication iv. Include the Interconnect Board for termination of field wiring. Central Control Unit (CCU) The PBS shall function as part of an accessible pedestrian signal which also includes a Central Control Unit (CCU) and which shall be installed in the controller cabinet. The system shall require no modification to the pedestrian display. The CCU shall be able to control up to 12 PBS's, three per phase and up to four pedestrian phases. It shall include additional general-purpose inputs and outputs for custom advanced/warning audible messages. All CCU inputs and outputs shall have full optical isolation and include transient voltage protection. The Push Button Stations and CCU shall be installed per manufacturer's installation instructions, shall include all auxiliary components and parts, including (but not limited to), required circuit boards, special system installation wires or conductors and connectors and/or other custom parts, hardware or components. Handheld Navigator- Configurator The system shall include a handheld remote programming unit (IE: Polara Navigator- Configurator), which can be used after installation to program the AP .stations and the CCU. The system shall allow global configuration changes where one APS can be set up and the changes can then be saved to the other APS Stations. The handheld remote device (Configurator) shall remotely configure an individual APS Stations using infrared communications. The remote unit shall be interactive such that the user can hear the selected sounds and volumes when configuring the APS Stations. One handheld remote shall be supplied complete with required batteries. Custom Message and Sound Options Custom -programmable "emergency -related" or other special messages shall be optionally available from the manufacturer if requested by the Traffic Engineer. Custom Locate Sound - Plays a sound at a selectable interval to assist a blind pedestrian in locating the APS Station. Custom Location Message(s) - message states street being crossed and cross street names, and other vital information to help pedestrian with location and direction. Custom Walk Message(s) - alerts pedestrians that the walk interval has begun and name of street being crossed. Custom Clearance Sounds/Countdown - Plays a sound to let pedestrians know they should clear intersection crosswalk. This optional tone typically would sound similar to the locate tone but is played at a faster rate or counts down the number of seconds in the clearance phase. Two custom messages available, both override all other sounds or messages and plays once every time its assigned input is activated on the Central Control Unit. The system shall include one hardcopy set of installation instructions, and one Operating Manual hardcopy. Procedures for programming special voice messages and/or locator sounds/messages shall be provided by the manufacturer. 9-29.20 Pedestrian Signals (Special Provision) Supplement this section with the following: City of Tukwila Supplement 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 SP -129 The Contractor shall install eight new "Countdown" Pedestrian signals, such as Dialight- No. 430- 6479-001, or approved equivalent, with standard 16" x 18" die-cast aluminum housings. The modules shall be Light Emitting Diode (LED) type. The "Countdown Numerals" and "HAND (Don't Walk) symbol shall be "Portland" Orange LED's ", and the LED "WALKING PERSON" symbol shall be Lunar White. The pedestrian signals shall be MUTCD and ADA compliant. The Contractor shall install the pedestrian signals at the locations shown on the Plans, with Type -E mounting bracket. Pedestrian signal head housings shall be powder -coated yellow. 9-29.24 Service Cabinets (Special Provision) Supplement this section with the following: Supplement The power service center for the traffic signal and street luminaries shall be Tesco model 27-000 (without the battery backup enclosure) per City of Tukwila Standard Sheet RS -29. It shall consist of a new 200 Amp, Type- 120/240, single-phase electrical service with a meter base compliant with USERC 308 guidelines (see Plans for Panel Schedule). The service shall be inspected by the applicable local utility company, (PSE, and City Electrical Inspector for approved location, final service drops, meter and service inspections and permits. The new service shall meet all applicable electrical codes. 9-29.26 Pan Tilt Zoom (PTZ) Camera Systems (Special Provision) Supplement this section with the following: Supplement The Contractor shall coordinate with the City of Tukwila Traffic Operations and Maintenance Department representative and equipment supplier and shall submit the complete equipment list for approval prior to the systems order. The PTZ systems shall have a minimum 12 -month manufacturer's warranty against manufacturing defects in materials and workmanship from the date of shipment. The Contractor shall supply the warranty and all documentation necessary to maintain and operate the system to the Electrical Inspector prior to approval of the system. The system shall be outdoor H6A-PTZ Camera with NPT Pendant Adaptor to be capable of luminaire arm mounting, by Avigilon suitable for outdoor operation. The PTZ system shall include, but not be limited to, the following components: • Avigilon H6A-PTZ Pendant Camera • T20 Star Key • RJ -45 Crimp -On Plug • Audio, external power, and 1/0 pigtail cable connector • NPT mount • Lock nut • Thread sealing tape • Luminaire mounting plate City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 9 • PoE Media Converter SP -130 The contractor shall furnish and install a video surge suppressor in the NEMA 4X Junction Box for the video cable to protect each PTZ camera. The data cable shall be terminated as required by the Avigilon H6A-PTZ installation requirements. END OF DIVISION 9 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -131 DIVISION 10: MEASUREMENT AND PAYMENT — UNIT PRICE BID (Special Provision) New Add the following new Division: General When the Contract Documents state that a certain item of work "shall be considered incidental to the Contract", and whenever any aspect of work is not included in one of the pay items listed below, then the cost of performing that work shall be included in the various bid prices of the Contract, and no separate payment will be made. Contractor shall include all costs of doing this work within the unit and lump sum bid prices in the Proposal. If the Contract Documents require work that has no unit or lump sum bid item in the proposal, costs shall be incidental and included within the unit and lump sum bid prices in the Proposal. For items listed below as being paid by "Force Account", to provide a common basis for all bidders, the City has estimated and included in the Proposal, dollar amounts for those items. All such dollar amounts are to become a part of Contractor's total bid. However, the City 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, in accordance with Section 1- 09.6 of the Standard Specifications. Bid Schedule Items The following subsections correspond to the items on the different bid schedules and shall be paid based on the conditions listed, and as detailed in the Standard Specifications for that item. The Section where the item of work is discussed in the Standard Specifications and/or Special Provisions is shown in parentheses. The following bid items are associated with work in Schedule A: SCHEDULE A — SIGNAL IMPROVEMENTS Bid Item No. Al — Unexpected Site Changes (1-04) Measurement and payment for "Unexpected Site Changes" shall be paid by force account in accordance with Section 1-04.4(1) of these Special Provisions. For the purposes of bidding equality, the Contracting Agency has furnished an estimated quantity for this item of work. Payment will be made only for the actual amount of work performed as authorized and deemed necessary by the Engineer. Bid Item No. A2 — ADA Features Surveying (1-05.4) The unit Contract price per lump sum for "ADA Features Surveying" shall be per lump sum in accordance with Section 1-07.15(1) of the Standard Specifications. Bid Item No. A3 — Construction Surveying (1-05.4) The unit Contract price per lump sum for "Construction Surveying" shall be per lump sum in accordance with Section 1-07.15(1) of the Standard Specifications. Bid Item No. A4 — Record Drawings (Minimum Bid $1,000) (1-05) The unit Contract price per lump sum for "Record Drawings (Minimum Bid $1,000)" shall be per lump sum in accordance with Section 1-07.15(1) of the Standard Specifications. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -132 Bid Item No. A6 — Employee Apprenticeship Program (EAP) Utilization (1-07) Measurement and payment for "Employee Apprenticeship Program (EAP) Utilization shall be per lump sum. All costs associated with implementing, developing, documenting and administering an employee apprenticeship program utilization plan, including recording and reporting EAP hours and for working with the EAP coordinator, as described above, shall be considered incidental to the lump sum unit price for "Employee Apprenticeship Program (EAP) Utilization Plan". Bid Item No. A6 — Apprenticeship Hours (1-07) Measurement and payment for "Apprenticeship Hours" shall be per hour. Bid Item No. A7 — Apprenticeship Utilization Goal Assessment (1-07) Measurement and payment for "Apprenticeship Utilization Goal Assessment" shall be per calculation. The Contracting Agency will deduct from the final payment for the Bid item "Apprenticeship Utilization Goal Assessment" for failure to meet utilization goals for each Contractor and subcontractor that performs work on the project site. The Contracting Agency has included in the Proposal a negative $5.00 amount for "Apprenticeship Utilization Goal Assessment" Bid item only to provide a common proposal for Bidders. This dollar amount shall become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of assessment will correspond with this amount. Bid Item No. A8— Mobilization (1-09) The lump sum contract price for "Mobilization" shall be full compensation for providing, furnishing, and installing all work and materials necessary to: 1. move or organize equipment and personnel onto and off of the site, 2. provide and maintain support facilities, 3. provide survey staking and as -built recording per Sections 1-05.4 and 1-05.5, 4. provide ESC Lead per Section 8-01, 5. clean up the site at the conclusion of the project, 6. obtain all necessary permits, licenses, and bonds. The lump sum price for Mobilization shall also include all costs associated with mobilization to each site and remobilization following any suspension of work. Delete the second paragraph and subsequent list of Section 1-09.7 of the Standard Specifications and replace them with the following: Based on the lump sum contract price for "Mobilization," partial payments will be made as follows: 1. When 10 percent of the total original Contract amount is earned from other Contract items, excluding amounts paid for materials on hand, 60 percent of the amount Bid for mobilization, or 10 percent of the total original Contract amount, whichever is the least, will be paid. 2. When the Substantial Completion Date has been established for the project, any remaining amount Bid for mobilization will be paid. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -133 Bid Item No. A9 — Project Temporary Traffic Control (1-10) Measurement and payment for "Project Temporary Traffic Control' shall be per lump sum. The lump sum contract price for "Project Temporary Traffic Control' shall include, but shall not necessarily be limited to: all necessary labor, materials, and equipment necessary to prepare and implement traffic control plans approved by the City in order to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions including temporary ADA facilities which shall be maintained throughout the project. Bid Item No. A10 —Work Zone Safety Contingency (1-10) Measurement and payment for "Work Zone Safety Contingency" shall be paid by force account. For the purposes of bidding equality, the Contracting Agency has furnished an estimated quantity for this item of work. Payment will be made only for the actual amount of work performed as authorized and deemed necessary by the Engineer. Bid Item No. A11 — Clearing and Grubbing (2-01) Measurement and payment for "Clearing and Grubbing" shall be per lump sum. The lump sum contract price for "Clearing and Grubbing" shall include, but shall not necessarily be limited to: all necessary materials, labor, and equipment necessary to satisfactorily perform clearing and grubbing of debris and vegetation. Bid Item No. Al2 —Removal of Structures and Obstructions (2-02) Measurement and payment for "Removal of Structures and Obstructions" shall be per lump sum. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete saw cutting removal, disposal, and backfill of resulting void of drainage structures, pipes, walls, sidewalks, curbs, foundations, removal of all conflicting channelization, and other miscellaneous items indicated on the Plans for which no separate bid item is provided. Bid Item No. A13 — Crushed Surfacing Top Course (4-04) Measurement and payment for "Crushed Surfacing Top Course" shall be per ton. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily achieve the required grades, procurement, haul, placement, and compaction of crushed surfacing top course to the subgrade and/or finish grade elevations shown on the Plans and specified herein. Crushed Surfacing Top Course used as identified on the Plans under roadways, driveway entrances, paving over existing gravel entrances, gravel shoulders. under curb and gutters, under cement concrete sidewalks, edge restoration, and for backfill of unsuitable foundation excavation areas shall be measured under this bid item. Bid Item No. A14 — HMA Cl. 1/2" PG 58H-22 (5-04) Measurement and payment for "HMA Cl. '/" PG 58H-22" shall be per ton based on certified truck tickets collected on the day of delivery and accepted by the Engineer. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete furnishing, hauling, and placement of HMA for overlays, shoulders, thickened edges, drainage channels, HMA Ramps, roadway widening sections, City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -134 driveways, driveway entrances, and roadway feathering; compaction, preparation of existing roadway surfaces, applying tack coat, placement and removal of temporary pavement markings, and all other necessary materials, labor, and equipment to satisfactorily complete the work as defined in the Standard Specifications and Special Provisions. There will be no payment under this item until the roadway receives channelization markings and is fully restored. Incidental uses for HMA shall consist of restoration and adjustment to paved areas such as the back of sidewalks, curb ramps, and driveway entrances and other such uses as directed by the Engineer. HMA used for adjustment of existing utilities shall be included in the unit contract bid item for utility adjustments. Bid Item No. A15 — Adjust Catch Basin (7-05) Measurement and payment for "Adjust Catch Basin" shall be per each and shall be paid once per structure. Interim adjustments necessary for safety or construction shall be considered incidental and no additional payment shall be made. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete adjustment of the utility after completion and acceptance of the proposed improvements as defined in the Standard Specifications and these Special Provisions. Included in this unit bid item price shall be the furnishing of the new catch basin frame, grate or cover as identified in the plans. HMA used for adjustment of utility shall be included in this unit contract bid item. Bid Item No. A16 — Erosion Control and Water Pollution Prevention (8-01) Measurement and payment for "Erosion Control and Water Pollution Prevention" shall be per lump sum. Incidental to the unit bid item shall be all plan development for CSWGP, TESC Plan, development of SPCC Plan, development of SWPPP plan and development other applicable and/or required plans, and the installation and maintenance of BMPs. Bid Item No. A17 — Landscape Restoration (8-01) Measurement and payment for "Landscape Restoration" shall be paid by force account in accordance with Section 1-04.4(1) of these Special Provisions. For the purposes of bidding equality, the Contracting Agency has furnished an estimated quantity for this item of work. Payment will be made only for the actual amount of work performed as authorized and deemed necessary by the Engineer. Bid Item No. A18— Cement Conc. Traffic Curb & Gutter (8-04) Measurement and payment for "Cement Conc. Curb & Gutter" shall be per linear foot. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete installation of curbs including excavation, grading, and installing concrete curb and gutter, rolled cement concrete curb and gutter, reinforced cement concrete curb and gutter, and cement concrete extruded curb necessary to satisfactorily complete the work as defined in the Plans, Standard Specifications, and these Special Provisions. Bid Item No. A19 — Raised Pavement Marker Type 1 (8-22) Measurement and payment for "Raised Pavement Marker Type 1" shall be per hundred. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -135 Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Bid Item No. A20 — Raised Pavement Marker Type 2 (8-22) Measurement and payment for "Raised Pavement Marker Type 2" shall be per hundred. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Bid Item No. A21 — Cement Conc. Sidewalk (8-14) Measurement and payment for "Cement Conc. Sidewalk" shall be per square yard. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment, to satisfactorily complete the installation of sidewalk, including excavation, grading, and installing concrete sidewalk as necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Bid Item No. A22 — Cement Conc. Curb Ramp Type Parallel A (8-14) Measurement and payment for "Cement Conc. Curb Ramp Type Parallel A" shall be per each. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment, to satisfactorily complete the installation of sidewalk, including excavation, grading, the furnishing and installation of detectable warning surfaces, installing concrete sidewalk, and installing pedestrian curb as necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Bid Item No. A23 — Cement Conc. Curb Ramp Type Perpendicular A (8-14) Measurement and payment for "Cement Conc. Curb Ramp Perpendicular A" shall be per each. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment, to satisfactorily complete the installation of sidewalk, including excavation, grading, the furnishing and installation of detectable warning surfaces, installing concrete sidewalk, and installing pedestrian curb as necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Bid Item No. A24 — Traffic Signal System at 65t' Ave S & Southcenter Blvd, Complete (8-20) Measurement and payment for "Traffic Signal System at 65th Ave S & Southcenter Blvd, Complete" shall be per lump sum. Included in the unit bid item price shall be, but shall not necessarily be limited to: the costs of all labor, tools, equipment, and materials necessary or incidental to complete the installation of the signal system including but not limited to, signal foundations, signal poles, luminaires, excavation, conduit bedding, trench backfill, disposal of excavated materials, conduit, wiring, junction boxes, vehicle detection and PTZ cameras, electrical service cabinet, traffic signal controller cabinet and all associate equipment, cabinet foundations, fiber optic system, cabling and splicing, removal of existing luminaire pole and foundation, salvaging materials, restoring all facilities damaged or destroyed during construction, coordination with local agencies, all required tests, inspections and permits. All additional materials and labor, not shown on the plans or called for herein and which are required to provide a complete and functional signal system, shall be included in the lump sum bid price in the Proposal. Sawcutting required shall be incidental to lump sum items and no separate measurement will be made. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -136 Conduit zone bedding shall be incidental to the lump sum items and no separate measurement will be made. Removal, and salvage where required, shall be incidental to the lump sum items and no separate measurement will be made. Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold mix asphalt, shall be incidental to the lump sum items and no separate measurement will be made. All costs associated with placement of erosion control mat at conduit crossings of ditches shall be incidental to the lump sum items and no separate measurement will be made. All costs for conduit trenching, backfilling, compaction and landscape restoration outside of paved areas, and for trenching and backfill for the pipe zone within paved areas shall be included in the lump sum items and no separate measurement will be made. All costs for adjustment of junction boxes, both to the final grade and any grade adjustments required for the various construction stages proposed in the Contract, or for alternative stages proposed by the Contractor, shall be included in the lump sum items and no separate measurement will be made. Bid Item No. A25 — Temporary and Permanent Signing (8-21) Measurement and payment for "Temporary and Permanent Signing" shall be per lump sum. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment, furnishing and installing sign posts, post foundations, signs, and all related work as shown on the Plans and specified in the Standard Specifications and these Special Provisions. Bid Item No. A26 — Plastic Stop Line (8-22) Measurement and payment for "Plastic Stop Line" shall be per linear foot. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Bid Item No. A27 — Plastic Crosswalk Line (8-22) Measurement and payment for "Plastic Crosswalk Line" shall be per square foot. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Bid Item No. A28— Plastic Traffic Arrow (8-22) Measurement and payment for "Plastic Traffic Arrow" shall be per each. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -137 SCHEDULE B — KING COUNTY METRO BUS STOP EXPANSION IMPROVEMENTS Bid Item No. B1 — Unexpected Site Changes (1-04) Measurement and payment for "Unexpected Site Changes" shall be paid by force account in accordance with Section 1-04.4(1) of these Special Provisions. For the purposes of bidding equality, the Contracting Agency has furnished an estimated quantity for this item of work. Payment will be made only for the actual amount of work performed as authorized and deemed necessary by the Engineer. Bid Item No. B2 — Construction Surveying (1-05.4) The unit Contract price per lump sum for "Construction Surveying" shall be per lump sum in accordance with Section 1-07.15(1) of the Standard Specifications. Bid Item No. B3 — Record Drawings (Minimum Bid $1,000) (1-05) The unit Contract price per lump sum for "Record Drawings (Minimum Bid $1,000)" shall be per lump sum in accordance with Section 1-07.15(1) of the Standard Specifications. Bid Item No. B4 — Mobilization (1-05.4) The unit Contract price per lump sum for "Mobilization" shall be per lump sum in accordance with Section 1-07.15(1) of the Standard Specifications. Bid Item No. B5 — Project Temporary Traffic Control (1-10) Measurement and payment for "Project Temporary Traffic Control' shall be per lump sum. The lump sum contract price for "Project Temporary Traffic Control' shall include, but shall not necessarily be limited to: all necessary labor, materials, and equipment necessary to prepare and implement traffic control plans approved by the City in order to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions including temporary ADA facilities which shall be maintained throughout the project. Bid Item No. B6 — Work Zone Safety Contingency (1-10) Measurement and payment for "Work Zone Safety Contingency" shall be paid by force account. For the purposes of bidding equality, the Contracting Agency has furnished an estimated quantity for this item of work. Payment will be made only for the actual amount of work performed as authorized and deemed necessary by the Engineer. Bid Item No. B7 — Clearing and Grubbing (2-01) Measurement and payment for "Clearing and Grubbing" shall be per lump sum. The lump sum contract price for "Clearing and Grubbing" shall include, but shall not necessarily be limited to: all necessary materials, labor, and equipment necessary to satisfactorily perform clearing and grubbing of debris and vegetation to construct the bus stop expansion. Bid Item No. B8 —Removal of Structures and Obstructions (2-02) Measurement and payment for "Removal of Structures and Obstructions" shall be per lump sum. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete removals and disposal of all existing site features for preparations of the work area to reconstruct the bus stop. Included in this bid item, but not limited to, shall be the removal and disposal and/or reuse and/or salvage of the existing cement concrete barriers, bus stop furniture, ecology blocks, wall materials, fencing, and all other items, known or unknown, for construction of the new bus stop. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -138 Bid Item No. B9 — Crushed Surfacing Top Course (4-04) Measurement and payment for "Crushed Surfacing Top Course" shall be per ton. Included in the unit bid item price shall be but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily achieve the required grades, procurement, haul, placement, and compaction of crushed surfacing top course to the subgrade and/or finish grade elevations shown on the Plans and specified herein. Crushed Surfacing Top Course used as identified on the Plans under roadways, driveway entrances, paving over existing gravel entrances, gravel shoulders. under curb and gutters, under cement concrete sidewalks, edge restoration, and for backfill of unsuitable foundation excavation areas shall be measured under this bid item. Bid Item No. B10 — Crushed Surfacing Base Course (4-04) Measurement and payment for "Crushed Surfacing Base Course" shall be per ton. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily achieve the required grades, procurement, haul, placement, and compaction of crushed surfacing base course to the subgrade and/or finish grade elevations shown on the Plans and specified herein. Crushed Surfacing Base Course used as identified on the Plans under roadways, driveway entrances, paving over existing gravel entrances, gravel shoulders. under curb and gutters, under cement concrete sidewalks, edge restoration, and for backfill of unsuitable foundation excavation areas shall be measured under this bid item. Bid Item No. B11 — HMA CI.' /z" PG 58H-22 (5-04) Measurement and payment for "HMA Cl. '/" PG 58H-22" shall be per ton based on certified truck tickets collected on the day of delivery and accepted by the Engineer. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete furnishing, hauling, and placement of HMA for overlays, shoulders, thickened edges, drainage channels, HMA Ramps, roadway widening sections, driveways, driveway entrances, and roadway feathering; compaction, preparation of existing roadway surfaces, applying tack coat, placement and removal of temporary pavement markings, and all other necessary materials, labor, and equipment to satisfactorily complete the work as defined in the Standard Specifications and Special Provisions. There will be no payment under this item until the roadway receives channelization markings and is fully restored. Incidental uses for HMA shall consist of restoration and adjustment to paved areas such as the back of sidewalks, curb ramps, and driveway entrances and other such uses as directed by the Engineer. HMA used for adjustment of existing utilities shall be included in the unit contract bid item for utility adjustments. Bid Item No. 1312 — Gravel Backfill for Wall (6-02) Measurement and payment for "Gravel Backfill for Wall" shall be per cubic yard. Included in the unit bid item price shall be but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily achieve the required grades, procurement, haul, placement, and compaction of gravel backfill for wall to the subgrade and/or finish grade elevations shown on the Plans and specified herein. Bid Item No. B13 — Precast Conc. Barrier Type F Anchored (6-10) Measurement and payment for "Precast Conc. Barrier Type F Anchored" shall be linear foot of installed and anchored precast traffic barrier. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -139 Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment, to satisfactorily complete the installation of barriers matching the existing size and type, including anchoring system, fencing, nose pieces, as necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Bid Item No. B14 — Conc. Class 4000 for Retaining Wall (6-11) Measurement and payment for "Conc. Class 4000 for Retaining Wall" shall be per cubic yard. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily achieve the required grades, procurement, haul, placement of cement concrete per the details in the Plans for construction of the retaining wall. Shop Drawings for the construction of reinforcement per the King County Standard Details for the retaining wall shall be included in this bid item. Investigation, documentation of existing conditions/wall geometry/construction, and correspondence with Engineer regarding existing conditions of bus stop shall be included in this bid item. Quarry Spalls, V Minus Drain rock, geotextile wrap, 4" PVC perforated drainpipe shall be included in this bid item. Coordinating of installation with existing bus stop wall and/or foundation. Structural shop drawings of retaining wall and connection to existing wall shall be included in this bid item. When retaining walls are called out in the Plans to be constructed with footing keys, the construction of the footing keys shall be incidental to wall construction. The concrete and reinforcing steel, including dowels, for the construction of footing keys will not be measured. Bid Item No. B15 — Conc. Class 4000 for Shelter Footing (6-11) Measurement and payment for "Conc. Class 4000 for Shelter Footing" shall be per cubic yard. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily achieve the required grades, procurement, haul, placement of cement concrete per the details in the Plans for the construction of the shelter footing. Shop Drawings for construction of reinforcement per the King County Standard Details for the retaining wall shall be included in this bid item. Coordinating of installation with retaining wall construction and connections per the King County Metro Details shall be included in this bid item. All finishing requirements per King County Metro shall be included in this Bid Item. Planning, inspecting, furnishing material for, and constructing isolation joints, including furnishing and placing joint sealer and other required materials shall be included this bid item. Coordination and planning for fence and shelter connection including, but not limited to, identifying locations of mounting brackets, conduit locations, and other King County Bus Stop Components shall be included in this bid item. When retaining walls are called out in the Plans to be constructed with footing keys, the construction of the footing keys shall be incidental to footing construction. The concrete and reinforcing steel, including dowels, for the construction of footing keys will not be measured. Bid Item No. B16 — St. Reinf. Bar (6-11) Measurement and payment for "St. Reinf. Bar" shall be per pound. Except as noted herein measurement and payment for "St. Reinf. Bar" shall be made per 6-02.4 and 6- 02.5. St. Reinf Bar per pound shall be measured and paid for all steel required to construct retaining wall, footing, shelter footing, and wall connection system to existing walls. Bid Item No. B17 — Erosion Control and Water Pollution Prevention (8-01) Measurement and payment for "Erosion Control and Water Pollution Prevention" shall be lump sum. Incidental to the unit bid item shall be all plan development for TESC Plan, development of SPCC Plan, development of SWPPP plan and development other applicable and/or required plans, and the installation and maintenance of BMPs. Bid Item No. B18 — Landscape Restoration (8-01) Measurement and payment for "Landscape Restoration" shall be paid by force account. City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -140 For the purposes of bidding equality, the Contracting Agency has furnished an estimated quantity for this item of work. Payment will be made only for the actual amount of work performed as authorized and deemed necessary by the Engineer. Bid Item No. B19— Cement Conc. Traffic Curb & Gutter (8-04) Measurement and payment for "Cement Conc. Curb & Gutter" shall be per linear foot. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete installation of curbs including excavation, grading, and installing concrete curb and gutter, rolled cement concrete curb and gutter, reinforced cement concrete curb and gutter, and cement concrete extruded curb necessary to satisfactorily complete the work as defined in the Plans, Standard Specifications, and these Special Provisions. Bid Item No. B20 — Chain Link Fence Type 3 (8-12) Measurement and payment for "Chain Link Fence Type 3" shall be per linear foot. Measurement and payment for Chain Link Fence Type 3 shall include all necessary materials, labor, equipment for shop drawings, foundations, posts, fencing mesh, caps, posts, mounting brackets, gates and gate hardware, fence hardware, and all additional materials and labor, not shown on the plans or called for herein and which are required to provide a complete and acceptable fence system. Bid Item No. B21 — Single 6 Ft. Chain Link Gate (8-12) Measurement and payment for "Single 6 Ft. Chain Link Gate" shall be per each. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment, to satisfactorily furnish and install the chain link gate as necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Bid Item No. B22 — Cement Conc. Thickened Edge Sidewalk (8-14) Measurement and payment for "Cement Conc. Thickened Edge Sidewalk" shall be per square yard. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment, to satisfactorily complete the installation of sidewalk, including excavation, grading, and installing concrete sidewalk as necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Included in the unit price shall be detectable warning surfacing and directional tactile warning surfacing. Bid Item No. B23 — Removable Bollard (8-19) Measurement and payment for "Bollards" shall be per Each. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment, to satisfactorily furnish and install bollards as depicted in the plans and per the details in the Plans. This unit bid item shall also include excavation, materials, labor and equipment for the bollard foundations Bid Item No. B24 — Electrical System for Bus Stop, Complete (8-20) Measurement and payment for "Electrical System for Bus Stop, Complete" shall be per lump sum. Included in the unit bid item price shall be, but shall not necessarily be limited to: the costs of all labor, tools, equipment, and materials necessary or incidental to complete the installation of electrical system specifically for the King County Metro Bus Stop, including but not limited to excavation, conduit bedding, trench backfill, disposal of excavated materials, wiring, junction box, connections to City cabinet, fused handhole for bus stop shelter, salvaging materials, restoring all facilities damaged City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Division 10 SP -141 or destroyed during construction, coordination with KC Metro Representative, all required tests, inspections and permits. All additional materials and labor, not shown on the plans or called for herein and which are required to provide a complete and Bus Stop electrical system, shall be included in the lump sum bid price in the proposal. Bid Item No. B25 — Temporary and Permanent Signing (8-21) Measurement and payment for "Temporary and Permanent Signing" shall be per lump sum. Included in the unit bid item price shall be, but shall not necessarily be limited to: all necessary materials, labor, and equipment, furnishing and installing sign posts, post foundations, signs, and all related work as shown on the Plans and specified in the Standard Specifications and these Special Provisions. END OF DIVISION 10 City of Tukwila 65th Ave S & Southcenter Blvd Signal Improvements April 2025 Docusign Envelope ID: F540AF83-ED10-402D-90C3-839350127C15 Attachment D - Cost Breakdown Cost Breakdown for Schedule B, King Couty Metro Bus Stop Design $ 63,000.00 TO Share of Schedule B 66.16% $ 147,590.22 Metro Share of Schedule B 33.838% $ 75,483.78 Non -TIB Eligible B1+B2 $ 17,600.00 Contingency 5% $ 12,033.70 Construction Management 20% $ 48,134.80 TOTAL: 1 $ 216,252.28