Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Addendum 1 - Tukwila Interurban Ave S Overlay Construction Project Draft Specs
INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 City of Tukwila Public Works Department CONTRACT PROVISIONS FOR INTERURBAN AVENUE S OVERLAY PROJECT Project No. 82510401 Federal Aid No. NHPP 1391(004) 100% Review Submittal February 2026 Prepared for: CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Prepared by: INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 INTERURBAN AVENUE S OVERLAY PROJECT CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Tukwila City Council Members Armen Papyan - President Verna Seal Hannah Hedrick Dennis Martinez Kate Kruller Jovita McConnell Joe Torres Camacho Jane Ho City Administration Thomas McLeod, Mayor Marty Wine, City Administrator Andy Youn - Barnett, City Clerk Jen Tetatzin, P.E., Director of Public Works Interim Traffic Engineer Adam Cox, P.E. Consulting Engineer Approved for construction by: Signature Date Jen Tetatzin, P.E., Director of Public Works ________________________________________ Bryan Still, Street Department Operations Manager _________________________________ (Section 8-20 & 9-29) INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 TABLE OF CONTENTS Page Call for Bids Information for Bidders I-1 Bidding Forms Proposal P-1 Bid Schedule P-2 Local Agency Proposal Bond (WSDOT Form 272-001A) P-6 Local Agency Proposal Signature Page (WSDOT Form 272-036K) P-7 Non-Collusion Affidavit (WSDOT Form 272-036I) P-8 Responsible Bidder Determination Form P-9 Proposed Equipment and Labor Schedule P-13 Local Agency Subcontractor List (WSDOT Form 271-015) P-14 Local Agency Certification for Federal-Aid Contracts (WSDOT Form (272-040A) P-15 Bidder Questionnaire (WSDOT Form 272-022) P-16 Contractor Certification Wage Law Compliance (WSDOT Form 272-009) P-18 Contract Forms Local Agency Agreement (WSDOT Form 272-006LP) C-1 Local Agency Performance Bond (WSDOT Form 272-002) C-3 Local Agency Payment Bond (WSDOT Form 272-003) C-4 Special Provisions SP-1 Appendices A Standard Plans and Details B Federal and State Prevailing Wage Rates C Geotechnical Report D Inadvertent Discovery Plan E Standard City Forms INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 CITY OF TUKWILA CALL FOR BIDS NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Tukwila, Washington at the Office of the City Clerk, at Tukwila City Hall, 6200 Southcenter Boulevard, Tukwila, Washington 98188, up to the hour of x:xx a.m. on xx, xx xx 2026. Bids will be opened and publicly read aloud at 10:00 a.m. on that same day, xx, xx xx, 2026. Bids can be mailed to Tukwila City Hall and must be received by 9:30 a.m. the day the bids are due OR dropped off on Tuesday morning. A box will also be located outside the double doors at Tukwila City Hall near the flagpole for receipt of bids on the day of the bid opening from 8:30 a.m. to 9:30 a.m. Bids will be picked up, with the last pickup being at exactly 9:31 a.m. on xx xx, 2026 based on the Atomic Clock in the City’s Clerk’s Office. Bids will be opened and publicly read aloud, via Microsoft Teams, Meeting ID: 233 626 197 155 6 Passcode: iC3Kw6Hi or by dialing (253) 292- 9750, Conference ID#: 245 210 535# at 10:00 a.m. on xx xx, 2026 for: INTERURBAN AVENUE S OVERLAY PROJECT PROJECT NO. 82510401 The work to be performed within xx working days from the date of Notice to Proceed consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto for: The INTERURBAN AVENUE S OVERLAY PROJECT will include xxxx Proposals received later than the submittal deadline will not be accepted. The City will not be liable for delays in delivery of proposals due to handling by the U.S. Postal Service or any other type of delivery service. Faxed or emailed submittals will not be accepted. Each bid shall be in accordance with the bid documents available free of charge on-line through Builders Exchange of Washington, Inc. at http://www.bxwa.com. Click on: “bxwa.com”, “Posted Projects”; Public Works”; “City of Tukwila”, and “Project Bidding”. Bidders are encouraged to “Register as a Bidder” in order to receive automatic e-mail notification of addenda and to be placed on the “Bidders List”. This service is provided free of charge to Prime Bidders, Subcontractors and Vendors bidding this project. Contact Builders Exchange of Washington at (425) 258-1303, should you require further assistance. Informational copies of any available maps, plans, specifications, and subsurface information are on file for inspection in the office of the Tukwila City Engineer, at the Public Works Department. The City of Tukwila, as an Affirmative Action/Equal Opportunity employer, and in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. All bid proposals shall be submitted according to the Information for Bidders and be accompanied by a bid proposal deposit in the form of a cash deposit, certified or cashier's check, postal money order, or surety bond made payable to the City of Tukwila, for a sum not less than five percent (5%) of the INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 amount of such bid, including sales tax. Should the successful bidder fail to enter into such contract and furnish satisfactory payment and performance bonds within the time stated in the specifications, the bid deposit/bond shall be forfeited to the City of Tukwila. This project has a xx% FSBE Goal. The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contracts entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration for an award. The City reserves the right to reject any and all bids or waive any informalities in the bidding and make the award as deemed to be in the best interest of the City. Project Manager: David.Baus@tukwilawa.gov Published Seattle Times: xx xx, 2026, xx xxxx, 2026 and xx xx, 2026 Published Daily Journal: xx xx, 2026, xx xxxx, 2026 and xx xx, 2026 I-1 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 INFORMATION FOR BIDDERS The following supplements the information in the Call for Bids: 1. Pre-Bid Conference A pre-bid conference will not be held for this project. 2. Examination of Plans, Specifications, and Site Before submitting his bid, the Contractor shall carefully examine each component of the Bid Documents prepared for the Work and any other available supporting data so as to be thoroughly familiar with all the requirements. However, the Owner or Consulting Engineer will not assume responsibility for variations of subsoil quality or condition at locations other than places shown and at the time investigation was made (if any). The availability of this information shall not relieve the Bidder of his duty to examine the project site nor of any other responsibility under the Contract. The Bidder shall make an alert, heads-up, eyes-open reasonable examination of the project site and conditions under which the Work is to be performed, including but not limited to: current site topography, soil and moisture conditions; underground obstructions; the obstacles and character of materials which may be encountered; traffic conditions; public and private utilities; the availability and cost of labor; and available facilities for transportation, handling, and storage of materials and equipment. Failure to become familiar with the site conditions prior to the bid shall void the contractor from future claims or changes due to site conditions. See Section 1-05.14 of the Special Provisions for identification of any other work that is to be performed on or near the project site by others. 3. Property Issues – Permits, Easements, Licenses to Construct All bidders shall base their bids upon full restoration of all property within the right-of-way and easements, and wherever Bidder will have 'license to construct'. The easements and license to construct documents that have been acquired are available for inspection and review. The Bidder is advised to review the conditions of the permits, easements, and licenses to construct, as he shall be required to comply with all conditions at no additional cost to the Owner. All other permits, licenses, etc., shall be the responsibility of the Bidder. The Bidder shall comply with the requirements of each. 4. Interpretation of Bid Documents The Bidder shall promptly notify Owner of any discovered conflicts, ambiguities, or discrepancies in or between, or omissions from the Bid Documents. Questions or comments about these Bid Documents should be directed via email submission to the attention of: David Baus, David.Baus@tukwilawa.gov and Megan Eide Florsheim P.E., megan.eide@psomas.com. Questions received less than three (3) days prior to the date of bid opening may not be answered. Any interpretation or correction of the Bid Documents will be made only by addendum, and a copy of such addendum will posted to the BXWA project site for download by the prospective bidder. The Owner will not be responsible for any other explanations or interpretations of the Bid Documents. No oral interpretations of any provision in the Bid Documents will be made to any Bidder. I-2 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 5. Special Schedule Considerations/Sequencing of Work • The Contractor shall provide a minimum of 72 hours advance notice to adjacent property owners in the event that the Contractor’s operation will imped driveway access. • Contractor shall provide temporary traffic control, driveway access, safe access for pedestrians, and appropriate signing during construction • Driveways shall be accessible and usable by adjacent residents at the close of each day. • Contractor shall sequence and control work activities such that work shall not be performed at more than two work sites at any given time except as approved by the Engineer. All locations must have full coverage inspection. 6. Wages Davis-Bacon labor rates and Washington State Prevailing Wage rates apply to this project. The Owner requires strict adherence to, and will monitor compliance with, applicable wage rates. Weekly Certified Payrolls are required. All Contractors are responsible for payment of prevailing wages to all “workers employed directly upon the site of the work” under the contract. All Contractors shall provide weekly certified payroll reports that are complete and comply with State law and the conditions set out in the Contract Documents. The Contractor is also responsible for the compliance to the above requirements of all Subcontractors and Sub-Subcontractors. All contractors shall complete and provide all Owner required documentation and forms. Non-compliance with the above requirements will result in denial of the Contractor’s application for payment. No exceptions will be made. 7. State Sales Tax (see also APWA GSP 1-07.2 in Special Provisions) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax. The Contractor shall include Washington State retail sales taxes in the various unit and lump sum bid prices of the contract, in compliance with State Department of Revenue Rule 171. These retail sales taxes shall include those the Contractor pays on purchases of materials, equipment, and supplies used or consumed in doing the work. All tax payments shall be based on actual quantities used, regardless of quantities stated in the Proposal. 8. Bidding Checklist All bids shall be submitted on the exact forms provided in these Bid Documents, and listed below. Failure to submit any of these forms is grounds for rejection of the bid. The only exception is if the bidder follows the directions for Bids Submitted on Computer Printouts, following the bid proposal forms. Sealed bids for this proposal shall be submitted as specified in the Call for Bids. Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and must be clearly marked with the name and number of the project for which the bid is submitted: BID FOR INTERURBAN AVENUE S OVERLAY PROJECT All bids will remain subject to acceptance for ninety (90) days after the day of the bid opening. a. Proposal – Bidders must bid on all items contained in the Proposal. The omission or deletion of any bid item will be considered nonresponsive and shall be cause for rejection of the bid. I-3 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 b. Local Agency Proposal Signature Page (WSDOT Form 272-36K) – To be completed by bidder. c. Bid Proposal Bond (WSDOT Form 272-001A) – Bid Bond is to be executed by the Bidder and the surety company unless bid is accompanied by a cash deposit, certified or cashier's check, or postal money order. The amount of this security/bond shall be not less than five percent (5%) of the total bid, including sales tax, if applicable, and may be shown in dollars. Surety must be authorized to do business in the State of Washington, and must be on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. The Bid Security form included in these Contract Provisions MUST be used; no substitute will be accepted. If an attorney-in-fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. The deposit of the successful Bidder will be returned provided Bidder executes the Agreement, furnishes satisfactory Payment and Performance Bond covering the full amount of work, and provides evidence of insurance coverage, within ten (10) days after Notice of Award. Should Bidder fail or refuse to do so, the Bid Deposit or Bond shall be forfeited to the City of Tukwila as liquidated damages for such failure. The Owner reserves the right to retain the security of the three (3) lowest bidders until the successful Bidder has executed the Agreement and furnished the bond. d. Non-Collusion Affidavit (WSDOT Form 272-036I) – Must be filled in, signed, and notarized. e. Responsible Bidder Determination Form f. Proposed Equipment and Labor Schedule g. Proposed Subcontractors, if required h. Local Agency Certification for Federal-Aid Contracts – (WSDOT Form 272-040A) i. Bidder Questionnaire – (WSDOT Form 272-022) j. Wage Law Compliance – (WSDOT Form 272-009) Regarding forms d, e, and f, the Owner reserves the right to check all statements and to judge the adequacy of the Bidder's qualifications, and to reject Bidder as not responsible based on this information. 9. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. The Agreement and Payment and Performance Bond are included in these Bid Documents and should be carefully examined by the Bidder. a. Local Agency Agreement (WSDOT Form 272-006LP) – Two (2) copies to be executed by the successful Bidder. b. Performance Bond (WSDOT Form 272-002) – Two (2) copies to be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and I-4 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 payment of all laborers, subcontractors, suppliers, etc. The bond continues in effect at ten percent (10%) of the total price bid for one year after final acceptance of the Work. c.Payment Bond (WSDOT Form 272-003) - Two (2) copies to be executed by the successfulBidder and its surety company. This bond covers successful completion of all work andpayment of all laborers, subcontractors, suppliers, etc. The bond continues in effect at ten percent (10%) of the total price bid for one year after final acceptance of the Work. c.Certificates of Insurance – To be executed by an insurance company acceptable to theOwner, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions (APWA GSP). The Owner and Consulting Engineer retained by Owner shall be namedas "Additional Insureds" on the insurance policies. The above bid and contract documents must be executed by the Contractor's President or Vice-President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. I-5 Proposal P-1 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 PROPOSAL (unit price) Contractor's Name Contractor's State License No. City of Tukwila Project No. 82510401 Federal Aid No. NHPP 1391(004) To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled INTERURBAN AVENUE S OVERLAY PROJECT, which consists of the overlay and rehabilitation of the project limits which extend from approximately 100’ south of East Marginal Way S to100’ north of S 143rd St, approximately 2.25 miles. This includes 9 signalized intersections, 10 unsignalized intersection and numerous driveway approaches. This project also provides for upgrades to some ADA ramps and pedestrian push buttons that do not meet ADA requirements. Traffic loops within the grind and overlay limits will require replacement or upgrades to video detection. and other items necessary to complete the Work as shown on the Contract Documents; and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) bid bond or cash, cashier's check, certified check, or postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within Forty (40) working days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every working day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Proposal P -2 Item No. Spec Section Item Description Qty Unit Unit Price Amount ROADWAY 1 1-04 Unexpected Site Changes 1 FA 50,000.00$ 50,000.00$ 2 1-05 ADA Features Surveying 1 LS 3 1-05 Construction Surveying 1 LS 4 1-05 Record Drawings 1LS 5 1-07 Resolution of Utility Conflicts 1 FA 10,000.00$ 10,000.00$ 6 1-07 SPCC Plan 1LS 7 1-07 Employee Apprenticeship Program (EAP) Utilization Plan 1 LS 8 1-07 Apprenticeship Hours 200 HR 9 1-07 Apprenticeship Utilization Goal Assessment 1 CALC 10 2-01 Mobilization 1LS 11 2-04 Project Temporary Traffic Control 1 LS 12 2-04 Work Zone Safety Contingency 1 FA 13 3-01 Roadside Cleanup 1 FA 10,000.00$ 10,000.00$ 14 3-01 Clearing and Grubbing 1 LS 15 3-02 Asphalt Pavement Removal Incl. Haul 1150 SY 16 3-02 Cement Conc. Curb Removal Incl. Haul 890 LF 17 3-02 Cement Conc. Sidewalk Removal Incl. Haul 570 SY 18 3-03 Roadway Excavation Incl. Haul 400 CY 19 3-03 Unsuitable Foundation Excavation Incl. Haul 30 CY 20 4-05 Crushed Surfacing Top Course 560 TON 21 5-03 HMA Joint Seal at Bridge End 30 LF 22 5-04 Pavement Repair Excavation Incl. Haul 1350 SY 23 5-04 HMA Cl. 1/2" PG 58H-22 For Wearing Course 12260 TON 24 5-04 HMA for Pavement Repair Cl. 1/2" PG 58H-22 470 TON 25 5-04 Temporary Pavement 320 TON SCHEDULE A - ROADWAY IMPROVEMENTS 2026 Interurban Ave S Pavement Repair City of Tukwila Project No. XX Federal Aid No. NHPP 1391 (004) Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 ______________________________________________________________________________________________________________________________________ Proposal P -3 Item No. Spec Section Item Description Qty Unit Unit Price Amount 2026 Interurban Ave S Pavement Repair City of Tukwila Project No. XX Federal Aid No. NHPP 1391 (004) Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. 26 5-04 Planing Bituminous Pavement 64970 SY 27 5-04 Asphalt Cost Price Adjustment 1 CALC 15,000.00$ 15,000.00$ 28 7-03 Storm Drain Marker 71 EA 29 7-05 Adjust Storm Manhole 22 EA 30 7-05 Adjust Sewer Manhole 14 EA 31 7-05 Adjust Catch Basin 5EA 32 7-05 Rectangular Frame and Vaned Grate 70 EA 33 7-05 Rectangular Frame and Solid Metal Cover 4 EA 34 7-12 Adjust Water Valve 25 EA 35 8-01 Erosion Control and Water Pollution Prevention 1 LS 36 8-02 Topsoil Type A 2200 SY 37 8-02 Seeded Lawn Installation 2200 SY 38 8-04 Cement Conc. Traffic Curb and Gutter 730 LF 39 8-04 Precast Dual Faced Sloped Mountable Curb 160 LF 40 8-04 Cement Conc. Pedestrian Curb 470 LF 41 8-06 Cement Conc. Commercial Driveway Entrance 30 SY 42 8-10 Flexible Guide Post 3EA 43 8-13 Adjust Monument Case and Cover 15 EA 44 8-14 Cement Conc. Sidewalk 120 SY 45 8-14 Cement Conc. Curb Ramp Type Perpendicular A 3 EA 46 8-14 Cement Conc. Curb Ramp Type Parallel A 11 EA 47 8-14 Cement Conc. Curb Ramp Type Parallel B 1 EA 48 8-14 Cement Conc. Curb Ramp Type Single Direction A 9 EA 49 8-14 Cement Conc. Curb Ramp Type Combination 2 EA 50 8-14 Detectable Warning Surface 459 SF INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 ______________________________________________________________________________________________________________________________________ Proposal P -4 Item No. Spec Section Item Description Qty Unit Unit Price Amount 2026 Interurban Ave S Pavement Repair City of Tukwila Project No. XX Federal Aid No. NHPP 1391 (004) Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. 51 8-09 Raised Pavement Marker Type 2 11 EA 52 8-20 Intersection of Interurban Ave S & 58th Ave S, Signal Improvements 1 LS 53 8-20 Intersection of Interurban Ave S & 52nd Ave S, Signal Improvements 1 LS 54 8-20 Intersection of Interurban Ave S & 48TH Ave S / I-5 Off-Ramp, Signal Improvements 1 LS 55 8-20 Intersection of Interurban Ave S & SR 599 Off-Ramp, Signal Improvements 1 LS 56 8-20 Intersection of Interurban Ave S & S 133rd St / Gateway, Signal Improvements 1 LS 57 8-20 Intersection of Interurban Ave S & SR 599 On-Ramp, Signal Improvements 1 LS 58 8-22 Plastic Traffic Arrow 62 EA 59 8-22 Plastic Traffic Letter 15 EA 60 8-22 Plastic HOV Lane Symbol 840 LF 61 8-22 Plastic Stop Line 4110 SF 62 8-22 Plastic Crosswalk Line 53100 LF 63 8-22 Plastic Line 3110 LF 64 8-22 Plastic Wide Line 210 LF 65 8-22 Painted Wide Line 43340 LF 66 8-23 Temporary Pavement Markings - Long Duration 0 0 67 8-02 Property Restoration 1 FA 15,000.00$ 15,000.00$ TRAFFIC CONTROL DEVICES ROADSIDE DEVELOPMENT SCHEDULE A TOTAL $_______________________ INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 ______________________________________________________________________________________________________________________________________ Proposal P -5 Item No. Spec Section Item Description Qty Unit Unit Price Amount 2026 Interurban Ave S Pavement Repair City of Tukwila Project No. XX Federal Aid No. NHPP 1391 (004) Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. 1 8-20 Intersection of Interurban Ave S & 58th Ave S, Signal Improvements 1 LS 2 8-20 Intersection of Interurban Ave S & 52nd Ave S, Signal Improvements 1 LS 3 8-20 Intersection of Interurban Ave S & 48TH Ave S / I-5 Off-Ramp, Signal Improvements 1 LS 4 8-20 Intersection of Interurban Ave S & SR 599 Off-Ramp, Signal Improvements 1 LS 5 8-20 Intersection of Interurban Ave S & S 133rd St / Gateway, Signal Improvements 1 LS 6 8-20 Intersection of Interurban Ave S & SR 599 On-Ramp, Signal Improvements 1 LS SCHEDULE B - SIGNAL CONTROLLER CABINET UPGRADES TOTAL SCHEDULE A + B $____________________________ Note: Determination of low bidder will be based solely on the 'Total Bid'. SCHEDULE B TOTAL $_______________________ INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 ______________________________________________________________________________________________________________________________________ Proposal P-6 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 BID PROPOSAL BOND Proposal P-7 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 BID PROPOSAL SIGNATURE PAGE Proposal P-8 NON-COLLUSION DECLARATION Proposal P-9 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Address of Bidder: City State Zip Code Contractor's License No. WA State UBI No. Dept. of L&I License Bond Registration No. Worker's Comp. Acct. No. Bidder is a(n): Individual Partnership Joint Venture Incorporated in the state of If Out-of-State Corporation, has Bidder complied with WA Corporation laws? YES NO List business names used by Bidder during the past 10 years if different than above: Year Bank Reference Bank Account Officer Officer's Phone No. of regular full-time employees: Number of projects in the past 10 years completed: ___ ahead of schedule ___ on schedule ___ behind schedule Total value of contracts in hand (gross): $____________________________ Bidder has been in business continuously from Bidder has had experience in work comparable to that required for this Project: As a prime contractor for years. As a subcontractor for years. Describe the general character of work performed by your company: ____________________________________________________________________________ ____________________________________________________________________________ List major equipment anticipated for this project; state whether Contractor-owned, or if it will be rented or leased from others. ____________________________________________________ ____________________________________________________________________________ Proposal P-10 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 ____________________________________________________________________________ List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title How Long With Bidder Name the Surveyor to be used on this Project who will directly supervise all surveying activities. Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? Yes No Surveyor’s Name: ______________________________________________________________ List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous experience working with these firms, if any. Subcontractor Scope of Work No of Previous Contracts Worked with Bidder List all those projects of similar nature and size completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years’ experience working on projects of similar nature and size. Year Contract Project Name Completed Amount Owner/Reference Name and Phone Proposal P-11 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated Settlement Name of Client and Project Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? No Yes If yes, give details: Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within the past 5 years? No Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any offense that has resulted in your firm being barred from bidding or performing work for any State, Local or Federal agency? No Yes If yes, give details: Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no contest, or been convicted of any illegal restraints of trade, including collusive bidding? No Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? No Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder ever been found guilty of violating any State or Federal employment laws? No Yes If yes, give details: Proposal P-12 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? No Yes If yes, give details: Does the Bidder owe any delinquent taxes to the Washington State Department of Revenue? No Yes If yes, does the Bidder have an approved payment plan with the Washington State Department of Revenue? No Yes Has any adverse legal judgment been rendered against Bidder in the past 5 years? No Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? No Yes If yes, please state: Date Type of Injury Agency Receiving Claim Attach additional sheets as needed. The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: Date: Proposal P-13 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Labor to be used: Name of Bidder Signature of Authorized Official Title Proposal P-14 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 Proposal P-15 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 Washington State Department of Transportation Bidder Questionnaire Agency Name Federal Aid Number Prime Contractor Name Contract Number Contract Name Firm/ Subcontractor Name Address (incl. Zipcode) DBE Status Race Gender NAICS Codes Scope of Work Firm Age Firm Gross Receipts If you have additional Firms or Subcontractors that submitted Bids, please complete additional forms. Prime Contractor Representative Title Date DOT Form 272-022 Revised 09/2024 ● Previous Versions Obsolete ● Form Instructions The following information on each firm that submitted a bid is required as part of part of 49 CFR 26.11(c)(2): Firm/Subcontractor Name: Enter the name of each firm or subcontractor who submitted a quote or a bid on the contract. Address: Enter the date the main address of the firm/subcontractor. Include the zip code. DBE Status: Enter the DBE status. Options are DBE and Non-DBE. Race: Enter the race of the majority Owner. Options are “Black American”, “Hispanic American”, “Native American”, “Asian-Paci ic American”, “Subcontinent Asian American”, and “White”. N/A should only be used if there is not a majority owner such as when the Firm is a corporation. Gender: Enter the gender of the majority Owner. Options are “Female” and “Male”. N/A should only be used if there is not a majority owner such as when the Firm is a corporation. NAICS Codes: Enter the appropriate NAICS Codes for the work the bid was submitted. Scope of Work: Enter the scope of the work the bid was submitted for. Firm Age: Enter the age of the Firm. Firm Gross Receipts: Enter the annual gross receipts. Options are “Less than $1 million”, “$1-$3 million”, “$3-$6 million”, “$6-$10 million”, “$10-$20 million ”, “$20- $30.72 million ”, “Greater than $30.72 million ”. Prime Contractor Representative: The name of the person who filled out the form. DOT Form 272-022 Revised 09/2024 ● Previous Versions Obsolete ● Proposal P-18 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 Contract C-1 Contract C-2 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 PERFORMANCE BOND Contract C-3 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 PUBLIC WORKS PERFORMANCE BOND to _________________________________, WA Bond No. _________ ___________________________________________, Washington, (____________) has awarded to _______________________________________ (Principal), a Contract for the construction of the project designated as ____________________________________________, Project No. _______________, in ______________________________, Washington (Contract), and said Principal is required under the terms of that Contract to furnish a bond for performance of all obligations under the Contract. The Principal, and ______________________________________ (Surety), a corporation organized under the laws of the State of ______________________ and licensed to do business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the ________________________________, in the sum of _____________________________________________________________________________ US Dollars ($______________________________) Total Contract Amount, subject to the provisions herein. This statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal’s obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety agrees to indemnify, defend, and protect the _____________ against any claim of direct or indirect loss resulting from the failure of the Principal, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the Principal) to faithfully perform the Contract. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. The Surety agrees to be bound by the laws of the state of Washington and subjected to the jurisdiction of the state of Washington. PRINCIPAL SURETY ______________________________________ Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Local office/agent of Surety Company: Name _________________________________ Telephone _________________________________ Address ____________________________________________________________________________ Contract C-4 INTERURBAN AVENUE S OVERLAY PROJECT FEBRUARY 2026 PUBLIC WORKS PAYMENT BOND to _________________________________, WA Bond No. _________ ___________________________________________, Washington, (____________) has awarded to _______________________________________ (Principal), a Contract for the construction of the project designated as ____________________________________________, Project No. _______________, in ______________________________, Washington (Contract), and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington (RCW) and (where applicable) 60.28 RCW. The Principal and ______________________________________ (Surety), a corporation organized under the laws of the State of ______________________ and licensed to do business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to _________________________________, in the sum of _____________________________________________________________________________ US Dollars ($_______________________________) Total Contract Amount, subject to the provisions herein. This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with RCW Titles 60.28, 39.08, and 39.12 including all workers, laborers, mechanics, subcontractors, lower tier subcontractors, and material suppliers, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety agrees to indemnify, defend, and protect the ___________ against any claim of direct or indirect loss resulting from the failure of the Principal, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the Principal) to pay all laborers, mechanics, subcontractors, lower tier subcontractors materialpersons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, except as provided herein, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. The Surety agrees to be bound by the laws of the state of Washington and subjected to the jurisdiction of the state of Washington. PRINCIPAL SURETY ______________________________________ Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Local office/agent of Surety Company: Name _________________________________ Telephone _________________________________ Address ____________________________________________________________________________ SPECIAL PROVISIONS SP- i City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 SPECIAL PROVISIONS - CONTENTS INTRODUCTION TO THE SPECIAL PROVISIONS ........................................................................... 1 DIVISION 1: GENERAL REQUIREMENTS ............................................................................................ 2 DESCRIPTION OF WORK .................................................................................................................. 2 1-01 DEFINITIONS AND TERMS .................................................................................................... 2 1-01.3 Definitions ............................................................................................................ 2 1-02.1 Prequalification of Bidders ................................................................................... 4 1-02.1 Qualifications of Bidder ........................................................................................ 4 1-02.2 Plans and Specifications ...................................................................................... 4 1-02.4 Examination of Plans, Specifications and Site of Work ....................................... 4 1-02.4(1) General ................................................................................................................ 4 1-02.5 Proposal Forms .................................................................................................... 5 1-02.6 Preparation of Proposal ....................................................................................... 5 1-02.7 Bid Deposit ........................................................................................................... 6 1-02.9 Delivery of Proposal ............................................................................................. 6 1-02.10 Withdrawing, Revising, or Supplementing Proposal ............................................ 7 1-02.12 Public Opening of Proposal ................................................................................. 7 1-02.13 Irregular Proposals ............................................................................................... 8 1-02.14 Disqualification of Bidders .................................................................................... 8 1-03 AWARD AND EXECUTION OF CONTRACT ........................................................................ 11 1-03.1 Consideration of Bids ......................................................................................... 11 1-03.2 Award of Contract .............................................................................................. 11 1-03.3 Execution of Contract ......................................................................................... 11 1-03.4 Contract Bond .................................................................................................... 12 1-03.7 Judicial Review .................................................................................................. 13 1-04 SCOPE OF THE WORK ........................................................................................................ 13 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda ...................................................................................................... 13 1-04.4 Changes ............................................................................................................. 13 1-04.4(1) Unexpected Site Changes ................................................................................. 13 1-05 CONTROL OF WORK ........................................................................................................... 14 1-05.4 Conformity With and Deviations from Plans and Stakes ................................... 14 1-05.5 Tolerances ......................................................................................................... 14 1-05.7 Removal of Defective and Unauthorized Work .................................................. 14 1-05.11 Final Inspection .................................................................................................. 15 1-05.11 Final Inspections and Operational Testing ........................................................ 15 1-05.11(1) Substantial Completion Date ............................................................................. 15 1-05.11(2) Final Inspection and Physical Completion Date ................................................ 15 1-05.11(3) Operational Testing ............................................................................................ 16 1-05.13 Superintendents, Labor and Equipment of Contractor ...................................... 16 1-05.14 Cooperation with Other Contractors .................................................................. 16 1-05.14(1) Notifications Relative to Contractor's Activities .................................................. 17 1-05.15 Method of Serving Notices ................................................................................. 20 1-05.16 Water and Power ............................................................................................... 20 1-05.17 Contractor's Daily Diary ..................................................................................... 20 1-05.18 Record Drawings ................................................................................................ 21 1-06 CONTROL OF MATERIAL .................................................................................................... 23 1-06.2 Acceptance of Materials ..................................................................................... 27 1-06.2(2) Statistical Evaluation of Materials for Acceptance ............................................. 27 1-06.2(2)B Financial Incentive ............................................................................................. 27 1-06.6 Recycled Materials ............................................................................................. 27 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................... 27 1-07.1 Laws to be Observed ......................................................................................... 27 1-07.1(2) Health and Safety ............................................................................................... 28 1-07.2 State Taxes ........................................................................................................ 28 SP- ii City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1-07.2 State Sales Tax .................................................................................................. 28 1-07.2(1) State Sales Tax — Rule 171 .............................................................................. 29 1-07.2(2) State Sales Tax — Rule 170 .............................................................................. 29 1-07.2(3) Services ............................................................................................................. 29 1-07.5 Environmental Regulations ................................................................................ 29 1-07.5(8) Noise Regulations .............................................................................................. 29 1-07.6 Permits and Licenses ........................................................................................ 30 1-07.7 Load Limits ......................................................................................................... 30 1-07.8 High-Visibility Apparel ........................................................................................ 30 1-07.8(1) Traffic Control Personnel ................................................................................... 31 1-07.9 Wages ................................................................................................................ 31 1-07.9(1) General .............................................................................................................. 31 1-07.9(3) Apprentices ........................................................................................................ 31 1-07.9(5) Required Documents ......................................................................................... 36 1-07.9(5)A General .............................................................................................................. 36 1-07.11 Requirements for Nondiscrimination .................................................................. 37 1-07.11(2) Contractual Requirements ................................................................................. 56 1-07.12 Federal Agency Inspection ................................................................................ 56 1-07.16 Protection and Restoration of Property .............................................................. 56 1-07.16(1)C Private Property ................................................................................................. 56 1-07.16(2) Vegetation Protection and Restoration .............................................................. 56 1-07.17(1) Utility Construction, Removal, or Relocation by the Contractor ......................... 57 1-07.18 Insurance ........................................................................................................... 57 1-07.18(1) General Requirements ....................................................................................... 57 1-07.18(2) Additional Insured .............................................................................................. 58 1-07.18(3) Subcontractors ................................................................................................... 58 1-07.18(4) Verification of Coverage ..................................................................................... 58 1-07.18(5) Coverages and Limits ........................................................................................ 59 1-07.18(5)A Commercial General Liability ............................................................................. 59 1-07.18(5)B Automobile Liability ............................................................................................ 60 1-07.18(5)C Workers’ Compensation ..................................................................................... 60 1-07.18(5)D Excess or Umbrella Liability ............................................................................... 60 1-07.23 Public Convenience and Safety ......................................................................... 60 1-07.23(1) Construction Under Traffic ................................................................................. 60 1-07.24 Rights of Way ..................................................................................................... 60 1-08 PROSECUTION AND PROGRESS....................................................................................... 61 1-08.0 Preliminary Matters ............................................................................................ 61 1-08.0(2) Hours of Work .................................................................................................... 62 1-08.1 Subcontracting ................................................................................................... 63 1-08.1(7) Payments to Subcontractors and Lower-Tier Subcontractors ........................... 63 1-08.1(7)A Payment Reporting ............................................................................................ 63 1-08.1(7)A Vacant ................................................................................................................ 63 1-08.1(8) Required Subcontract Clauses .......................................................................... 63 1-08.1(8)B Clauses Required in Subcontracts of All Tiers .................................................. 63 1-08.1(9) Submittal of Executed Subcontracts .................................................................. 64 1-08.3 Progress Schedule ............................................................................................. 64 1-08.3(2) Progress Schedule Types .................................................................................. 64 1-08.3(2)A Type A Progress Schedule ................................................................................ 64 1-08.4 Prosecution of Work ........................................................................................... 64 1-08.4 Notice to Proceed and Prosecution of Work ...................................................... 64 1-08.5 Time for Completion ........................................................................................... 64 1-08.9 Liquidated Damages .......................................................................................... 65 1-09 MEASUREMENT AND PAYMENT ........................................................................................ 66 1-09.2(1) General Requirements for Weighing Equipment ............................................... 66 1-09.2(5) Measurement ..................................................................................................... 67 1-09.6 Force Account .................................................................................................... 67 1-09.9 Payments ........................................................................................................... 67 SP- iii City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1-09.9(1) Retainage ........................................................................................................... 68 1-09.11 Disputes and Claims .......................................................................................... 68 1-09.11(3) Time Limitation and Jurisdiction ......................................................................... 68 1-09.13 Claims Resolution .............................................................................................. 68 1-09.13(3) Claims $250,000 or Less ................................................................................... 68 1-09.13(3)A Arbitration General ............................................................................................. 68 1-09.13(4) Venue for Litigation ............................................................................................ 69 DIVISION 2: TEMPORARY FEATURES .............................................................................................. 70 2-04 TEMPORARY TRAFFIC CONTROL ..................................................................................... 70 2-04.3(1) Traffic Control Management .............................................................................. 70 2-04.3(1)B Other Traffic Control Labor ................................................................................ 71 2-04.5 Payment ............................................................................................................. 72 2-04.5(1) Lump Sum Bid for Project (No Unit Items) ......................................................... 72 DIVISION 3: EARTHWORK .................................................................................................................. 73 3-01 CLEARING, GRUBBING, and roadside cleanup ................................................................... 73 3-01.1 Description ......................................................................................................... 73 3-01.2 Disposal of Usable Materials and Debris ........................................................... 73 3-01.2(2) Disposal Method No. 2 – Waste Site ................................................................. 73 3-01.3 Construction Requirements ............................................................................... 73 3-01.3(2) Grubbing ............................................................................................................ 73 3-01.3(4) Roadside Cleanup.............................................................................................. 73 3-01.4 Contractor Furnished Material Sources ............................................................. 74 3-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ....................................................... 74 3-02.3 Construction Requirements ............................................................................... 74 3-02.3(3) Removing Pavement, Sidewalks, Curbs, and Gutters ....................................... 74 3-02.3(4) Sawcutting .......................................................................................................... 74 3-02.3(6) Asphalt Concrete Pavement Planing and Reuse ............................................... 75 3-02.4 Vacant ................................................................................................................ 75 3-02.4 Measurement ..................................................................................................... 75 3-02.5 Payment ............................................................................................................. 75 3-03 ROADWAY EXCAVATION AND EMBANKMENT ................................................................. 76 3-03.1 Description ......................................................................................................... 76 3-03.3 Construction Requirements ............................................................................... 76 3-03.3(7) Disposal of Surplus Material .............................................................................. 76 3-03.3(7)A General .............................................................................................................. 76 3-03.3(7)C Contractor-Provided Disposal Site ..................................................................... 76 3-03.3(14) Embankment Construction ................................................................................. 76 3-03.3(14)E Unsuitable Foundation Excavation .................................................................... 76 DIVISION 4: BASES .............................................................................................................................. 78 4-01 PRODUCTION FROM QUARRY AND PIT SITES ................................................................ 78 4-01.4 Contractor Furnished Material Sources ............................................................. 78 DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS .............................................................. 79 5-04 HOT MIX ASPHALT .............................................................................................................. 79 5-04.1 Description ......................................................................................................... 79 5-04.2 Materials ............................................................................................................. 79 5-04.2(1) How to Get an HMA Mix Design on the QPL ..................................................... 80 5-04.2(1)A Vacant ................................................................................................................ 80 5-04.2(2) Mix Design - Obtaining Project Approval ........................................................... 80 5-04.2(2)B Using Warm Mix Asphalt Processes .................................................................. 81 5-04.3 Construction Requirements ............................................................................... 81 5-04.3(1) Weather Limitations ........................................................................................... 81 5-04.3(2) Paving Under Traffic .......................................................................................... 81 5-04.3(3) Equipment .......................................................................................................... 82 5-04.3(3)A Mixing Plant ........................................................................................................ 82 SP- iv City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 5-04.3(3)B Hauling Equipment ............................................................................................. 82 5-04.3(3)C Pavers ................................................................................................................ 83 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle ...................................... 83 5-04.3(3)E Rollers ................................................................................................................ 84 5-04.3(4) Preparation of Existing Paved Surfaces ............................................................ 84 5-04.3(4)A Crack Sealing ..................................................................................................... 85 5-04.3(4)B Vacant ................................................................................................................ 85 5-04.3(4)C Pavement Repair ............................................................................................... 85 5-04.3(5) Producing/Stockpiling Aggregates and RAP ..................................................... 85 5-04.3(5)A Vacant ................................................................................................................ 85 5-04.3(6) Mixing ................................................................................................................. 85 5-04.3(7) Spreading and Finishing .................................................................................... 86 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA ....................................... 86 5-04.3(9) HMA Mixture Acceptance .................................................................................. 86 5-04.3(9)A Vacant ................................................................................................................ 88 5-04.3(9)B Vacant ................................................................................................................ 88 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation ................................................ 88 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots ........................................ 88 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling ....................................................... 88 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing ................................... 88 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors ................................................ 88 5-04.3(9)C5 Vacant ................................................................................................................ 89 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments ...................................... 89 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests ....................................................... 89 5-04.3(9)D Mixture Acceptance – Commercial Evaluation .................................................. 89 5-04.3(10) HMA Compaction Acceptance ........................................................................... 90 5-04.3(10)A HMA Compaction – General Compaction Requirements .................................. 91 5-04.3(10)B HMA Compaction - Cyclic Density ..................................................................... 91 5-04.3(10)C Vacant ................................................................................................................ 91 5-04.3(10)D HMA Nonstatistical Compaction ........................................................................ 91 5-04.3(10)D1 HMA Nonstatistical Compaction - Lots and Sublots ..................................... 91 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing .............. 92 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments .................................. 92 5-04.3(11) Reject Work ........................................................................................................ 92 5-04.3(11)A Reject Work General .......................................................................................... 92 5-04.3(11)B Rejection by Contractor ..................................................................................... 92 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) .......................................... 92 5-04.3(11)D Rejection - A Partial Sublot ................................................................................ 92 5-04.3(11)E Rejection - An Entire Sublot ............................................................................... 93 5-04.3(11)F Rejection - A Lot in Progress ............................................................................. 93 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) ............................................ 93 5-04.3(12) Joints .................................................................................................................. 93 5-04.3(12)A HMA Joints ......................................................................................................... 93 5-04.3(12)A1 Transverse Joints .......................................................................................... 93 5-04.3(12)A2 Longitudinal Joints ......................................................................................... 93 5-04.3(12)B Bridge Paving Joint Seals ................................................................................. 93 5-04.3(13) Surface Smoothness .......................................................................................... 94 5-04.3(14) Planing (Milling) Bituminous Pavement ............................................................. 94 5-04.3(14)A Pre-Planing Metal Detection Check ................................................................... 95 5-04.3(14)B Paving and Planing Under Traffic ...................................................................... 95 5-04.3(14)B1 General .......................................................................................................... 95 5-04.3(14)B2 Submittals - Planing Plan and HMA Paving Plan .......................................... 96 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing ............................................................ 97 5-04.3(15) Sealing Pavement Surfaces ............................................................................... 98 5-04.3(16) HMA Road Approaches ..................................................................................... 98 5-04.4 Measurement ..................................................................................................... 98 5-04.5 Payment ............................................................................................................. 98 SP- v City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS ................................................................................................................................. 100 7-00 GENERAL MATTERS .......................................................................................................... 100 7-00.1 General ............................................................................................................ 100 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ............................................... 100 7-05.1 Description ....................................................................................................... 100 7-05.2 Materials ........................................................................................................... 100 7-05.4 Measurement ................................................................................................... 100 7-05.5 Payment ........................................................................................................... 101 7-12 VALVES FOR WATER MAINS ............................................................................................ 101 7-12.3 Construction Requirements ............................................................................. 101 7-12.4 Measurement ................................................................................................... 102 7-12.5 Payment ........................................................................................................... 102 DIVISION 8: MISCELLANEOUS CONSTRUCTION .......................................................................... 103 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ........................................... 103 8-01.2 Materials ........................................................................................................... 103 8-01.3 Construction Requirements ............................................................................. 103 8-01.3(9)D Inlet Protection ................................................................................................. 103 8-01.3(16) Removal ........................................................................................................... 104 8-01.3(17) Suspension of Work ......................................................................................... 104 8-02 ROADSIDE RESTORATION ............................................................................................... 104 8-02.3(4)A Topsoil Type A ................................................................................................. 104 8-02.3(17) Property Restoration ........................................................................................ 104 8-04 CURBS, GUTTERS, AND SPILLWAYS .............................................................................. 105 8-04.1 Description ....................................................................................................... 105 8-04.3 Construction Requirements ............................................................................. 105 8-04.4 Measurement ................................................................................................... 105 8-04.5 Payment ........................................................................................................... 105 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL ....................................................................................................... 105 8-20.1 Description ....................................................................................................... 105 8-20.1(1) Regulations and Code ..................................................................................... 106 8-20.1(3) Permitting and Inspection ................................................................................ 107 8-20.1(4) Restriction of Schedule of Work ....................................................................... 107 8-20.1(5) Warranties ........................................................................................................ 107 8-20.1(6) Errors and Omissions....................................................................................... 108 8-20.2 Materials ........................................................................................................... 108 8-20.2(1) Equipment List and Drawings .......................................................................... 108 8-20.3 Construction Requirements ............................................................................. 109 8-20.3(1) General ............................................................................................................ 109 8-20.3(2)A Errors and Trench and backfill ......................................................................... 110 8-20.3(4) Foundations ..................................................................................................... 111 8-20.3(5) Conduit ............................................................................................................. 111 8-20.3(5)F Damaged or Blocked Conduits ........................................................................ 112 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes ................................................ 112 8-20.3(8) Wiring ............................................................................................................... 113 8-20.3(9) Bonding, Grounding ......................................................................................... 114 8-20.3(11) Testing ............................................................................................................. 115 8-20.3(14) Signal Systems ............................................................................................... 117 8-20.3(14)A Signal Controllers ............................................................................................ 117 8-20.3(14)B Signal Heads ................................................................................................... 118 8-20.3(14)E Signal Standards ............................................................................................. 118 8-20.3(14)F Pedestrian Push Button Assemblies ............................................................... 119 8-20.3(14)G Vehicle Detection System ............................................................................... 119 8-20.3(14)H PTZ Camera System....................................................................................... 119 SP- vi City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 8-20.3(14)I Wireless Interconnect System ......................................................................... 120 8-20.3(14)J Fiber Optic Equipment .................................................................................... 120 8-20.3(14)J1 Fiber Optic Patch Panels ................................................................................. 120 8-20.3(14)J2 Fiber Optic Cable Labeling .............................................................................. 120 8-20.3(14)J3 Fiber Optic Connectors .................................................................................... 121 8-20.3(17) “As-Built” Plans ................................................................................................ 121 8-20.4 Measurement ................................................................................................... 121 8-20.5 Payment ........................................................................................................... 122 9-29 ILLUMINATION, SIGNAL, ELECTRICAL ............................................................................ 124 9-29.1(12) Directional Boring ............................................................................................. 124 9-29.1 Junction Boxes, Cable Vaults, and Pull Boxes ................................................ 124 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable ...................................... 124 9-29.3(1) Fiber Optic Cable ............................................................................................. 124 9-29.3(2)J Ethernet Cable ................................................................................................ 125 9-29.6(1) Steel Lights and Signal Standards .................................................................. 125 9-29.13 Control Cabinet Assemblies ............................................................................ 126 9-29.13(3) Traffic Signal Controller .................................................................................. 126 9-29.13(4) Traffic Signal Controller Software ................................................................... 127 9-29.13(10)A Auxiliary Equipment for NEMA Controllers ...................................................... 128 9-29.13(10)C NEMA Controller Cabinets ............................................................................... 129 9-29.16 Vehicular Signal Heads, Displays, and Housing .............................................. 138 9-29.18(3) Video Detection System ................................................................................... 139 9-29.19 Pedestrian Pushbuttons ................................................................................... 139 9-29.26 Pan Tilt Zoom (PTZ) Camera Systems ............................................................ 140 9-29.27 Wireless Interconnect System ......................................................................... 141 SP-1 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 WSDOTGSP) (May 1, 2013 Tukwila GSP) Agency Special Provision 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. 10/2025. 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 Division 1 SP-2 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 DIVISION 1: GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the overlay and rehabilitation of the project limits which extend from approximately 100’ south of East Marginal Way S to100’ north of S 143rd St, approximately 2.25 miles. This includes 9 signalized intersections, 10 unsignalized intersection and numerous driveway approaches. This project also provides for upgrades to some ADA ramps and pedestrian push buttons that do not meet ADA requirements. Traffic loops within the grind and overlay limits will require replacement or upgrades to video detection. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 19, 2022 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Division 1 SP-3 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. 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. Division 1 SP-4 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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) Replacement 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 (January 24, 2011 APWA GSP) Replacement Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 1 Furnished automatically upon award. Contract Provisions 3 Furnished automatically upon award. Large plans (e.g., 22" x 34") 1 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense. 1-02.4 Examination of Plans, Specifications and Site of Work 1-02.4(1) General (January 19, 2022 APWA GSP Option B) Modification The first sentence of the ninth paragraph, beginning with “Any prospective Bidder desiring…”, is revised to read: Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Division 1 SP-5 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1-02.5 Proposal Forms (November 25, 2024 APWA GSP) Replacement Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; 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 (November 4, 2025 WSDOT GSP OPT 7) Supplement Section 1-02.6 is supplemented with the following: Bidder Questionnaire The Bidder shall submit with their Bid a Bidder Questionnaire form (WSDOT Form #272-022). This shall be filled out for each firm who submitted a bid or quote in attempt to participate in the project whether they were successful or not and include the following information: 1. Firm name; 2. Firm address including ZIP code; 3. Firm’s status as a DBE or non-DBE; 4. NAICS code applicable to each scope of work the firm sought to perform in its bid; 5. Age of the firm; and 6. The annual gross receipts of the firm. The Bidder may obtain this information by asking each firm to indicate into what gross receipts bracket they fit (less than $1 million; $1-3 million; $3-6 million; $6-10 million; $10-20 million; $20-30.72 million; or greater than $30.72 million) rather than requesting an exact figure from the firm. This form shall be received at the same location and no later than the time required for the delivery of the Proposal. Failure to comply with this requirement will cause this Bid to be considered irregular in accordance with Section 1-02.13. The Contractor may correct errors to items 2 through 6 above on the Bidder Questionnaire form for a period up to 48 hours after bid opening. Bidder Questionnaire forms that are still incorrect after the correction period will be determined irregular. New Firm/Subcontractors may not be added to the form during the correction period. A Bidder Questionnaire form that fails to list a Firm/Subcontractor that appears on a different form will be considered irregular in accordance with Section 1-02.13. Division 1 SP-6 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 (June 11, 2025 APWA GSP 1-02.6, Option C) Revision The fourth paragraph of Section 1-02.6 is revised to read: Subcontractor’s List The Bidder shall submit with the Bid the completed Subcontractor List included in the Contracting Agency Proposal Package. If a Subcontractor List Form is not included in the package, use DOT Form 271-015LP. The Form shall contain the following: 1. Subcontractors who will perform the work of structural steel installation, rebar installation, heating, ventilation, air conditioning, and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, 2. The Work those subcontractors will perform on the Contract and the proof of license when required as described in RCW 39.30.060; and 3. No more than one subcontractor for each category of work identified, except, when subcontractors vary with Bid alternates, in which case the Bidder shall identify which subcontractor will be used for which alternate. 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. 1-02.9 Delivery of Proposal (November 21, 2025 APWA GSP, Option A) Replacement Delete this section and replace it with the following: Division 1 SP-7 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 GENERAL Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. Proposals that are received as required will be publicly opened and read as specified in Section 1- 02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any “Supplemental Information” that is received after the time specified, or received in a location other than that specified in the Call for Bids. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. Supplemental bid information submitted after the Proposal submittal but within 48 hours of the time and date the Proposal is due, shall be submitted in a sealed envelope labeled the same as for the Proposal, with “Supplemental Information” added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. 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 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposal Section 1-02.12 is supplemented with the following: (October 3, 2022 WSDOT GSP) Supplement Date of Opening Bids Division 1 SP-8 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Proposals will be received by in-person delivery or by courier at the Public Works reception desk located at the *** $$2$$ *** on the Bid opening day The bid opening date for this project is *** $$1$$ ***. Bids received will be publicly opened and read after 11:00:59 A. M. Pacific Time on this date. 1-02.13 Irregular Proposals (November 21, 2025 APWA GSP) Replacement Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The Bidder adds provisions reserving the right to reject or accept the Award, or enter into the Contract; c. A price per unit cannot be determined from the Bid Proposal; d. The Proposal form is not properly executed; e. The Bidder fails to submit or properly complete a subcontractor list as required in Section 1-02.6; f. The Bidder fails to submit the Bidder Questionnaire, 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 g. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. The authorized Proposal Form furnished by the Contracting Agency is not used or is altered; d. The completed Proposal form contains unauthorized additions, deletions, alternate Bids, or conditions; e. Receipt of Addenda is not acknowledged; f. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or g. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option B) Replacement Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; 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. Division 1 SP-9 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1. 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. 2. 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). 3. 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. 4. Claims Against Retainage and Bonds 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. Division 1 SP-10 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 5. 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. . 7. 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 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) Division 1 SP-11 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (December 30, 2022 APWA GSP) Modification Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 Award of Contract (Special Provision) Supplement The first sentence of Section 1-03.2 is revised to read: 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 Division 1 SP-12 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Modification Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and Division 1 SP-13 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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) Modification Revise this section to read: All decisions made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF 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 (Special Provision) Replacement Delete this section (including title) and replace it with the following: 1-04.4(1) Unexpected Site Changes 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 Division 1 SP-14 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes (April 22, 2025 APWA GSP, Option D) 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 Measurements 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. Payment Payment will be made for the following bid item that is included in the Proposal: “ADA Feature Surveying”, Lump Sum. The lump sum Contract price for “ADA Feature Surveying” shall be full pay for all the Work as specified. In the instance where an ADA feature does not meet accessibility requirements, all work to replace non-compliant work and then to measure, record the measurements, and transmit the electronic forms to the Engineer shall be completed at no additional cost to the Contracting Agency. 1-05.5 Tolerances 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, Division 1 SP-15 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. 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 Division 1 SP-16 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Modification Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP) Section 1-05.14 is supplemented with the following: Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: *** $$1$$*** (Special Provision) Supplement Supplement this section with the following: Division 1 SP-17 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 Energy/Gas Val Vue Sewer District Puget Sound Energy/Power King County (Transit and Sewer) Comcast Cable Services Water District 125 City of Tukwila Highline Water District CenturyLink Communications Seattle Public Utilities Seattle City Light Washington State Department of Transportation (WSDOT) 1-05.14(1) Notifications Relative to Contractor's Activities (Special Provision) New Add the following new subsection: The Contractor shall give written notification to the Engineer, to all impacted 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 • 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 city services are supplied for the Contractor's use and convenience. Division 1 SP-18 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Valley Communications Center (operates 911 for South King County) (253) 372-1300 Puget Sound Regional Fire Authority For Fire Marshal Issues use: Email: FirePrevention@PugetSoundFire.org For Road Closures due to Construction use: Email: Fire@PugetSoundFire.org & CRojas-Kramer@PugetSoundFire.org 24611 116th Ave SE, Kent WA 98030 Telephone: (253) 856-4300 City of Tukwila Police Department Telephone: (206) 433-1808 Fax: (206) 244-6181 Email: police@tukwilawa.gov 6200 Southcenter Boulevard Tukwila, Washington 98188 City of Tukwila Maintenance Shops Attn: Cody Lee Gray Email: cody.gray@tukwilawa.gov For Tukwila Owned Utilities: Attn: Bryan Still, Operations Manager Telephone: (206) 433-1863 Fax: (206) 575-3404 600 Minkler Boulevard Tukwila, Washington 98188 Tukwila School District Attn: Susie Kelly, Director of Transportation kellys@tukwila.wednet.edu> Telephone: 206-901-8051 Utilities Underground Location Center 1-800-424-5555 King County Water Pollution Control Division Attn: Mr. Mark Lampard, MS KSC-NR-0503 Telephone: (206) 477-5414 FAX: (206) 684-1710 Email: mark.lampard@kingcounty.gov 201 S. Jackson St Seattle, Washington 98104-3855 King County/ Metro Transit Attn: Construction Information Center Telephone: (206) 477-1140 Email: construction.coord@kingcounty.gov 1270 - 6th Avenue S, MS-QS Seattle, Washington 98134 United States Postal Service Delivery Manager for 98168/98178 Telephone: (206) 242-3522 Seattle City Light Attn: Delcina Lal Delcina.Lal@seattle.gov Telephone: (206)-684-7674 CC Diane.Smith@seattle.gov Puget Sound Energy 24 Hour Call-Out Telephone: (206) 464-1999 805 156th NE Bellevue, Washington 98007 Puget Sound Energy Attn: john.klippert@pse.com CC Nirhmala.Lucas@pse.com Erika.Hunter@pse.com jerry.halsen@pse.com CenturyLink Attn: Narra Lam narra.lam@lumen.com CC Paula.Elsaeed@lumen.com Comcast Cable Services Attn: Kyle Kinney Kyle_Kinney@comcast.com CC Daryl_Taylor@comcast.com Division 1 SP-19 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Water District No. 125 Attn: Dylan Bailey, Superintendent Telephone: (206) 242-9547 Cell: (206) 396-9411 Email: dylanbailey@waterdistrict125.com 3460 S. 148th St. STE. 110 Tukwila, Washington 98168 Valley View Sewer District Attn: Josh Bunn, Maintenance Superintendent Telephone: (206) 242-3236 Cell: (206) 255-2473 Email: joshb@valleyviewsewer.org CC andrewl@valleyviewsewer.org benjaming@valleyviewsewer.org luism@valleyviewsewer.org 3460 S. 148th St. STE. 100 Tukwila, Washington 98168 Level 3 Attn: Seth Dwyer, OSP Engineer, NW Division Seth.Dwyer@level3.com Telephone: (206) 652-5624, c (206) 330-6440 1000 Denny Way Seattle, Washington 98109 Integra Telecom Attn: Bob Knight (Bob.knight@integratelecom.com) Telephone: (425) 970-7764 700 SW 39th St., Suite 200, Renton, Washington 98057 Also: Eric Clayton, Senior OSP Engineer Eric.clayton@integratelecom.com Verizon Business Attn: Scott Christenson (scott.christenson@verizon.com) Telephone: (425) 636-6046 If unavailable, contact: Brad Landis (brad.landis@verizon.com) Telephone: (425) 201-0901, c. (425) 766-1740 TW Telecom (formerly Time Warner) Attn: Kevin Whitmore (Kevin.whitmore@twtelecom.com) Telephone: (206) 676-8005, c. (206) 396-0794 223 N Taylor Ave, Suite 250 Seattle, Washington 98109 XO Communications Attn: Al Bendix (al.bendix@xo.com) Telephone: (206) 315-6378 100 Denny Way, Suite 200 Seattle, Washington 98109 Zayo (Communications) Rafael Soto Rafael.Soto@cobbfendley.com CC zayo.relo.washington@zayo.com Amanda.Fisk@Cobbfendley.com Seattle Public Utilities (Water/Drainage) Scott Pawling 206-386-1804 scott.pawling@seattle.gov CC joseph.herold@seattle.gov WSDOT NW Region Traffic Signal Maintenance Attn: John Merriman Telephone: (206) 764-4010, c. (206) 799-7005 P.O. Box 33010 Seattle, Washington 98133-9710 WSDOT Maintenance/Area 5 (I5 n/o 178th & SR599) Attn: Phil George Telephone: (425) 822-4161 10833 Northrup Way NE Bellevue, Washington 98004 WSDOT Maintenance/Area 4 (I5 s/o 178th & SR518) Attn: Don Komac Telephone: (253) 872-6470 26620 68th Avenue S Kent, Washington 98032 Union Pacific Railroad Attn: Mario Ortegon Telephone: (503) 249-2323 1619 N. River Street Portland, Oregon 97227 Burlington Northern Railroad Attn: John Li, Public Projects Telephone: (206) 625-6146 2454 Occidental Ave S, Suite 1A Seattle, Washington 98134-1451 Division 1 SP-20 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Boeing Company - Thompson Site Attn: John Watkins, Maintenance Manager Telephone: (206) 650-6635 8701 East Marginal Way S. Tukwila, Washington 98108 Boeing Company Attn: Arlen Bradley, Maintenance Manager Duwamish Customer Service Center Telephone: (206) 898-7882 11-14 Bldg., 11201 International Blvd Tukwila, Washington 98108 Boeing Company - Plant 2 Attn: John Watkins, Maintenance Manager Telephone: (206) 650-6635 7775 East Marginal Way S. Tukwila, Washington 98108 1-05.15 Method of Serving Notices (January 4, 2024 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be served and directed to the Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be written in paper format, hand delivered or sent via certified mail delivery service with return receipt requested to the Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (October 1, 2005 APWA GSP) New Add the following new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-05.17 Contractor's Daily Diary (Special Provision) New Add the following new section: 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. Division 1 SP-21 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 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 in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or his or her 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. Division 1 SP-22 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 • 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: Vertical Horizontal As-built sanitary & storm invert and grate elevations ± 0.01 foot ± 0.01 foot As-built monumentation ± 0.001 foot ± 0.001 foot As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot 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: • 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 (Minimum Bid $ $$1$$) Lump Sum 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. Division 1 SP-23 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 (April 22, 2025 APWA GSP) Section 1-06 is supplemented with the following: Patented/Proprietary Items The Contracting Agency has specified patented/proprietary items, some of which contain foreign steel and/or iron. The contractor shall be made aware that the total value of the foreign steel associated with the patented/proprietary items is $$1$$ and will apply toward the minor amounts of foreign steel and iron allowed herein. Section 1-06 is supplemented with the following: Buy America Requirements (October 1, 2025 WSDOT GSP OPT A) Supplement General Requirements In accordance with Buy America requirements contained in 23 CFR 635.410 and 2 CFR 184, the following materials must be produced in the United States: 1. All Iron or Steel Products used in the project. This means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. 2. All Manufactured Products used in the project. This means the manufactured product was manufactured (final assembly) in the United States. 3. All Construction Materials used in the project. This means that all manufacturing processes for the construction material occurred in the United States. An article, material, or supply will be classified in one of four categories: 1) Iron or Steel Product, 2) Manufactured Product, 3) Construction Material, or 4) Excluded Material. Only a single category will apply to an item except as follows: 1. With respect to precast concrete products that are classified as Manufactured Products, the components of precast concrete products that consist wholly or predominantly of iron, steel, or combination of both shall meet the requirements for and be tracked as an Iron or Steel Product. The item shall also meet the requirements for and be tracked as a Manufactured Product. 2. With respect to intelligent transportation systems and other electronic hardware systems that are classified as Manufactured Products, the cabinets or other enclosures of such systems that consist wholly or predominantly of iron, steel, or a combination of both, shall meet the requirements for and be tracked as an Iron or Steel Products. The item shall also meet the requirements for and be tracked as a Manufactured Product. Some contract items are composed of multiple parts that may fall into different categories. Individual components will be categorized as a Construction Material, a Manufactured Product, an Iron or Steel Product, or an excluded material based on their composition when they arrive at the staging area or work site. Definitions Division 1 SP-24 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1. Construction Material: Defined as any article, material, or supply brought to the construction site for incorporation into the final product. Construction materials include an article, material, or supply that is or consists primarily of: a. Non-ferrous metals including all manufacturing processes, from initial smelting or melting through final shaping, coating, and assembly; b. Plastic and polymer-based products including all manufacturing processes, from initial combination of constituent plastic or polymer-based inputs, or, where applicable, constituent composite materials, until the item is in its final form); c. Glass including all manufacturing processes, from initial batching and melting of raw materials through annealing, cooling, and cutting); d. Fiber optic cable (includes drop cable) including all manufacturing processes, from initial ribboning (if applicable), through buffering, fiber stranding and jacketing, (fiber optic cable also includes the standards for glass and optical fiber); e. Optical fiber including all manufacturing processes, from the initial preform fabrication stage, though the completion of the draw; f. Lumber including all manufacturing processes, from initial debarking through treatment and planing; g. Drywall including all manufacturing processes, from initial blending of mined or synthetic gypsum plaster and additives through cutting and drying of sandwiched panels; or h. Engineered wood including all manufacturing processes from the initial combination of constituent materials until the wood product is in its final form. i. If a Construction Material is not manufactured in the United States it shall be considered a Foreign Construction Material. 2. Excluded Material: A material where Buy America requirements do not apply. This includes the following: a. Materials excluded by Section 70917(c) of the Buy America, Build America Act with respect to aggregates this includes cement and cementitious materials, aggregates such as stone, sand, or gravel or aggregate binding agents or additives. These materials shall be classified as excluded materials based on the composition when brought to the work site. It also includes combinations of these excluded materials when mixtures of Excluded Materials are delivered to the work site without final form for incorporation into the project (i.e. wet concrete and HMA). If they are formed prior to delivery, they are a Manufactured Product and not an Excluded Material. b. Temporary materials that are not being permanently incorporated into the project. c. Raw or minimal processed materials where the article, material, or supply does not fall into any of the categories, as it is not a Manufactured Product, an Iron or Division 1 SP-25 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Steel Product, or a Construction Material and when these materials are delivered to the work site without final form for incorporation into the product (i.e. seed mix and topsoil). If they are formed prior to delivery, and are not an Iron or Steel Product or a Construction Material, they are a Manufactured Product and not an Excluded Material. 3. Iron or Steel Product: An article, material, or supply that consist of wholly or predominantly of iron or steel or a combination of both. To be considered predominantly of iron or steel or a combination of both means that the cost of the iron and steel content exceeds 50 percent of the total cost of all its components. The cost of iron and steel is based on a good faith estimate of the cost of the iron or steel components. 4. Manufactured Product: A Manufactured Product includes any item produced as a result of the manufacturing process. Items that should be treated as a manufactured product (rather than a construction material) are: 1) items that consist of two or more of the listed construction materials that have been combined together through a manufacturing process, and 2) items that include at least one of the listed construction materials as defined above, combined with a material that is not listed through a manufacturing process. If a product is not an Iron or Steel Product, a Construction Material, or an Excluded Material, it is a Manufactured Product. If a Manufactured Material is not manufactured in the United States, it shall be considered a Foreign Manufactured Product. 5. United States: To further define the coverage, a domestic product is a manufactured steel construction material that was produced in one of the 50 states, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. Iron or Steel Product Requirements Iron or Steel Products that are permanently incorporated into the project shall consist of American-made materials only. Buy America requirements do not apply to temporary steel or iron items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. If domestically produced steel billets or iron ingots are exported outside of the United States, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Division 1 SP-26 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Due to a nationwide waiver, Buy America requirements do not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron ore processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products: a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for all iron or steel products prior to such items being incorporated into the permanent work. The Contractor will not receive payment until the certification is received by the Engineer. The certification shall be on WSDOT Form 350-109 provided by the Engineer, or such other form approved by the Contracting Agency, provided it contains the same information as WSDOT Form 350-109. Manufactured Products and Construction Material Requirements A Contractor provided certification of materials origin will be required before each progress estimate or payment. The Contractor will not receive payment until the certification is received by the Engineer. The Contractor shall certify that all Manufactured Products and all Construction Materials installed during the current progress estimate period meet the Buy America requirements. The certification shall be on WSDOT Form 350-108 provided by the Engineer, or such other form approved by the Contracting Agency, provided it contains the same information as WSDOT Form 350-108. Iron or Steel Products in a Manufactured Product In addition to providing the certification of materials origin for the Manufactured Product, the iron or steel products in a manufactured product are subject to the Buy America requirements as follows: When a precast concrete product is classified as a Manufactured Product, the components that are an Iron or Steel Product shall follow the “Iron or Steel Requirements” of this Specification. When an electronic hardware system such as an intelligent transportation system is classified as a Manufactured Product, the cabinets and the other enclosures of such systems that are an Iron or Steel Product shall follow the “Iron or Steel Requirements” of this Specification. Waiver for De Minimis Costs Minor amounts of Foreign Construction Materials and Foreign Manufactured Products may be utilized in this project, provided that the total cost of the Foreign Construction Materials and Foreign Manufactured Products does not exceed $1,000,000 and does not exceed 5 percent of the total applicable material costs calculated as follows: Division 1 SP-27 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 𝑇𝑇𝑇𝑇𝑇𝑇𝑇𝑇𝑇𝑇 𝑐𝑐𝑇𝑇𝑐𝑐𝑇𝑇 𝑇𝑇𝑜𝑜 𝐹𝐹𝑇𝑇𝐹𝐹𝐹𝐹𝐹𝐹𝐹𝐹𝐹𝐹 𝐶𝐶𝑇𝑇𝐹𝐹𝑐𝑐𝑇𝑇𝐹𝐹𝐶𝐶𝑐𝑐𝑇𝑇𝐹𝐹𝑇𝑇𝐹𝐹 𝑀𝑀𝑇𝑇𝑇𝑇𝐹𝐹𝐹𝐹𝐹𝐹𝑇𝑇𝑇𝑇𝑐𝑐+𝑇𝑇𝑇𝑇𝑇𝑇𝑇𝑇𝑇𝑇 𝑐𝑐𝑇𝑇𝑐𝑐𝑇𝑇 𝑇𝑇𝑜𝑜 𝐹𝐹𝑇𝑇𝐹𝐹𝐹𝐹𝐹𝐹𝐹𝐹𝐹𝐹 𝑀𝑀𝑇𝑇𝐹𝐹𝐶𝐶𝑜𝑜𝑇𝑇𝑐𝑐𝑇𝑇𝐶𝐶𝐹𝐹𝐹𝐹𝑀𝑀 𝑃𝑃𝐹𝐹𝑇𝑇𝑀𝑀𝐶𝐶𝑐𝑐𝑇𝑇𝑐𝑐𝑇𝑇𝑇𝑇𝑇𝑇𝑇𝑇𝑇𝑇 𝑇𝑇𝑎𝑎𝑎𝑎𝑇𝑇𝐹𝐹𝑐𝑐𝑇𝑇𝑎𝑎𝑇𝑇𝐹𝐹 𝑚𝑚𝑇𝑇𝑇𝑇𝐹𝐹𝐹𝐹𝐹𝐹𝑇𝑇𝑇𝑇 𝑐𝑐𝑇𝑇𝑐𝑐𝑇𝑇𝑐𝑐 The total applicable material costs shall be the sum of the costs of all Construction Materials, all Iron or Steel Products, and all Manufactured Products. Total applicable material costs does not include Excluded Materials. 1-06.2 Acceptance of Materials 1-06.2(2) Statistical Evaluation of Materials for Acceptance 1-06.2(2)B Financial Incentive (January 4, 2024 AWPA GSP) Replacement Replace the first sentence of this Section with the following: The maximum Composite Pay Factor shall be 1.00. 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. 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 Supplement this section with the following: Recycled concrete CSTC shall not be used in areas 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 Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor’s Division 1 SP-28 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 care persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site. 1-07.1(2) Health and Safety Section 1-07.1(2) is supplemented with the following: (April 3, 2006 WSDOT GSP) Supplement Confined Space Confined spaces are known to exist at the following locations: *** $$1$$ *** The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractor’s Confined Space program shall be sent to the Contracting Agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency’s and Contractor’s workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) 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. 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. Division 1 SP-29 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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). 1-07.5 Environmental Regulations 1-07.5(8) Noise Regulations (Special Provision) New Add the following new subsection: 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 Engineer's office. (August 3, 2009 WSDOT GSP) Payment All costs to comply with this special provision for the environmental commitments and requirements are incidental to the contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the associated bid prices of the contract. Division 1 SP-30 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1-07.6 Permits and Licenses (Special Provisions) Supplement Supplement this section with the following: The construction permit documents that have been acquired by the Contracting Agency are available for inspection and review at Engineer’s office. Contractor shall comply with all conditions of the permits, 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 construction permit area(s). 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, 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. Section 1-07.6 is supplemented with the following: (January 2, 2018 WSDOT GSP) Supplement The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the permit(s) is attached as an appendix for informational purposes. Copies of these permits, including a copy of the Transfer of Coverage form, when applicable, are required to be onsite at all times. Contact with the permitting agencies, concerning the below-listed permit(s), shall be made through the Engineer with the exception of when the Construction Stormwater General Permit coverage is transferred to the Contractor, direct communication with the Department of Ecology is allowed. The Contractor shall be responsible for obtaining Ecology’s approval for any Work requiring additional approvals (e.g. Request for Chemical Treatment Form). The Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable Bid items for the Work involved. *** $$1$$ *** 1-07.7 Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995 WSDOT GSP) Supplement If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.8 High-Visibility Apparel The third and fourth paragraphs of Section 1-07.8 are revised to read: (November 4, 2024 WSDOT GSP) Revision Division 1 SP-31 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 High-visibility garments shall always be the outermost garments worn in a manner to ensure 360 degrees of uninterrupted background and retroreflective material encircling the torso. High-visibility garments shall be labeled as, and in a condition compliant with the ANSI/ISEA 107-2015 publication entitled “American National Standard for High-Visibility Safety Apparel and Accessories,” or equivalent revisions. 1-07.8(1) Traffic Control Personnel Section 1-07.8(1) is revised to read: (November 4, 2024 WSDOT GSP) Revision All personnel performing the Work described in Section 1-10 (including traffic control supervisors, flaggers, and others performing traffic control labor of any kind) shall comply with the following: 1. During daylight hours with clear visibility, workers shall wear a high-visibility ANSI/ISEA 107 Type R Class 2 or 3 garment with background material that are fluorescent yellow- green, fluorescent orange-red, or fluorescent red in color; and a high visibility hardhat that is white, yellow, yellow-green, orange, or red in color; and 2. During hours of darkness (½ hour before sunset to ½ hour after sunrise) or other low- visibility conditions (snow, fog, etc.), workers shall wear a high-visibility ANSI/ISEA 107 Type R Class 2 or 3 garment with background material that are fluorescent yellow-green, fluorescent orange-red, or fluorescent red in color; a high-visibility lower garment meeting ANSI/ISEA 107 Class E, and a high visibility hardhat marked with at least 12 square inches of retroreflective material applied to provide 360 degrees of visibility. 1-07.9 Wages 1-07.9(1) General Section 1-07.9(1) is supplemented with the following: (January 6, 2025 WSDOT GSP OPT 1) Supplement The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA20260001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. 1-07.9(3) Apprentices Section 1-07.9(3) is supplemented with the following: (November 3, 2025 WSDOT GSP) Supplement Apprentice Utilization This Contract includes an Apprentice Utilization Requirement. Fifteen percent or more of project Labor Hours shall be performed by Apprentices. Apprentice Utilization will be determined using the 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. Division 1 SP-32 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 2. Apprentice Utilization is the Apprentice labor hours expressed as a percentage of the project Labor Hours based on certified payrolls or the affidavit 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 Efforts (GFE) describes the Contractor’s efforts to meet the Apprentice Utilization Requirement including but not limited to the specific steps as described elsewhere in this specification. 5. Labor Hours are the total hours performed by all workers receiving an hourly wage who are subject to prevailing wage requirements for Work performed on the Contract as defined by RCW 39.04.310. Labor Hours are determined based on the scope of work performed by the individuals, rather than the title of their occupations in accordance with WAC 296-127. 6. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. Electronic Reporting The Contractor shall use the PWIA System to submit the “Apprentice Utilization Plan” and GFE documentation. 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, 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 and be updated and resubmitted as the Work progresses or when ordered by the Engineer. If the Contractor is unable to demonstrate ability to meet the Apprentice Utilization Requirement in their Apprentice Utilization Plan, they must use the PWIA system to submit GFE documentation for review and comment with their Apprentice Utilization Plan. 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 at: https://secure.lni.wa.gov/arts-public/#/program-search Compliance In the event the Contractor is unable to achieve the Apprentice Utilization Requirement, the Contractor shall use the PWIA system to submit GFE documentation for review and approval. If GFE documentation was previously submitted as part of the Apprentice Utilization Plan, it shall be updated and resubmitted. The GFE documentation for Apprentice Utilization based on certified payrolls shall be submitted after Substantial Completion but no later than 30 days after Physical Completion. After all affidavits of wages paid have been submitted, if the Apprentice Utilization based on the affidavits of wages paid is less than that of the Apprentice Utilization based on certified payrolls, a GFE shall be submitted based on the lower Apprentice Utilization. If the Contractor fails to submit GFE documentation or if the Engineer does not approve the GFE, the Contractor will be subject to disciplinary actions as allowed under WAC 468-16-180. Good Faith Efforts Division 1 SP-33 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 The GFE shall describe in detail why the Contractor is not or was not able to attain the Apprentice Utilization Requirement. The GFE documentation shall include: 1. Documentation of ongoing correspondence for solicitation of Apprentices from a State- approved Apprenticeship Training Program(s). To be considered ongoing, the correspondence shall be not less than once a quarter, beginning at the start of Work and continuing every three months thereafter. The response from the solicited State- Approved Apprenticeship Training Program(s) when there is a lack of availability of Apprentices shall be included in the correspondence. And one or more of the following: 2. Documentation that shows Contract requirements for TERO, Special Training or Disadvantage Business Enterprise requirements affect the ability to obtain Apprentice Labor Hours on the Contract. 3. Documentation demonstrating what efforts the Contractor has taken to require subcontractors to solicit and employ Apprentices. Documentation could be posters placed on site, emphasis in subcontracts about employing Apprentices, letters, memos or other correspondence from Contractor to subcontractor that put an emphasis on employing Apprentices. 4. Documentation of other obstacles the Contractor faced that may demonstrate or solidify a satisfactory explanation of not meeting the Apprenticeship Utilization Requirement. If an Apprentice graduates during employment on a Contract, 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) if they remain continuously employed by the same Contractor. Determination of whether or not 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. Payment All costs incurred by the Contractor for complying with this specification shall be included in the Contract prices for the Bid items of Work involved. (July 8, 2024 APWA GSP) Supplement this section with the following: Apprentice Utilization This Contract includes an Apprentice Utilization Requirement. Fifteen percent or more of project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are accepted. Apprentice Utilization will be determined using the Department of Labor and Industries (L&I) online Prevailing Wage Intent & Affidavit (PWIA) system. 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. Division 1 SP-34 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 3. Apprentice Utilization Requirement is the minimum percentage of apprentice labor hours required by the Contract. 4. Good Faith Effort(s) (GFE) describes the Contractor’s efforts to meet the Apprentice Utilization Requirement including but not limited to the specific steps as described elsewhere in this specification. 5. Labor Hours are the total hours performed by all workers receiving an hourly wage who are subject to prevailing wage requirements for work performed on the Contract as defined by RCW 39.04.310. Labor Hours are determined based on the scope of work performed by the individuals, rather than the title of their occupations in accordance with WAC 296-127. 6. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 7. Apprentice Wage Rates are the applicable wage rates that are to be paid for an apprentice registered in a training program, separate from Journey Level rates, as set by the Washington State Apprenticeship Training Council and Washington State Department of Labor and Industries (L&I). Electronic Reporting The Contractor shall use the PWIA System to submit the “Apprentice Utilization Plan”. Reporting instructions are available in the application. Apprentice Utilization Plan The Contractor shall submit an “Apprentice Utilization Plan” by filling out the Apprentice Utilization Plan Form (WSDOT Form 424-004) within 30 calendar days of execution, however no later than 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.lni.wa.gov/arts-public/#/program-search or contacting the Department of Labor and Industries directly at: Specialty Compliance and Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance The Contractor is expected to make attempts to employ Apprentices and shall include the requirement in any subcontracts at any tier. In the event that the Contractor is unable to achieve the Apprentice Utilization Requirement, the Contractor shall submit GFE documentation demonstrating the efforts and attempts they made. Final GFE documentation shall be submitted to the Contracting Agency after Substantial Completion but no later than 30 days after Physical Completion. If the Contractor fails to actively attempt to employ Apprentices, submit GFE documentation, or if the Engineer does not approve the GFE, the Contractor will be assessed a penalty. The Engineer will provide the Contractor with a written notice at Final Acceptance of the project informing the Contractor Division 1 SP-35 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 of the failure to comply with this specification which will include a calculation of the penalty to be assessed as provided for in the Payment section in this special provision. If the Contractor achieves the required Apprentice Utilization an incentive will be assessed with Final Payment. Good Faith Efforts The GFE shall document the attempts (efforts) the Contractor (and any subcontractor at any tier) made to meet the Apprentice Utilization Requirement. Emails, letters, or other written communications with letterhead, titles, and contact information are required. Documentation must include one or more of the following accepted GFEs: 1. Demonstrated Lack of Availability of Apprentices. Correspondence from State-approved Apprenticeship Training Program(s), with project specific responses confirming there is a lack of availability of Apprentices for this project. 2. Demonstrated Disproportionate Ratio of Material/Equipment/Products to Labor Hours. Documentation explaining the bid includes a disproportionate high cost of material/equipment/products to Labor Hours. (E.g., a $2 M estimated contract includes $1 M or more in procurement costs of equipment to be installed.) 3. Demonstrated Lack of Necessary Labor Hours. Correspondence from a State-approved Apprentice Training Programs confirming there is not enough time in the project to meet required journey level to apprentice training ratios. 4. Demonstrated Lack of Available Approved Programs. Correspondence from State-approved Apprentice Training Programs, confirming there are no programs that train for the scopes included/anticipated on the project. Contractor and state programs to submit training program detail needs and details that could be used for future program creation. 5. 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. 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. Division 1 SP-36 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. Payment Payment will be made for the following Bid Items: “Apprenticeship Incentive”, by calculation An incentive of $$1$$ will be assessed with the Final Payment for Contractors who meet the Apprentice Utilization Requirement without a reduction by Good Faith Effort. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. “Apprenticeship Penalty”, by calculation. Apprenticeship Hours will be measured for each hour of work performed by an apprentice as shown on the Monthly Apprentice Utilization Report, based on certified payrolls or the affidavits of wages paid, whichever is least. The percentage is not rounded up. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. When the Contractor fails to meet the Apprenticeship goal of 15%, a penalty will be assessed for each hour that is not achieved, unless a Good Faith Effort is approved by the Contracting Agency. Apprenticeship Utilization Penalty will be calculated as described below: Percent of goal met Penalty per hour of unmet goal 100% $$2$$ 90% to 99% $$3$$ 75% to 89% $$4$$ 50% to 74% $$5$$ 1% to 49% $$6$$ 0% $$7$$ The Contractor shall include all related costs in the unit Bid prices of the Contract, included but not limited to implementing, developing, documenting, and administering an apprenticeship utilization program, recording and reporting hours and all other costs to comply with this provision. 1-07.9(5) Required Documents 1-07.9(5)A General (July 8, 2024 APWA GSP) Revision 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. Division 1 SP-37 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1-07.11 Requirements for Nondiscrimination Section 1-07.11 is supplemented with the following (May 5, 2025 WSDOT GSP OPT 1) Requirement for Affirmative Action to Ensure Equal Employment Opportunity In accordance with 41 CFR § 60-4.2, the clauses contained in 1-4 below are required to be included in this Contract. Nothing in this contract alters the Contractor’s responsibility to comply with all applicable Federal regulations, including but not limited to 41 CFR part 60 as currently existing or later amended. 1. The Contractor's attention is called to the “Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities – by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 Division 1 SP-38 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor’s total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and timetables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 – 7th Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. In accordance with 41 CFR § 60-4.3, the clauses contained in 1-15 below are required to be included in this Contract. Nothing in this Contract alters the Contractor’s responsibility to comply with all applicable Federal regulations, including but not limited to 41 CFR part 60 as currently existing or later amended. Standard Federal Equal Employment Opportunity Construction Contract Specifications 1. As used in these specifications: Division 1 SP-39 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 a. “Covered Area” means the geographical area described in the solicitation from which this contract resulted; b. “Director” means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. “Employer Identification Number” means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. “Minority” includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish culture or origin, regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification.) 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should Division 1 SP-40 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs Division 1 SP-41 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. Division 1 SP-42 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, sexual orientation, gender identity, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. Division 1 SP-43 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equity and Civil Rights PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504-7314 Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa.gov/equalopportunity/default.htm Federal Small Business Enterprise Participation (November 14, 2025, APWA GSP Option D) Supplement 1-07.11 is supplemented with the following: The Federal Small Business Enterprise (FSBE) Program is an element of the Disadvantaged Business Enterprise (DBE) in accordance with the requirements of 49 CFR Part 26.39. Failure to comply with the requirements of this Specification may result in sanctions as provided by the Contract. FSBE Abbreviations and Definitions Broker – A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the performance of the Contract; or persons/companies who arrange or expedite transactions. Division 1 SP-44 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Certified Business Description – Specific descriptions of work the FSBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. Certified Firm Directory – A database of all Disadvantaged Business Enterprises, including those identified as a FSBE, currently certified by Washington State. The on-line Directory is available to Bidders for their use in identifying and soliciting interest from FSBE firms. The database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Firms certified by OMWBE as SBE, DBE can be used to fulfill the FSBE mandatory goal on a project. Commercially Useful Function (CUF) – 49 CFR 26.55(c)(1) defines commercially useful function as: “A FSBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by performing, managing, and supervising the work involved. To perform a commercially useful function, the FSBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a FSBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is performing and the DBE credit claimed for its performance of the work, and other relevant factors.” FSBE – A firm certified by OMWBE as meeting Federal requirements of a small business enterprise. All firms on the OMWBE Certified Firm Directory with the designation of SBE or DBE are FSBEs. Good Faith Efforts – Efforts to achieve the FSBE Goal or other requirements of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Manufacturer (FSBE) – A FSBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A FSBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and substantially alters goods and materials to make them suitable for construction use before reselling them. Reasonable Fee (FSBE) – For purposes of Brokers or service providers a reasonable fee shall not exceed 5% of the total cost of the goods or services brokered. Regular Dealer (FSBE) – A FSBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the FSBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers’ representatives, or other people who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. Division 1 SP-45 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 FSBE Goal The Contracting Agency has established an FSBE Goal for this Contract in the amount of: *** $$1$$ *** Crediting FSBE Participation All FSBE subcontractors shall be certified before the subcontract on which they are participating is executed. FSBE participation is only credited upon payment to the FSBE. The following are some definitions of what may be counted as FSBE participation. FSBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the FSBE Prime Contractor performs with its own forces and is certified to perform. FSBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract that is equal to the distinct, clearly defined portion of the Work that the FSBE performs with its own forces and is certified to perform. The value of work performed by the FSBE includes the cost of supplies and materials purchased by the FSBE and equipment leased by the FSBE, for its work on the contract. Supplies, materials or equipment obtained by the FSBE that are not utilized or incorporated in the contract work by the FSBE will not be eligible for FSBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor’s resources available to FSBE subcontractors at no cost, shall not be credited. FSBE credit will not be given in instances where the equipment lease includes the operator. The FSBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the FSBE, but payment is deducted from the Contractor’s payment to the FSBE is not allowed. When the subcontractor is an FSBE, the following apply: 1. If a FSBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the FSBE Goal only if the lower-tier subcontractor is also a FSBE. 2. Work subcontracted to a non-FSBE does not count towards the FSBE Goal nor FSBE participation. FSBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the FSBE. FSBE Service Provider The value of fees or commissions charged by a FSBE firm behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as FSBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Division 1 SP-46 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Temporary Traffic Control If the FSBE firm is being utilized in the capacity of only “Flagging”, the FSBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the FSBE. The FSBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and vests). If the FSBE firm is being utilized in the capacity of “Traffic Control Services”, the FSBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. Trucking FSBE trucking firm participation may only be credited as FSBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier of those materials. In situations where the FSBE’s work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials to determine FSBE credit for hauling The FSBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The FSBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The FSBE may lease additional trucks from another FSBE firm. The FSBE who leases additional trucks from another FSBE firm receives credit for the value of the transportation services the lessee FSBE provides on the Contract. The trucking Work subcontracted to any non-FSBE trucking firm will not receive credit for Work done on the project. The FSBE may lease trucks from a truck leasing company (recognized truck rental center) but can only receive credit towards FSBE participation if the FSBE uses its own employees as drivers. FSBE Manufacturer and FSBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a FSBE manufacturer can count as FSBE participation. If the manufacturer is an FSBE, participation may count towards the FSBE Goal. Sixty percent (60%) of the cost of materials or supplies purchased from a FSBE Regular Dealer may be credited as FSBE Participation. If the role of the FSBE Regular Dealer is determined to be that of a Broker, then FSBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract-by-Contract basis. If the regular dealer is a FSBE, participation may count towards the FSBE Goal. FSBE firms proposed to be used as a Regular Dealer must be approved before being used on a project. The WSDOT Approved Regular Dealer list published on WSDOT’s Office of Equal Opportunity (OEO) web site must include the specific project for which approval is being requested. For purposes of FSBE Goal participation, the Regular Dealer must submit the Regular Dealer Status Request form and receive approval prior to providing any equipment or materials or the signing of a purchase order, invoice, or subcontract. Purchase of materials or supplies from a FSBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count as FSBE participation provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the FSBE. The cost of the materials and Division 1 SP-47 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 supplies themselves cannot be counted toward as FSBE participation. Good Faith Effort Documentation GFE is evaluated at Physical Completion when determining whether the Contractor has satisfied its FSBE Goal. The Contracting Agency will measure GFE using the guidance in 49 CFR Part 26, Appendix A. The following is a list of the types of actions which may be considered as part of the Contractor’s GFE to achieve FSBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of effort may be relevant in appropriate cases. 1. Solicited through all reasonable and available means the interest of all certified FSBEs who had the capability to perform the Work of the Contract. The Contractor must have solicited this interest within sufficient time to allow the FSBEs to respond to the solicitation. The Contractor must have determined with certainty that the FSBEs were interested in taking appropriate steps to follow up initial solicitations with potential FSBEs. 2. Selected portions of the Work to be performed by FSBEs to increase the likelihood that the FSBE Goal will be achieved. This includes, where appropriate, breaking out contract Work items into economically feasible units to facilitate FSBE participation, even when the Contractor might otherwise prefer to perform these Work items with its own forces. 3. Provided interested FSBEs with adequate information about the Plans, Specifications, and requirements of the Contract in a timely manner to assist them in responding to a solicitation. a. Negotiated in good faith with interested FSBEs. It is the Contractor’s responsibility to make a portion of the Work available to FSBE subcontractors and suppliers and to select those portions of the Work or material needs consistent with the available FSBE subcontractors and suppliers, to facilitate FSBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of FSBEs that were contacted; a description of the information provided regarding the Plans and Specifications for the Work selected for subcontracting; and evidence as to why additional agreements could not be reached for FSBEs to perform the Work. b. A Contractor using good business judgment would consider a number of factors in negotiating with FSBE subcontractors, including taking the firm’s price and capabilities into consideration. The fact that there may be some additional costs involved in finding and using FSBEs is not considered a sufficient reason for a Bidder’s failure to meet the FSBE Goal, if such costs are reasonable. Also, the ability or desire of a Contractor to perform the Work of a Contract with its own organization does not relieve the Contractor of the responsibility to make Good Faith Efforts. Contractors are not, however, required to accept higher quotes from FSBEs if the price difference was excessive or unreasonable. 4. Not rejecting FSBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Contractor’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the Contractor’s efforts to meet the FSBE Goal. 5. Made efforts to assist interested FSBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Contractor. Division 1 SP-48 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 6. Made efforts to assist interested FSBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Effectively used the services of available FSBE community organizations; FSBE contractors’ groups; local, State, and Federal small business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of FSBEs. 8. Documentation of GFE must include copies of each FSBE and non-FSBE subcontractor quotes submitted to the Bidder when a non-FSBE subcontractor is selected over a FSBE for Work on the Contract. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a FSBE that is determined to be performing a CUF. Payment must be commensurate with the work performed by the FSBE. This applies to all FSBEs performing Work on a project, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether FSBEs are performing a CUF. A FSBE performs a CUF when it is carrying out its responsibilities of its contract by performing, managing, and supervising the Work involved. The FSBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a FSBE does not perform “all” of these functions on a furnish-and-install contract, it has not performed a CUF, and the cost of materials cannot be counted toward FSBE Goal. Leasing equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be provided prior to the Subcontractor beginning Work. Any use of the Contractor’s equipment by a FSBE may not be credited as countable participation. The FSBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed to obtain the appearance of FSBE participation. For a FSBE traffic control company to be performing a CUF, the FSBE must be in control of its work inclusive of supervision. The FSBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The following are some of the factors that the Engineer will use in determining whether an FSBE trucking company is performing a CUF: • The FSBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible for on the contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. • The FSBE shall own and operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the FSBE must be exclusively employed by the FSBE and reflected on the FSBE’s payroll. • Lease agreements for trucks shall indicate that the FSBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the FSBE, and the lease provides the FSBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the FSBE. Division 1 SP-49 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Truck Unit Listing Log In addition to the subcontracting requirements of Section 1-08.1, each FSBE trucking firm shall submit supplemental information consisting of a completed Primary DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077) and all Rental/Lease agreements (if applicable). The supplemental information shall be submitted in an electronic format to the Engineer prior to any trucking services being performed for FSBE credit. Incomplete or incorrect supplemental information will be returned for correction. The corrected Primary Truck Unit Listing Log and any Updated Primary Truck Unit Listing Logs shall be submitted and accepted by the Engineer no later than ten calendar days of utilizing applicable trucks. Failure to submit or update the DBE Truck Unit Listing Log may result in trucks not being credited as FSBE participation. Each FSBE trucking firm shall complete a Daily Truck Unit Listing Log for each day that the FSBE performs trucking services for FSBE credit. The Daily Truck Unit Listing Log forms shall be submitted by Friday of the week after the Work was performed by email to the following email addresses: ***$$2$$*** Joint Checking A joint check is a check between a subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the subcontractor and the material supplier jointly for items to be incorporated into the project. The FSBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement must be approved by the Engineer and requested by the FSBE involved using the DBE Joint Check Request Form (WSDOT Form #272-053) prior to its use. The form must accompany the FSBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the joint checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive FSBE credit for performing a CUF with respect to obtaining materials and supplies, a FSBE must “be responsible for negotiating price, determining quality and quantity, ordering the material, installing and paying for the material itself.” The Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the FSBE involved, no FSBE credit will be given for the FSBE’s participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Subcontracts When FSBE is performing Work on the Contract, a copy of the executed subcontract between the Contractor and the FSBE subcontractor shall be submitted to WSDOT OECR. The executed subcontracts are submitted through the Diversity Management and Compliance System (DMCS) by uploading to the project documents tab. Reporting The Contractor and all subcontractors/suppliers/service providers that utilize FSBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify FSBE participation throughout the life of the project. Division 1 SP-50 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Decertification When a FSBE is “decertified” from the FSBE program during the Contract, the participation of that FSBE shall continue to count as FSBE participation if the subcontract with the FSBE was executed prior to the decertification notice. The Contractor cannot receive credit if a FSBE is decertified prior to having an executed subcontract agreement in place. Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated FSBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. Federal Small Business Enterprise Participation (November 14, 2025, APWA GSP Option D) Supplement 1-07.11 is supplemented with the following: The Federal Small Business Enterprise (FSBE) Program is an element of the Disadvantaged Business Enterprise (DBE) in accordance with the requirements of 49 CFR Part 26.39. Failure to comply with the requirements of this Specification may result in sanctions as provided by the Contract. FSBE Abbreviations and Definitions Broker – A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the performance of the Contract; or persons/companies who arrange or expedite transactions. Certified Business Description – Specific descriptions of work the FSBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. Certified Firm Directory – A database of all Disadvantaged Business Enterprises, including those identified as a FSBE, currently certified by Washington State. The on-line Directory is available to Bidders for their use in identifying and soliciting interest from FSBE firms. The database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Firms certified by OMWBE as SBE, DBE can be used to fulfill the FSBE mandatory goal on a project. Commercially Useful Function (CUF) – 49 CFR 26.55(c)(1) defines commercially useful function as: “A FSBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by performing, managing, and supervising the work involved. To perform a commercially useful function, the FSBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a FSBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is performing and the DBE credit claimed for its performance of the work, and other relevant factors.” FSBE – A firm certified by OMWBE as meeting Federal requirements of a small business enterprise. All firms on the OMWBE Certified Firm Directory with the designation of SBE or DBE are FSBEs. Good Faith Efforts – Efforts to achieve the FSBE Goal or other requirements of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Manufacturer (FSBE) – A FSBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. Division 1 SP-51 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 A FSBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and substantially alters goods and materials to make them suitable for construction use before reselling them. Reasonable Fee (FSBE) – For purposes of Brokers or service providers a reasonable fee shall not exceed 5% of the total cost of the goods or services brokered. Regular Dealer (FSBE) – A FSBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the FSBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers’ representatives, or other people who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. FSBE Goal The Contracting Agency has established an FSBE Goal for this Contract in the amount of: *** $$1$$ *** Crediting FSBE Participation All FSBE subcontractors shall be certified before the subcontract on which they are participating is executed. FSBE participation is only credited upon payment to the FSBE. The following are some definitions of what may be counted as FSBE participation. FSBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the FSBE Prime Contractor performs with its own forces and is certified to perform. FSBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract that is equal to the distinct, clearly defined portion of the Work that the FSBE performs with its own forces and is certified to perform. The value of work performed by the FSBE includes the cost of supplies and materials purchased by the FSBE and equipment leased by the FSBE, for its work on the contract. Supplies, materials or equipment obtained by the FSBE that are not utilized or incorporated in the contract work by the FSBE will not be eligible for FSBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor’s resources available to FSBE subcontractors at no cost, shall not be credited. FSBE credit will not be given in instances where the equipment lease includes the operator. The FSBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the FSBE, but payment is deducted from the Contractor’s payment to the FSBE is not allowed. When the subcontractor is an FSBE, the following apply: 1. If a FSBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the FSBE Goal only if the lower-tier subcontractor is also a FSBE. Division 1 SP-52 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 2. Work subcontracted to a non-FSBE does not count towards the FSBE Goal nor FSBE participation. FSBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the FSBE. FSBE Service Provider The value of fees or commissions charged by a FSBE firm behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as FSBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Temporary Traffic Control If the FSBE firm is being utilized in the capacity of only “Flagging”, the FSBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the FSBE. The FSBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and vests). If the FSBE firm is being utilized in the capacity of “Traffic Control Services”, the FSBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. Trucking FSBE trucking firm participation may only be credited as FSBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier of those materials. In situations where the FSBE’s work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials to determine FSBE credit for hauling The FSBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The FSBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The FSBE may lease additional trucks from another FSBE firm. The FSBE who leases additional trucks from another FSBE firm receives credit for the value of the transportation services the lessee FSBE provides on the Contract. The trucking Work subcontracted to any non-FSBE trucking firm will not receive credit for Work done on the project. The FSBE may lease trucks from a truck leasing company (recognized truck rental center) but can only receive credit towards FSBE participation if the FSBE uses its own employees as drivers. FSBE Manufacturer and FSBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a FSBE manufacturer can count as FSBE participation. If the manufacturer is an FSBE, participation may count towards the FSBE Goal. Sixty percent (60%) of the cost of materials or supplies purchased from a FSBE Regular Dealer may be credited as FSBE Participation. If the role of the FSBE Regular Dealer is determined to be that of a Broker, then FSBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract-by-Contract basis. If the regular dealer is a FSBE, participation may count towards the FSBE Goal. FSBE firms proposed to be used as a Regular Dealer must be approved before being used on a project. The WSDOT Approved Regular Dealer list published on WSDOT’s Office of Equal Opportunity (OEO) web site must include the specific project for which approval is being requested. For purposes of FSBE Goal participation, the Regular Dealer must submit the Regular Dealer Status Division 1 SP-53 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Request form and receive approval prior to providing any equipment or materials or the signing of a purchase order, invoice, or subcontract. Purchase of materials or supplies from a FSBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count as FSBE participation provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the FSBE. The cost of the materials and supplies themselves cannot be counted toward as FSBE participation. Good Faith Effort Documentation GFE is evaluated at Physical Completion when determining whether the Contractor has satisfied its FSBE Goal. The Contracting Agency will measure GFE using the guidance in 49 CFR Part 26, Appendix A. The following is a list of the types of actions which may be considered as part of the Contractor’s GFE to achieve FSBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of effort may be relevant in appropriate cases. 1. Solicited through all reasonable and available means the interest of all certified FSBEs who had the capability to perform the Work of the Contract. The Contractor must have solicited this interest within sufficient time to allow the FSBEs to respond to the solicitation. The Contractor must have determined with certainty that the FSBEs were interested in taking appropriate steps to follow up initial solicitations with potential FSBEs. 2. Selected portions of the Work to be performed by FSBEs to increase the likelihood that the FSBE Goal will be achieved. This includes, where appropriate, breaking out contract Work items into economically feasible units to facilitate FSBE participation, even when the Contractor might otherwise prefer to perform these Work items with its own forces. 3. Provided interested FSBEs with adequate information about the Plans, Specifications, and requirements of the Contract in a timely manner to assist them in responding to a solicitation. a. Negotiated in good faith with interested FSBEs. It is the Contractor’s responsibility to make a portion of the Work available to FSBE subcontractors and suppliers and to select those portions of the Work or material needs consistent with the available FSBE subcontractors and suppliers, to facilitate FSBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of FSBEs that were contacted; a description of the information provided regarding the Plans and Specifications for the Work selected for subcontracting; and evidence as to why additional agreements could not be reached for FSBEs to perform the Work. b. A Contractor using good business judgment would consider a number of factors in negotiating with FSBE subcontractors, including taking the firm’s price and capabilities into consideration. The fact that there may be some additional costs involved in finding and using FSBEs is not considered a sufficient reason for a Bidder’s failure to meet the FSBE Goal, if such costs are reasonable. Also, the ability or desire of a Contractor to perform the Work of a Contract with its own organization does not relieve the Contractor of the responsibility to make Good Faith Efforts. Contractors are not, however, required to accept higher quotes from FSBEs if the price difference was excessive or unreasonable. 4. Not rejecting FSBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Contractor’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the Contractor’s efforts to meet the FSBE Goal. 5. Made efforts to assist interested FSBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Contractor. Division 1 SP-54 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 6. Made efforts to assist interested FSBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Effectively used the services of available FSBE community organizations; FSBE contractors’ groups; local, State, and Federal small business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of FSBEs. 8. Documentation of GFE must include copies of each FSBE and non-FSBE subcontractor quotes submitted to the Bidder when a non-FSBE subcontractor is selected over a FSBE for Work on the Contract. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a FSBE that is determined to be performing a CUF. Payment must be commensurate with the work performed by the FSBE. This applies to all FSBEs performing Work on a project, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether FSBEs are performing a CUF. A FSBE performs a CUF when it is carrying out its responsibilities of its contract by performing, managing, and supervising the Work involved. The FSBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a FSBE does not perform “all” of these functions on a furnish-and-install contract, it has not performed a CUF, and the cost of materials cannot be counted toward FSBE Goal. Leasing equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be provided prior to the Subcontractor beginning Work. Any use of the Contractor’s equipment by a FSBE may not be credited as countable participation. The FSBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed to obtain the appearance of FSBE participation. For a FSBE traffic control company to be performing a CUF, the FSBE must be in control of its work inclusive of supervision. The FSBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The following are some of the factors that the Engineer will use in determining whether an FSBE trucking company is performing a CUF: • The FSBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible for on the contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. • The FSBE shall own and operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the FSBE must be exclusively employed by the FSBE and reflected on the FSBE’s payroll. • Lease agreements for trucks shall indicate that the FSBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the FSBE, and the lease provides the FSBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the FSBE. Truck Unit Listing Log In addition to the subcontracting requirements of Section 1-08.1, each FSBE trucking firm shall submit supplemental information consisting of a completed Primary DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077) and all Rental/Lease agreements (if applicable). The supplemental information shall be submitted in an electronic format to the Engineer prior to any trucking services being performed for FSBE credit. Incomplete or incorrect supplemental information will be returned for correction. The corrected Primary Truck Unit Listing Log and any Updated Primary Truck Unit Division 1 SP-55 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Listing Logs shall be submitted and accepted by the Engineer no later than ten calendar days of utilizing applicable trucks. Failure to submit or update the DBE Truck Unit Listing Log may result in trucks not being credited as FSBE participation. Each FSBE trucking firm shall complete a Daily Truck Unit Listing Log for each day that the FSBE performs trucking services for FSBE credit. The Daily Truck Unit Listing Log forms shall be submitted by Friday of the week after the Work was performed by email to the following email addresses: ***$$2$$*** Joint Checking A joint check is a check between a subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the subcontractor and the material supplier jointly for items to be incorporated into the project. The FSBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement must be approved by the Engineer and requested by the FSBE involved using the DBE Joint Check Request Form (WSDOT Form #272-053) prior to its use. The form must accompany the FSBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the joint checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive FSBE credit for performing a CUF with respect to obtaining materials and supplies, a FSBE must “be responsible for negotiating price, determining quality and quantity, ordering the material, installing and paying for the material itself.” The Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the FSBE involved, no FSBE credit will be given for the FSBE’s participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Subcontracts When FSBE is performing Work on the Contract, a copy of the executed subcontract between the Contractor and the FSBE subcontractor shall be submitted to WSDOT OECR. The executed subcontracts are submitted through the Diversity Management and Compliance System (DMCS) by uploading to the project documents tab. Reporting The Contractor and all subcontractors/suppliers/service providers that utilize FSBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify FSBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Decertification When a FSBE is “decertified” from the FSBE program during the Contract, the participation of that FSBE shall continue to count as FSBE participation if the subcontract with the FSBE was executed prior to the decertification notice. The Contractor cannot receive credit if a FSBE is decertified prior to having an executed subcontract agreement in place. Division 1 SP-56 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated FSBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. 1-07.11(2) Contractual Requirements (November 25, 2024 APWA GSP) Delete item 11 of the first paragraph of Section 1-07.11(2). 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (October 3, 2023 WSDOT GSP) Supplement Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised October 23, 2023 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.16 Protection and Restoration of Property 1-07.16(1)C Private Property (October 3, 2022 WSDOT GSP OPT C) Supplement Section 1-07.16(1)C is supplemented with the following: The Contractor shall not access the worksite from adjacent properties without permission from the Engineer. The Contractor shall submit a Type 2 Working Drawing to the Engineer in accordance with Section 1-05.3 prior to accessing the project site from adjacent properties. The Working Drawing shall include the methods, materials, equipment, and restoration measures used to access the worksite. 1-07.16(2) Vegetation Protection and Restoration Section 1-07.16(2) is supplemented with the following: (August 2, 2010 WSDOT GSP) Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. Division 1 SP-57 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1-07.17(1) Utility Construction, Removal, or Relocation by the Contractor (Special Provision) Supplement Supplement this section with the following: Resolution of utility conflicts shall be paid under the Bid Item “Resolution of Utility Conflicts” by force account in accordance with section 1-09.6. The Engineer shall be promptly notified about all potential utility conflicts and will determine whether a payment under “Resolution of Utility Conflicts” is justified. The Engineer’s decision shall be final, and the contractor shall work diligently to complete all work as ordered by the Engineer. 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. 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. The ContractorFailure 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 Division 1 SP-58 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 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. Division 1 SP-59 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 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 Division 1 SP-60 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 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. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (May 2, 2017 APWA GSP) Revision Revise the third sentence of the second paragraph to read: Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction. 1-07.24 Rights of Way (April 22, 2025 APWA GSP) Replacement Delete this section and replace it with the following: 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 as described below. 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. Division 1 SP-61 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours’ notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS 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 (October 21, 2025 APWA GSP) 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 review Training or Apprenticeship Plans, when applicable. 5. To discuss FSBE Goals when applicable. 6. To establish normal working hours for the work; 7. To review safety standards and traffic control; and 8. To discuss such other related items as may be pertinent to the work. Division 1 SP-62 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 The Contractor shall prepare and submit at the preconstruction conference the following: 9. A breakdown of all lump sum items; 10. A preliminary schedule of working drawing submittals; and 11. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) 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 non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll Division 1 SP-63 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1-08.1 Subcontracting Section 1-08.1 is supplemented with the following: (September 2, 2025 WSDOT GSP) Supplement Prior to any subcontractor or lower-tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. 1. A subcontractor or lower-tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 2. Request to Sublet in accordance with Section 1-08.1(3)), and Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects (WSDOT Form 420-004). The Contractor shall submit a completed Monthly Retainage Report (WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress payment until every subcontractor and lower tier subcontractor’s retainage has been released. This form shall be submitted to the Engineer by email to the following email address for the region administering the Contract: Eastern Region – ERRegionOEO@wsdot.wa.gov North Central Region – NCRegionOEO@wsdot.wa.gov Northwest Region – NWRegionOEO@wsdot.wa.gov Olympic Region – ORegionOEO@wsdot.wa.gov South Central Region – SCRegionOEO@wsdot.wa.gov Southwest Region – SWRegionOEO@wsdot.wa.gov Washington State Ferries – FerriesOEO@wsdot.wa.gov The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower-tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1-08.1(7) Payments to Subcontractors and Lower-Tier Subcontractors 1-08.1(7)A Payment Reporting (November 25, 2024 APWA GSP) Replacement Delete this section and replace it with the following: 1-08.1(7)A Vacant 1-08.1(8) Required Subcontract Clauses 1-08.1(8)B Clauses Required in Subcontracts of All Tiers (November 25, 2024 APWA GSP) Deletion Delete item 8 of the second paragraph of Section 1-08.1(8)B. Division 1 SP-64 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1-08.1(9) Submittal of Executed Subcontracts (April 22, 2025 APWA GSP, Option B) Replacement Section 1-08.1(9) content and title are deleted and replaced with the following: Vacant 1-08.3 Progress Schedule 1-08.3(2) Progress Schedule Types 1-08.3(2)A Type A Progress Schedule (December 30, 2022 APWA GSP) Revision Revise this section to read: 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 Section 1-08.5 is supplemented with the following: (March 13, 1995 WSDOT GSP) Supplement This project shall be physically completed within *** xx *** working days. (November 25, 2024 APWA GSP, Option A) Revision Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Division 1 SP-65 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 1-08.9 Liquidated Damages (March 3, 2021 APWA GSP, Option A) Replacement Replace Section 1-08.9 with the following: 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 Division 1 SP-66 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Accordingly, the Contractor agrees: 1. To pay liquidated damages in the amount of *** xx *** for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. 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 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 (November 25, 2024 APWA GSP, Option B) Revision 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) Revision 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. Division 1 SP-67 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Electronic-tickets shall be uploaded to the designated site so that they can be accessed by the material receiver at the material delivery point. Physical tickets shall be handed to the inspector at the delivery point at the time materials are delivered. The material delivery point is defined as the location where the material is incorporated into the permanent Work. The Contractor’s representative shall make report summaries available to the Engineer’s designated receiver, not later than the end of shift, for reconciliation. Tickets for loads not verified as delivered will receive no pay. 1-09.2(5) Measurement (December 30, 2022 APWA GSP) Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (December 30, 2022 APWA GSP) Supplement Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. 1-09.9 Payments (July 8, 2024, APWA GSP, Option B) Replacement 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. Division 1 SP-68 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 05.1. 1-09.9(1) Retainage Section 1-09.9(1) including title is deleted and replaced with the following: (June 27, 2011) Replacement Vacant 1-09.11 Disputes and Claims 1-09.11(3) Time Limitation and Jurisdiction (December 30, 2022 APWA GSP) Revision Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that all claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that all such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to all such claims or causes of action. It is further mutually agreed by the parties that when claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less 1-09.13(3)A Arbitration General (January 19, 2022 APWA GSP) Revision Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. Division 1 SP-69 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 1-09.13(4) Venue for Litigation (December 30, 2022 APWA GSP) Revision Revise this section to read: Litigation shall be brought in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is mutually agreed by the parties that when litigation occurs, the Contractor shall permit the Contracting Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. END OF DIVISION 1 Division 2 SP-70 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 DIVISION 2: TEMPORARY FEATURES 2-04 TEMPORARY TRAFFIC CONTROL 2-04.3(1) Traffic Control Management (October 3, 2022 WSDOT GSP) Supplement Section 2-04.3(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 https://www.nwlett.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 https://www.esc.org The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 https://atssa.com/training Integrity Safety 13912 NE 20th Ave. Vancouver, WA 98686 (360) 574-6071 https://www.integritysafety.com US Safety Alliance (904) 705-5660 https://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave. Everett, WA 98201 (800) 343-4049 https://www.kndservices.net Division 2 SP-71 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 2-04.3(1)B Other Traffic Control Labor (April 22, 2025 APWA GSP) Section 1-10.3(1)B is supplemented with the following: Uniformed Police Officer Definitions: Uniformed Police Officer as used in this specification is a “General Authority Washington Peace Officer” as defined by RCW 10.93.020 (4), or a “Specially Commissioned Washington Peace Officer” as defined by RCW 10.93.020(11). Law Enforcement Agency as used in this specification is a “General Authority Washington Law Enforcement Agency” as defined by RCW 10.93.020(3). The Contractor shall arrange for off-duty Uniformed Police Officers to be present for the following activities: 1. At the commissioning of a new traffic signal, or the recommissioning of an existing traffic signal which has been upgraded. 2. Countermanding a traffic signal indication at a signalized intersection. 3. Directing vehicle and pedestrian traffic when a traffic signal indication is turned off or is inoperative. 4. Where the Engineer deems it necessary for safety, including work during hours of darkness. It shall be the Contractor’s responsibility to secure the off duty Uniformed Police Officer as required by the contract, including the costs to arrange, coordinate, and supervise. The following contact information is supplied for the Contractor’s convenience: Agency Police Officer Contact: $$1$$ Phone: $$1a$$ Email: $$1b$$ County Deputy Sheriff Contact: $$2$$ Phone: $$2a$$ Email: $$2b$$ Washington State Patrol Contact: $$3$$ Phone: $$3a$$ Email: $$3b$$ The services provided under the bid item “Uniformed Police Officer” shall be considered a subcontractor with the attendant requirements and responsibilities. The Contractor must obtain prior approval for use of off-duty Uniformed Police Officers through an Approved Traffic Control Plan and approved amendments to the contract traffic control Plans. The off-duty Uniformed Police Officer shall be in addition to all other personnel required for flagging according to the approved traffic control plan. A Uniformed Police Officer shall be provided in the event of accidental power outages or disruption of a signalized intersection as a result of Contractor’s Work and remain in place until the intersection becomes satisfactorily operational as determined by Agency Engineer or his/her representative. The UPO shall be capable of issuing legal tickets for offenders and providing their Agency Police Vehicle with active light bars for night visibility. Division 2 SP-72 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 2-04.5 Payment 2-04.5(1) Lump Sum Bid for Project (No Unit Items) (December 30, 2022 APWA GSP) Revision Revise the pay item name to read: “Project Temporary Traffic Control, min. Bid $ $$1$$”, lump sum. END OF DIVISION 2 Division 3 SP-73 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 DIVISION 3: EARTHWORK 3-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 3-01.1 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. 3-01.2 Disposal of Usable Materials and Debris 3-01.2(2) Disposal Method No. 2 – Waste Site (Special Provision) Supplement Supplement this section with the following: 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. 3-01.3 Construction Requirements 3-01.3(2) Grubbing (Special Provision) Supplement Supplement this section with the following: 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. Supplement this section with the following: All vegetation including but not limited to ivy, roots, weeds, brush, and grass shall be removed from within the clearing limits. 3-01.3(4) Roadside Cleanup (Special Provision) Supplement Supplement this section with the following: Roadside Cleanup shall include general clean-up and the removal of litter or debris where shown in the Plans or as designated by the Engineer. Prior to physical completion, clean out all storm , trench drain from Sta 29+00 to 36+00, structures and any ditches that may have been filled during the work, and replace damaged surfacing; and From time to time throughout the progress of the work, the Contractor, when directed by the Engineer, shall cleanup and remove all refuse and unwanted or unused materials resulting from the work, at the Division 3 SP-74 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Contractor’s expense. If the Contractor fails to do so within 24 hours after the request by the Engineer, the work may be done by the City and the cost thereof be charged to the Contractor and deducted from his final estimate monies due to the Contractor. 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 Contracting Agency streets, the Contractor shall, at his or her own expense, make all arrangements for the use of haul routes. 8-01.3(8) Street Cleaning (Special Provision) Supplement Supplement this section with the following: 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. 3-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 3-02.3 Construction Requirements Section 3-02.3 is supplemented with the following: 3-02.3(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. 3-02.3(4) Sawcutting (Special Provision) New Add the following new 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. Division 3 SP-75 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 3-02.3(6) Asphalt Concrete Pavement Planing and Reuse (Special Provision) New Section Add the following new section: This section applies to the grinding and reuse of existing asphalt pavement within the roadway prism for the work along the roadways identified in the Plans. Asphalt concrete pavement removal as illustrated on the plans to regrade the road base to construct new traffic curb & gutter, sidewalk, and roadway and driveway sections shall be recycled and used for any fill material required to establish the base required to construct proposed improvements. Asphalt concrete pavement removal along for the limits shown in the Plans shall be full depth. Depth anticipated within these substandard roadway sections to be 2’’ or less. Recycled asphalt concrete pavement (RAP) shall not have particle size greater than ¾-inch, generally conforming to crushed surfacing top course per WSDOT Standard Specification 9-03.9(3) and 9-03.21. The Contractor shall make best effort to keep RAP free from organic materials that can result in the Engineer rejecting the use of RAP. Where necessary to establish the base for the proposed improvements above the use of RAP, the Contractor shall use crushed surfacing top course as illustrated in the Plans. All excess RAP, RAP that doesn’t meet the above requirements, or RAP that has been contaminated with organics, at the sole discretion of the Engineer, shall be disposed of at an off-site disposal site by the Contractor at no additional cost to the Agency. If insufficient RAP exists, import crushed surfacing top course will be used. All requirements of WSDOT Standard Specifications and these Special Provisions, Section 5-04 shall also apply to asphalt concrete pavement planning and reuse. 3-02.4 Vacant Delete this section and replace with the following: (Special Provision) Replacement 3-02.4 Measurement “Asphalt Pavement Removal, Inc. Haul” will be measured per square yard. “Cement Conc. Curb Removal Incl. Haul” will be measured per lineal foot. “Cement Conc. Sidewalk Removal Incl. Haul” will be measured per square yard. “Roadway Excavation Incl. Haul” will be measured per cubic yard. 3-02.5 Payment (Special Provision) Supplement Supplement this section with the following: “Asphalt Pavement Removal, Inc. Haul”, per square yard. Removal of asphalt pavement, asphalt walkway, and asphalt driveway shall be included in “Asphalt Pavement Removal Incl. Haul.” 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, asphalt roadway removal regardless of thickness, asphalt sidewalk removal regardless of method or thickness, asphalt driveway removal regardless of method and thickness, clearing and grubbing as required, hauling, and disposal of all materials. Removal of asphalt roadway by planning shall be paid for under the bid item ‘‘Planing Bituminous Pavement.” “Cement Conc. Curb Removal Incl. Haul”, per lineal foot. Division 3 SP-76 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 removal of concrete curbs (including extruded curb, curb & gutter, mountable curb, traffic curb, and pedestrian curb), saw cutting, clearing and grubbing as required, haul, and disposal of all material removed. “Cement Conc. Sidewalk Removal Incl. Haul”, 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 saw cutting, concrete surfacing removal regardless of thickness, and hauling and disposal of all materials. 3-03 ROADWAY EXCAVATION AND EMBANKMENT 3-03.1 Description (Special Provision) Supplement Supplement this section with the following: This work shall also include excavation required for “Unsuitable Foundation Excavation” where determined in the field by the Engineer. For the purposes of this contract, “Roadway Excavation Including Haul” will be measured and paid only for excavation, grading, and embankment of Roadway. 3-03.3 Construction Requirements 3-03.3(7) Disposal of Surplus Material 3-03.3(7)A General (Special Provision) Supplement Supplement this section with the following: All costs in connection with hauling surplus materials to a disposal site will be considered incidental to the various bid items of the project and no additional compensation will be made. 3-03.3(7)C Contractor-Provided Disposal Site (Special Provision) Supplement Supplement this section with the following: No waste site has been provided by the Contracting Agency for the disposal of material and debris. The Contractor shall make all arrangements, at Contractor's expense, for the disposal of waste materials and shall protect the Contracting Agency from any and all damages arising there from. 3-03.3(14) Embankment Construction (Special Provision) Supplement Supplement this section with the following: Embankments shall be constructed per Method C of the Standard Specifications and shall be considered incidental to the various bid items of the project and no additional compensation will be made. 3-03.3(14)E Unsuitable Foundation Excavation (Special Provision) Supplement Supplement this section with the following: Excavation required and approved by the Engineer to remove unsuitable subgrade materials prior to removal shall be measured and paid under “Unsuitable Foundation Excavation Incl. Haul” for which Division 3 SP-77 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 a unit price bid item has been provided in the Proposal. Unsuitable subgrade materials removed without prior authorization of the Engineer will be at the Contractor’s expense. The provisions of Section 2-03(14)E of the Standard Specifications shall apply except that Sub Excavation below grade described in 2-02.3(3) of the Standard Specifications and Removal of Unstable Base Material per 2-09.3(1)C of the Standard Specifications shall also be included in the “Unsuitable Foundation Excavation Incl. Haul” bid item. Excavation of unsuitable foundation as detailed in the Plans shall be measured and paid under the “Unsuitable Foundation Excavation Incl. Haul” bid item. Removal of existing pavement for pavement repair shall be paid under the “Pavement Repair Excavation Incl. Haul’ bid item and shall not be paid under the “Roadway Excavation incl. Haul” or “Unsuitable Foundation Excavation Incl. Haul” bid item. All excavated unsuitable foundation materials shall be disposed of at the Contractor’s expense. Backfill of the resultant void from unsuitable foundation excavation shall be six (6) inches depth minimum, with Quarry Spalls per Section 9-13.1(15) of the Standard Specifications and compacted in layers of uniform thickness by Method C of Section 2-03.3(14)C Compacting Earth Embankments and wrapped on four (4) sides with Construction Geosynthetic per Section 2-12 of the Standard Specifications. Any over excavation not specifically authorized by the Engineer shall be replaced with Gravel Borrow and compacted by the Contractor as specified above, at no expense to the City. The Contractor is advised that the bid items for “Unsuitable Foundation Excavation Incl. Haul” are contingent on the presence of unsuitable foundation materials. Quantities have been provided in the Bid Proposal solely to provide a common basis for bidders. The quantity of each bid item may be greatly increased, decreased or reduced to zero. Payment shall be made only for actual work performed based upon the unit contract price and shall be considered full compensation for the Work. END OF DIVISION 3 Division 4 SP-78 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 DIVISION 4: BASES 4-01 PRODUCTION FROM QUARRY AND PIT SITES 4-01.4 Contractor Furnished Material Sources (Special Provision) Supplement Supplement this section with the following: No source has been provided for any imported materials necessary for the construction of this improvement. The Contractor shall make arrangements to obtain the necessary materials at no expense to the City, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit Contract prices for the various items involved. If the source of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor at its own expense shall make all arrangements for the use of haul routes. END OF DIVISION 4 Division 5 SP-79 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (December 12, 2025 APWA GSP) Delete Section 5-04 and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement (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. 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. Division 5 SP-80 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. * (see below) • 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. * (see below) 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 required, 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. Division 5 SP-81 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to .20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed, and signs shall also be placed marking the detour or alternate route. Division 5 SP-82 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 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: 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 Division 5 SP-83 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 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 placement 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. Division 5 SP-84 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one-part water to one-part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the Division 5 SP-85 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 emulsified asphalt manufacturer. PG grade asphalt or non-tracking tack formulas may be used upon approval of the Engineer. 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 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. Division 5 SP-86 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be placed upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. 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. Division 5 SP-87 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1- 06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6), except as specified below in (c). 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. c. These tolerances and specification limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the No. 8 tolerance is +/- 6% from the JMF, the No. 200 tolerance is +/- 2.0% from the JMF with a minimum of 2% and a maximum of 8.0% passing the No. 200 sieve. Other tolerance limits for sieves designated as 100 percent passing will be 99-100 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). Division 5 SP-88 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent. 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for 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 AASHTO 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. 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: Division 5 SP-89 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the CPF. 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3(9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the 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. Division 5 SP-90 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. Division 5 SP-91 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 $1500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction - Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Division 5 SP-92 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92%, a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 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). Division 5 SP-93 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed, and the roller may pass over the unprotected end of the freshly placed mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be placed against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals Bridge Paving Joint Seals shall be in accordance with Section 5-03. Division 5 SP-94 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $1500.00 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 (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre-planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. 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. Division 5 SP-95 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, 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. Division 5 SP-96 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals - Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. Division 5 SP-97 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, 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: 1. 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 planing 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. 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. Division 5 SP-98 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type of equipment to be used. If more 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. 5-04.4 Measurement HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Planing bituminous pavement will be measured by the square yard. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ___ PG ___”, per ton. The unit Contract price per ton for “HMA for Cl. ___ PG ___”, “HMA for Approach Cl. ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, Division 5 SP-99 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Planing Bituminous Pavement”, per square yard. The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5-04.3(9)C6. “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5- 04.3(10)D3. “Roadway Core”, per each. The Contractor’s costs for all Work associated with the coring (e.g., traffic control) shall be incidental and included in the unit Bid price per each. “Cyclic Density Price Adjustment”, by calculation. “Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5-04.3(10)B. END OF DIVISION 5 Division 7 SP-100 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-00 GENERAL MATTERS 7-00.1 General (Special Provision) New Section Add the following new section: For the convenience of the Contractor, the Plans show approximate locations of various existing utilities and other obstructions. This information, if shown, has been obtained from records and cannot be guaranteed accurate. The Contractor shall diligently check for interferences with existing utilities ahead of the Work including exploration in advance of excavation. The Contractor is further alerted to the provisions of RCW 19.122 and his or her responsibilities by performing excavation required by the Contract Documents and Standard Specifications. “Structure Excavation Class B” shall be considered incidental to the unit contract prices of other items installed or removed in this Contract. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.1 Description This work shall also consist of furnishing and installing storm drain markers as shown on the Plans and as described herein. 7-05.2 Materials Storm drain markers shall be installed on all grated catch basins located in paved areas adjacent to curb and gutter or thickened edge. Storm drain markers shall be 4” stainless steel, blue, and as shown on the Plans. They shall be installed with an adhesive per manufacturer’s recommendations. Enough adhesive shall be used so that a bead is formed around the entire edge. Storm drain markers shall be by: Garden State Highway Products, Inc., 1740 E. Oak Road, Vineland, NJ 08361 Phone: (800) 338-5685, or approved equal. Grout shall be 50/50 sand / cement mix or Fastpatch by Baselite. Jet set is not permitted. 7-05.4 Measurement (Special Provision) Supplement “Storm Drain Marker” will be measured per each. Measurement and payment of “Storm Drain Marker” shall be per each assembly installed on an existing and new catch basin or manhole per COT Standard Details and as shown in the Plans. “Adjust Storm Manhole” will be measured per each. Measurement and payment for “Adjust Storm Manhole” shall be per each and shall be paid once per structure. In addition to final adjustment to grade, included in this payment shall be all interim adjustments necessary for construction such as: lowering of castings prior to planning or for safety. This work shall be considered incidental to the Bid Item and no additional payment shall be made. Division 7 SP-101 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 “Adjust Sewer Manhole” will be measured per each. Measurement and payment for “Adjust Sewer Manhole” shall be per each and shall be paid once per structure. In addition to final adjustment to grade, included in this payment shall be all interim adjustments necessary for construction and any replacements of frame and covers. This work shall be considered incidental to the Bid Item and no additional payment shall be made. “Rectangular Vaned Grate” will be measured per each. Measurement and payment of “Rectangular Frame and Vaned Grate” shall be per each assembly installed on an existing catch basin or manhole per COT Standard Detail DS-11, and as shown in the Plans. “Rectangular Frame and Solid Metal Cover” will be measured per each. 7-05.5 Payment (Special Provision) Supplement “Adjust Storm Manhole”, per each. Items to be included in the bid price shall be, but not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete adjustment of the utility after completion and acceptance of the overlay as defined in the Standard Specifications and these Special Provisions. HMA used for adjustment of utility shall be included in this unit contract bid item. “Adjust Sewer Manhole”, per each. Items to be included in the bid price shall be, but not necessarily be limited to: all necessary materials, labor, and equipment to satisfactorily complete adjustment of the utility after completion and acceptance of the overlay as defined in the Standard Specifications and these Special Provisions. HMA used for adjustment of utility shall be included in this unit contract bid item. New covers and frames to replaced shall be provided by Valley View Sewer District. Iron materials removed shall be salvaged to the District. “Rectangular Vaned Grate”, per each. The unit cost shall be full compensation for all labor, tools, equipment, and materials necessary or incidental to providing and installing a new Rectangular Frame and Vaned Grate on an existing catch basin or manhole. Payment for adjustment of utilities and installation of storm drain marker shall be paid under respective Bid Items. “Rectangular Frame and Solid Metal Cover”, per each. 7-12 VALVES FOR WATER MAINS 7-12.3 Construction Requirements (Special Provision) Supplement Supplement this section with the following: Valve boxes and water manholes shall be adjusted per the requirements of 7-05.3(1) of the Standard Specifications and per the Standard Details. Division 7 SP-102 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 7-12.4 Measurement (Special Provision) Supplement Supplement this section with the following: “Adjust Water Valve” shall be measured per each. 7-12.5 Payment (Special Provision) Supplement Supplement this section with the following: “Adjust Water Valve”, per each. END OF DIVISION 7 Division 8 SP-103 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 DIVISION 8: MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL (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 Supplement this section with the following: Water 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(9)D Inlet Protection (Special Provision) Supplement Supplement this section with the following: Division 8 SP-104 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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) New Section Add the following 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. 8-02 ROADSIDE RESTORATION 8-02.3(4)A Topsoil Type A (Special Provision) Supplement Supplement this section with the following: Topsoil Type A shall conform to Section 9-14.2(1) of these Special Provisions and shall be supplied by a Contractor’s supplied source, as approved by the Project Engineer. 8-02.3(17) Property Restoration (Special Provision) New Section Add the following new section: Property and edge restoration shall include but not be limited to fine grading, adjusting irrigation or illumination systems, restoring plantings, bark mulch, sod and other miscellaneous restoration work not indicated on the Plans and for which no bid item has been provided. Topsoil shall be per 8- 02.3(4)A. Property or ROW damage caused by the Contractor shall be restored at the Contractor's expense. Property restoration shall include trimming of trees and shrubs as required. Bark Mulch shall be medium grade fir or hemlock. Division 8 SP-105 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Any property restoration for which no bid item has been included in the proposal but is deemed necessary by the Engineer to restore the finished site to approximate original conditions shall be paid under “Property Restoration”. All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description (Special Provision) Supplement Supplement this section with the following: 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 Supplement this section with the following: 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. White-pigmented curing compounds will not be allowed. 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. 8-04.4 Measurement (Special Provision) Supplement Supplement this section with the following: “Precast Dual Faced Sloped Mountable Curb” shall be measured per linear foot. 8-04.5 Payment (Special Provision) Supplement Supplement this section with the following: “Precast Dual Faced Sloped Mountable Curb” shall be measured per linear foot. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description (Special Provision) Supplement Supplement this section with the following: 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 Division 8 SP-106 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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: Modification of Existing Signal System at the Intersection of Interurban Avenue S & S 141st Street / 58th Avenue S • Modification of Existing Signal System at the Intersection of Interurban Avenue S & 52nd Avenue S / 58th Avenue S • Modification of Existing Signal System at the Intersection of Interurban Avenue S & I-5 Off Ramp / 48th Place S • Modification of Existing Signal System at the Intersection of Interurban Avenue S & SR 599 Off Ramp • Modification of Existing Signal System at the Intersection of Interurban Avenue S & Gateway Drive / S 133rd Street • Modification of Existing Signal System at the Intersection of Interurban Avenue S & SR 599 On Ramp The Work involves, but shall not be limited to, the following: • Traffic signal controller and equipment • Signal poles and foundations • Video detection and PTZ cameras and associated equipment • Wireless Interconnect System • Vehicle and pedestrian signal heads • APS type pedestrian push buttons • Junction boxes • Conduit, wire and fiber optic cables, including splicing • 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 Supplement this section with the following: 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 2026 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, the American Standards Association (ASA); 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 Division 8 SP-107 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 & 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(3) Permitting and Inspection (Special Provision) Supplement Supplement this section with the following: Prior to start of work, all necessary licenses and approvals shall be obtained. The Contractor shall comply with all laws, ordinances, rules, orders, and regulations relating to the performance of the work, electrical inspections, 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. 8-20.1(4) Restriction of Schedule of Work (Special Provision) New Section Add the following new section: Signal Head Installation 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. 8-20.1(5) Warranties (Special Provision) New Section Add the following 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. Division 8 SP-108 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 8-20.1(6) Errors and Omissions (Special Provision) New Section Add the following 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 Supplement this section with the following: 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 cabinets 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). 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 Supplement this section with the following: 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 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 signal heads, push buttons, cameras, wireless systems, wire, conduit, junction boxes and signal 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. Division 8 SP-109 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 8-20.3 Construction Requirements 8-20.3(1) General (Special Provision) Supplement Supplement this section with the following: 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. 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. Division 8 SP-110 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 • 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. Coordination with City Agencies 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 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. Division 8 SP-111 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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) Supplement Supplement this section with the following: Foundations for Type PPB signal poles shall be per WSDOT Standard Plan J-20.15. 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 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. 8-20.3(5) Conduit (Special Provision) Supplement Supplement this section with the following: 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 larger conduit 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. Division 8 SP-112 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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) New Section Add the following 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 not to blow air towards the service or controller cabinet. If the blockage doesn’t break free, the Contractor shall identify the potential blocked/damaged location using a fish tape. Once the blockage location is identified the Contractor shall attempt to remove the existing cabling (if any) from the conduit. If the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit again. If the fish tape passes through the conduit past the identified blockage point easily, the Contractor shall attempt to reinstall all existing cabling along with the new cabling called out in the Contract Plans. If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall excavate down to the conduit blockage point and repair the conduit break. The Contractor shall obtain approval from the Engineer prior to removing existing cabling or beginning excavation. All cabling shall be removed from the conduit prior to repairing the broken conduit. Once the conduit is repaired, the Contractor shall restore the disturbed area. The removal of cable, excavation, conduit repair, and surface restoration will be paid for by change order as determined by the Engineer. 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 of the junction 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. Division 8 SP-113 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 of all junction 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 not achievable. The integrity of the junction box shall 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. 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 binding posts. Marking sleeves and tags shall be required for all wiring. The Contractor shall provide to the City a red-line print of the 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. Division 8 SP-114 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Hand 711 721 731 741 751 761 771 781 791 Man 712 722 732 742 752 762 772 782 792 AC- 713 723 733 743 753 763 773 783 793 Detection 714 724 734 744 754 764 774 784 794 Common-Detection 715 725 735 745 755 765 775 785 795 Spare 716 726 736 746 756 766 776 786 796 Spare 717 727 737 747 757 767 777 787 797 Spare 718 728 738 748 758 768 778 788 798 Spare 719 729 739 749 759 769 779 789 799 Detection AC+ 811 821 831 841 851 861 871 881 891 AC- 812 822 832 842 852 862 872 882 892 Common-Detection 813 823 833 843 853 863 873 883 893 Detection A 814 824 834 844 854 864 874 884 894 Detection B 815 825 835 845 855 865 875 885 895 Loop 1 Out 816 826 836 846 856 866 876 886 896 Loop 1 In 817 827 837 847 857 867 877 887 897 Loop 2 Out 818 828 838 848 858 868 878 888 898 Loop 2 In 819 829 839 849 859 869 879 889 899 Supplemental Detection Loop 3 Out 911 921 931 941 951 961 971 981 991 Loop 3 In 912 922 932 942 952 962 972 982 992 Loop 4 Out 913 923 933 943 953 963 973 983 993 Loop 4 In 914 924 934 944 954 964 974 984 994 Loop 5 Out 915 925 935 945 955 965 975 985 995 Loop 5 In 916 926 936 946 956 966 976 986 996 Loop 6 Out 917 927 937 947 957 967 977 987 997 Loop 6 In 918 928 938 948 958 968 978 988 998 Spare 919 929 939 949 959 969 979 989 999 8-20.3(9) Bonding, Grounding (Special Provision) Supplement Supplement this section with the following: 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, ¾-inch in diameter by 10-feet long, connections shall be made with termite welds. Division 8 SP-115 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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(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 Representative, 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. • “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. Division 8 SP-116 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 • 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 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 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. Division 8 SP-117 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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(14) Signal Systems 8-20.3(14)A Signal Controllers (Special Provision) Supplement Supplement this section with the following: 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 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. Division 8 SP-118 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 8-20.3(14)B Signal Heads (Special Provision) Supplement Supplement this section with the following: All vehicle 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. 8-20.3(14)E Signal Standards (Special Provision) Supplement Supplement this section with the following: Traffic signal standards shall be fabricated in conformance with the methods and materials specified on the pre-approved Plans and outlined in the Standard Specifications and these Special Provisions, Sections 9-29.6(1) Steel Lights and Signal Standards. While delivering the poles to the job site and before they are installed, they shall be transported and stored in a manner that will not inconvenience the public or damage the surface finish. Poles shall be inspected by the Transportation Maintenance Department prior to install. Poles shall be unwrapped for visual inspection by Contractor prior to inspection. Once approved poles can be installed. Extreme care shall be taken by the Contractor during installation and pole erection to avoid damage to the finish. The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange with a minimum of two full threads extending beyond the locking nut. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. Leveling nuts shall not be 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). Division 8 SP-119 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 8-20.3(14)F Pedestrian Push Button Assemblies (Special Provision) New Add the following new section: 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)G Vehicle Detection System (Special Provision) New Add the following new section: Existing vehicle induction detection loop(s) shall be removed by grinding or abandoned. Disconnect all loop splices in junction boxes prior to grinding. Remove existing 2CS wiring to controller. New video detection shall be installed and operational prior to loop removal. The permanent video detection system shall consist of the following: • Fisheye video camera(s), including camera enclosure. • Camera mount assemblies, including extensions as specified in the Plans. • Video image processors • Remote communications module • Programming devices and/or software • Remote management software • Camera lenses and lens adjustment modules • Surge Suppressor • Ethernet and power cables • All other equipment necessary for a fully operational video detection system. Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor shall provide the camera mounts and cable per these Specifications. The Contractor shall install the cameras and controller unit 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)H PTZ Camera System (Special Provision) New Add the following new section: 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 • Pan, tilt, zoom (PTZ) equipment • LED Color Video Monitor, including cable Division 8 SP-120 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 • 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. Cameras shall be mounted per the Plans and per City Transportation Maintenance Department Representative directives in the field. The Contractor shall install the cameras in the presence of Engineer. Contractor shall notify the Representative 48 hours in advance of changes that will require modifications to the cameras. 8-20.3(14)I Wireless Interconnect System (Special Provision) New Add the following new section: Wireless Interconnect System and associated equipment shall be furnished and installed by the Contractor. Each system shall be secure (with AES encryption, advanced IP filtering, WPA2, multilevel authentication, user access and MAC Access Control provide the user with the tools to ensure the highest level of data integrity and protection against malicious attacks), provide extended range, have embedded GPS for positioning and RSSI/Power/Reset panel, have dynamic modulation techniques, auto-optimizing bandwidth allocation and comes with the management software to monitor the communication network. Wireless Interconnect System shall be mounted per the Plans and per City Transportation Maintenance Department Representative directives in the field. The Contractor shall install the system in the presence of Engineer. Contractor shall notify the Representative 48 hours in advance of changes that will require modifications to the system. 8-20.3(14)J Fiber Optic Equipment (Special Provision) New Add the following new section: The Contractor shall coordinate with the Engineer all fiber optic equipment the initial pre-construction meeting to assess the extents of work. 8-20.3(14)J1 Fiber Optic Patch Panels (Special Provision) New Add the following new section: The Contractor shall furnish and install signal controller mounted 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. 8-20.3(14)J2 Fiber Optic Cable Labeling (Special Provision) New Add the following new section: Permanent cable labels shall be used to identify 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. Division 8 SP-121 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 8-20.3(14)J3 Fiber Optic Connectors (Special Provision) New Add the following new section: The fiber optic connectors shall be SC types and shall provide for the termination of the individual fiber optic strands. 8-20.3(17) “As-Built” Plans (Special Provision) Supplement Supplement this section with the following: Upon completion of the construction, the Contractor shall furnish “as-built” Plans of pole locations, junction boxes, 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. 8-20.4 Measurement (Special Provision) Supplement Supplement this section with the following: 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 this Proposal. Sawcutting required shall be incidental to lump sum items and no separate measurement will be made. Conduit zone bedding shall be incidental to the lump sum items and no separate measurement will be made. Removal, and salvage where required, 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. Division 8 SP-122 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 8-20.5 Payment (Special Provision) Supplement Supplement this section with the following: Payment for Schedule A will be made for the following bid items: • Detection Modifications for Existing Signal System at the Intersection of Interurban Avenue S & S 141st Street / 58th Avenue S, Complete, per Lump Sum. • Detection Modifications for Existing Signal System at the Intersection of Interurban Avenue S & 52nd Avenue S / 58th Avenue S, Complete, per Lump Sum. • Detection Modifications for Existing Signal System at the Intersection of Interurban Avenue S & I-5 Off Ramp / 48th Place S, Complete, per Lump Sum. • Detection Modifications for Existing Signal System at the Intersection of Interurban Avenue S & SR 599 Off Ramp, Complete, per Lump Sum. • Detection Modifications for Existing Signal System at the Intersection of Interurban Avenue S & Gateway Drive / S 133rd Street, Complete, per Lump Sum. • Detection Modifications for Existing Signal System at the Intersection of Interurban Avenue S & SR 599 On Ramp, Complete, 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 and modifications of the signal systems including but not limited to signal poles and foundations, video detection cameras, conduit, conduit bedding, trenching and backfill, disposal of excavated materials, wiring, junction boxes, removal of existing wiring, salvaging materials, restoring all facilities damaged or destroyed during construction, coordination with local agencies, all required tests and inspections. 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. Payment for Schedule B will be made for the following bid items: • Interconnect Modifications for Existing Signal System at the Intersection of Interurban Avenue S & S 141st Street / 58th Avenue S, Complete, per Lump Sum. • Interconnect Modifications for Existing Signal System at the Intersection of Interurban Avenue S & 52nd Avenue S / 58th Avenue S, Complete, per Lump Sum. • Interconnect Modifications for Existing Signal System at the Intersection of Interurban Avenue S & I-5 Off Ramp / 48th Place S, Complete, per Lump Sum. • Interconnect Modifications for Existing Signal System at the Intersection of Interurban Avenue S & SR 599 Off Ramp, Complete, per Lump Sum. • Interconnect Modifications for Existing Signal System at the Intersection of Interurban Avenue S & Gateway Drive / S 133rd Street, Complete, per Lump Sum. • Interconnect Modifications for Existing Signal System at the Intersection of Interurban Avenue S & SR 599 On Ramp, Complete, per Lump Sum. Division 8 SP-123 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 and modifications of the signal systems including but not limited to traffic signal controllers and associated equipment (including BBS), PTZ cameras, wireless interconnect system, wiring, salvaging materials, restoring all facilities damaged or destroyed during construction, coordination with local agencies, all required tests and inspections. 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. END OF DIVISION 8 Division 9 SP-124 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 DIVISION 9: MATERIALS 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.1(12) Directional Boring (Special Provision) New Add the following section: 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. 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 ½ 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 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 9-29.3(1) Fiber Optic Cable (Special Provision) Supplement Supplement this section with the following: Fiber optic connectors shall be SC connectors for fibers installed in the upper compartment section of the controller cabinet. The connectors shall meet the following requirements: Division 9 SP-125 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 • Insertion Loss Change (SM): < 0.30 dB • Reflectance: < -40 dB • Fiber Height: +/- 50nm • Apex Offset: <50 μm • Return Loss: 55 dB 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(2)J Ethernet Cable (Special Provision) New Add the following section: Video detection, PTZ camera and wireless interconnect system cables shall be PoE type Ethernet type cables and conform to the manufacturer’s recommendations. 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) Division 9 SP-126 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 All new poles shall have a circular cross-section and shall be hot-dipped galvanized over their entire length and shall have end caps. The final drill locations for all new signal pole hardware and equipment shall be field approved by the City Engineer prior to drilling of the holes. 9-29.13 Control Cabinet Assemblies 9-29.13(3) Traffic Signal Controller (Special Provision) Replacement Replace this section with the following: 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. 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 8MB 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. Division 9 SP-127 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 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 Supplement this section with the following: 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. Division 9 SP-128 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 Supply (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 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 SSS87I/O. 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 Opticom™ phase selectors. This device shall be capable of receiving encoded signals from Opticom series 700 emitters and detectors. The Opticom™ 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 Division 9 SP-129 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 AlphaCell™ XTV Gel Cell batteries with 112Ah runtime. The UPS batteries shall be Alpha model 240XTV. UPS Battery Harness: 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 Supplement this section with the following: Cabinet Minimum Requirements: 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. Division 9 SP-130 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 • The cabinet shall be wired for up to a minimum of (48) channels of detection, (4) channels of Opticom™ 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. • 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 ¾” 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. Division 9 SP-131 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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 90º, 125º, and 150º. 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 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™ CX style lock or Corbin #2 tumbler series locks. The cabinet shall come equipped with a Best™ 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 Dustlock™ 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. Division 9 SP-132 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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: • 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. Division 9 SP-133 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 • 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. • 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 ½ 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 1R,1Y,1G, = phase 1 red, yellow, green. • Wiring chart: Red: 1R, 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. Division 9 SP-134 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 All wiring shall conform to NEMA TS2 Section 5.2.5 and table 5-1. Conductors shall conform to military specification MIL-W-16878D, 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 Pedestrian Don’t Walk switch 14 gauge orange Pedestrian Walk switch 14 gauge blue Pedestrian Clearance load switch 14 gauge yellow Vehicle green load switch input 22 gauge brown Vehicle yellow load switch input 22 gauge yellow Vehicle red load switch input 22 gauge red Pedestrian Don’t Walk input 22 gauge orange Pedestrian Walk input 22 gauge blue Pedestrian Clearance input 22 gauge yellow Logic Ground 18 gauge white with red tracer +24V DC 18 gauge red with white tracer +12V DC 18 gauge pink AC+ Line 14 gauge black AC- Line 14 gauge white Earth Ground 16 gauge green 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. Division 9 SP-135 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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: The cabinet shall have one (1) LED lighting fixtures with 6 high power LEDs. LEDs shall use a neutral white color emitting 800Im 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. Division 9 SP-136 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 • 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, 7 and 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: • One detector rack shall support sixteen (16) channels of loop detection, one (1) Buss Interface Units (BIU), and four (4) channels of Opticom™ 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 Opticom™ 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 Division 9 SP-137 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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: 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. Division 9 SP-138 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 Generator Cord: A 14ft generator power cord shall be supplied with the cabinet that connects between the generator bypass compartment and an external 15A/125V 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 Surge Suppression: 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 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. Division 9 SP-139 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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(3) Video Detection System (Special Provision) New Add the following section: Vehicle detection shall be a single fisheye camera by Axis M4318-PLVE Panoramic Camera by Axis. The Contractor shall furnish and install video detection system including cameras, housing, processor, mounting hardware, cables, connectors, wiring and software. Setup and testing shall be performed in the presence of the Signal Maintenance Department Representative. Video processor shall be Currux Vision and shall provide a plug and play, NEMA TS2 compliant GPU server with preinstalled software, installed in the traffic controller cabinet on (server rack mounting bracket shall be included). Server shall be equipped with SDLC connector module, built in 4 channel analog camera encoder with BNC or ethernet connectors, and built in 5 channel IO relay. Prior to placing order the Contractor shall coordinate with Signal Maintenance Department Representative the type of connectors are required for each individual intersection (BNC, ethernet or combination of both). 9-29.19 Pedestrian Pushbuttons (Special Provision) Supplement Supplement this section with the following: 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 • 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: Division 9 SP-140 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 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. 9-29.26 Pan Tilt Zoom (PTZ) Camera Systems (Special Provision) Supplement Supplement this section with the following: 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. Division 9 SP-141 City of Tukwila Interurban Avenue S Overlay Project No. NHPP 1391-004 February 2026 The system shall be outdoor H6A-PTZ Camera by Avigilon 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 I/O pigtail cable connector • NPT mount • Lock nut • Thread sealing tape • Luminaire mounting plate • PoE Media Converter 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. 9-29.27 Wireless Interconnect System (Special Provision) Supplement Supplement this section with the following: Wireless Interconnect System and associated equipment shall be furnished and installed by the Contractor and shall be Axiom by Intuicom. Each system shall be secure (with AES encryption, advanced IP filtering, WPA2, multilevel authentication, user access and MAC Access Control provide the user with the tools to ensure the highest level of data integrity and protection against malicious attacks), provide extended range, have embedded GPS for positioning and RSSI/Power/Reset panel, have dynamic modulation techniques, auto-optimizing bandwidth allocation and comes with the management software to monitor the communication network. Wireless Interconnect System shall be mounted per the Plans and per City Transportation Maintenance Department Representative directives in the field. The Contractor shall install the system in the presence of Engineer. Contractor shall notify the Representative 48 hours in advance of changes that will require modifications to the system. END OF DIVISION END OF SPECIAL PROVISION (January 5, 2026) Standard Plans The Washington State Department of Transportation Standard Plans M21-01, published September 2024, is made a part of this Contract with the following revisions: A-10.30 RISER RING detail (Including SECTION view and RISER RING DIMENSIONS table): The RISER RING detail is deleted from the plan. INSTALLATION detail, SECTION A: The “1/4”” callout is revised to read “+/- 1/4" (SEE CONTRACT ~ Note: The + 1/4" installation is shown in the Section A view)” A-40.20 Sheet 1, NOTES 1, 2, 3, and 4 are replaced with the following: 1. Use the ½ inch joint details for bridges with expansion length less than 100 feet and for bridges with L type abutments. Use the 1 inch joint details for other applications. 2. Use detail 5, 6, 7 on steel trusses and timber bridges with concrete bridge deck panels. 3. For details 1, 2, 3, and 4, the item “HMA Joint Seal at Bridge End” shall be used for payment. For details 5 and 6, the item “HMA Joint Seal at Bridge Deck Panel Joint” shall be used for payment. For detail 7, the item “Clean and Seal Bridge Deck Panel Joint” shall be used for payment. Sheet 2, Detail 8 reference to “6-09.3(6)” is revised to read “6-21.3(7)”. A-50.40 Sheet 1, Plan View: The callout “BEAM GUARDRAIL TYPE 31 TRANSITION SECTION TYPE 21 OR TYPE 24 (SEE STANDARD PLAN C-25.20 OR C-25.30)” is revised to read “BEAM GUARDRAIL TYPE 31 TRANSITION SECTION TYPE 21, 24, OR 25 (SEE STANDARD PLAN C-25.20, C-25.30, OR C-25.32)” A-60.40 Note 2 reference to “6-09.3(6)” is revised to read “6-21.3(7)”. B-55.20 General Note 3 reference to “2-09.4” is revised to read “3-07.4”. B-90.40 Valve Detail – DELETED C-20.41 Note 4, First Sentence, “Box Culvert guardrail steel posts are not needed for fill depths greater than 40 inches.” is revised to read; “Box culvert guardrail steel posts are not needed for fill depths greater than 46 inches. Provide 6-inches or greater of separation between the bottom of the guardrail post and top of the culvert” BOX CULVERT POST ASSEMBLY, ELEVATION VIEW, post assembly length dimension “41” MIN. 72” MAX.” is revised to read; “41” MIN. 78” MAX.” SECTION A, base material depth dimension - “9” MIN. 40” MAX. (SEE NOTE 4)” is revised to read: “9” MIN. 46” MAX. (SEE NOTE 4)” C20-43 Note 4, First Sentence: “Box culvert guardrail steel posts are not needed for fill depths greater than 40 inches.” is revised to read: “Box culvert guardrail steel posts are not needed for fill depths greater than 46 inches. Provide 6-inches or greater separation between the bottom of guardrail post and top of culvert.” Add a new KEY NOTE 4 - “IT IS PERMISSIBLE TO USE A 1” DIAM. ANCHOR ROD WITH TWO NUTS AND TWO – 1” DIAM. WASHERS PER STD. SPEC. SECTION 9-06.5(4) IN LIEU OF A HEX HEAD BOLT.” BOX CULVERT POST & BASE PLATE ASSEMBLY, ELEVATION VIEW, post assembly length dimension – “41” MIN. 72” MAX.” is revised to read: “41” MIN. 78” MAX.” SECTION A, base material depth dimension - “9” MIN. 40” MAX. (SEE NOTE 4)” is revised to read: “9” MIN. 46” MAX. (SEE NOTE 4)” Section A, callout – “1” (IN) DIAM. HEX HEAD BOLT (ASTM A 307, GR. A) W/NUT & 2 – 1” DIAM. WASHERS PER STD. SPEC. SECTION 9-06.5(1) ~ SEE NOTE 1”, is revised to read: “1” (IN) DIAM. HEX HEAD BOLT (ASTM A 307, GR. A) W/NUT & TWO – 1” DIAM. WASHERS PER STD. SPEC. SECTION 9-06.5(1) ~ SEE KEY NOTES 1 AND 4” Elevation View, Weld symbol – callout, See (key Note Symbol) “4” is revised to read: See (key Note Symbol) “3” C-23.70 Sheet 2, ANCHOR BRACKET ASSEMBLY DETAIL, dimension, “R. 5/16” is revised to read; R. 15/16” ANCHOR PLATE DETAIL, weld callout (fillet), 1/4" is revised to read; 3/16” C-60.20 Sheet 1, Plan view, callout – “1/2” (IN) DIAMETER X 6 1/2" (IN) LONG ANCHOR BOLT ~ PER STD. SPEC. SECT. 9-06.5(4) (TYPICAL) (SEE NOTE 7)” is revised to read: “5/8” DIAMETER x 6 1/2" (IN) LONG ANCHOR BOLT ~ PER STD. SPEC. SECT. 9-06.5(4) (TYPICAL) (SEE NOTE 7)” C-70.15 BARRIER CONNECTION DETAIL, callout – “CENTER GRID IN CONNECTION BLOCKOUT AND FILL VOID WITH TYPE 3 GROUT (STD. SPECIFICATION SECTION 9-20.3(3) PLACED IN ACCORDANCE WITH STD. SPECIFICATION SECTION 6-20.3(20)” is revised to read “CENTER GRID IN CONNECTION BLOCKOUT AND FILL VOID WITH GROUT TYPE 3 (STD. SPECIFICATION SECTION 9-20.3(3) PLACED IN ACCORDANCE WITH STD. SPECIFICATION SECTION 6-02.3(20)” C81.10 Sheet 1, TYPICAL SECTION – TRAFFIC BARRIER the R4 #6 bar on the traffic face may be placed 4” down from the top of the barrier to allow additional room to install BP railing or other attachments. The R4 bar shall be kept tight to the front R2 bar. Sheet 4, the existing table “IMPACT SHEAR AND IMPACT MOMENT TABLE” is renamed to “IMPACT SHEAR AND MOMENT TABLE DECK OVERHANG AND CONNECTIONS” keynote 25 is still applicable. Sheet 4, NOTES, the following Note is added: “3. Deck overhangs for this use constitute plain reinforced concrete typically around 8" in thickness, non-prestressed moment slabs or approach slabs, or plain reinforced and longitudinally prestressed box girders which employ a topping slab. Other Supporting Structure Systems inclusive of post-tensioned decks, walls, and or Structure segments tied together without a topping slab, with the ties in the barrier resistance load path, shall use the impact shear and moments for other supporting structures.” Sheet 4, the following table is added with a keynote 25. IMPACT SHEAR AND MOMENT TABLE OTHER SUPPORTING STRUCTURES Interior Segment End Segment Roadway and Fill Height at Curb Line (in) 0 6 12 18 24 0 6 12 18 24 End Segment Length (ft) - - - - - 10.00 10.50 11.25 11.75 12.50 Impact Moment (kip*ft/ft) 19.86 24.12 28.55 33.16 37.97 20.80 25.17 29.65 34.27 39.04 Impact Shear (kip/ft) 7.89 8.04 8.23 8.44 8.68 8.27 8.39 8.54 8.72 8.92 C-81.15 Sheet 1, General Notes, Add Note 7, to read;”7. The concrete class for the moment slab shall be class 4000 typically and class 4000A when the top of the slab is used as the roadway, or sidewalk, surface. The concrete class for the barrier is defined in Standard Specification Section 6-10.3.” C-85.11 On Section B, the callout “3” EXPANDED POLYSTYRENE AROUND COLUMN (TYP.)” is revised to read “3” EXPANDED POLYSTYRENE OR POLYETHYLENE FOAM AROUND COLUMN (TYP.)” D-3.09 Sheet 1, GEOSYNTHETIC WALL WITH 2 FT TRAFFIC SURCHARGE detail, callout – “BARRIER ON WALL ~ SEE Standard Plan D-3.15 or D-3.16” is revised to read: “BARRIER ON WALL ~ SEE CONTRACT PLANS” D-3.10 Sheet 1, Typical Section, callout – “FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.15” is revised to read; ”FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER, SEE CONTRACT PLANS” Sheet 1, Typical Section, callout – “FOR WALLS WITH F-SHAPE TRAFFIC BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.16” is revised to read; ”FOR WALLS WITH F-SHAPE TRAFFIC BARRIER, SEE CONTRACT PLANS” D-3.11 Sheet 1, Typical Section, callout – “”B” BRIDGE APPROACH SLAB (SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE STANDARD PLANS D-3.15 OR D-3.16” is revised to read; ”B” BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS) Sheet 1, Typical Section, callout – “TYPICAL BARRIER ON BRIDGE APPROACH SLAB (SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE STANDARD PLANS D-3.15 OR D-3.16” is revised to read; “TYPICAL BARRIER ON BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS) D-10.10 Note 7, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced Concrete Retaining Wall Type 1 and 1SW”. D-10.15 Note 7, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced Concrete Retaining Wall Type 2 and 2SW”. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. D-10.40 Note 5, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced Concrete Retaining Wall Type 7”. D-10.45 Note 5, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced Concrete Retaining Wall Type 8”. E-20.10 On Sheet 2, the reference to “2-09.4” is revised to read “3-07.4”. F-10.18 Note 1; “Construct curb joints at cement concrete pavement transverse joint locations. If all adjacent pavement is HMA, see Standard Plan F-30.10 for Curb Expansion and Contraction Joint Spacing.” is revised to read – “See Standard Plan F-30.10 and Standard Specification Section 8-04.3 for Curb Expansion and Contraction Joint details and spacing.” CURB 3 Detail, the diamond note 1 callout on the 6” dimension at the bottom left side of the detail, is revised to be a diamond note 2 callout. F-30.10 All five instances of the “2.0% MAX.” are replaced with “2.1% MAX.” F-40.12 The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” Note 7 is replaced with the following: 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do not include the abutting landing in the Curb Ramp length measurement. When a ramp is constructed on a radius, the Curb Ramp length is measured on the inside radius along the back of the walkway. Section B is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” Section C is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” F-40.14 The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” Note 7 is replaced with the following: 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do not include the abutting landing in the Curb Ramp length measurement. When a ramp is constructed on a radius, the Curb Ramp length is measured on the inside radius along the back of the walkway. Section A is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” Section C is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” F-40.15 The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” Note 7 is replaced with the following: 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do not include the abutting landing in the Curb Ramp length measurement. Section A is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” F-40.16 The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” Note 8 is replaced with the following: 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do not include the abutting landing in the Curb Ramp length measurement. Section A is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” Section B is amended as follows: Delete: “15’ – 0” MAX. (TYP.)” F-80.10 The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” Note 6 is replaced with the following: The running slope of the Pedestrian Ramp shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. Use a single constant slope from bottom of ramp to top of ramp to match into the sidewalk. Section A is amended as follows: Delete: “15” Max.” J-5.50 General Note 4 reference to “2-09.3(1)E” is revised to read “3-07.3(1)E” General Note 5 reference to “2-09.3(1)E” is revised to read “3-07.3(1)E” J-10.10 Sheet 4 of 6, “Foundation Size Reference Table”, PAD WIDTH column, Type 33xD=6’ – 3” is revised to read: 7’ – 3”. Type 342LX / NEMA P44=5’ – 10” is revised to read: 6’ – 10” Sheet 5 of 6, Plan View, “FOR EXAMPLE PAD SHOWN HERE:, “first bullet” item, “-SPACE BETWEEN TYPE B MOD. CABINET AND 33x CABINET IS 6” (IN)” IS REVISED TO READ: “SPACE BETWEEN TYPE B MOD. CABINET (BACK OF ALL CHANNEL STEEL) AND 33x CABINET IS 6” (IN) (CHANNEL STEEL ADDS ABOUT 5” (IN)” J-10.16 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-10.17 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-10.18 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-15.15 The reference to “2-09.3(1)E” is revised to read “3-07.3(1)E” J-20.01 STANDARD DIMENSIONS AND REFERENCES table, TYPE FB, Standard Height column – “15’-0” ”is revised to read; “14’-0” ” J-20.10 DELETED J-20.11 DELETED J-20.26 Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian pushbutton post.” Add General Note 2, to read: “Signs shown are for locations with pedestrian signal displays (Accessible Pedestrian Signals/APS). Accessible information device (AID) pushbuttons signs not shown.” Revise View Titles (Both Sheets) to read: “ACCESSIBLE PEDESTRIAN PUSHBUTTON ASSEMBLY” J-20.16 View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1, Anchor Bolt Template, callout; “9” (IN) BOLT CIRCLE” is revised to read: “9” (IN) DIA.BOLT CIRCLE” Base Plate Detail, callout; “3/4” (IN) STEEL PLATE WITH HOLE = POLE BASE + 1/6” (IN)” IS REVISED TO READ; “3/4” (IN) STEEL PLATE WITH HOLE = POLE BASE + 1/16” (IN)” Flat Foundation Detail – Elevation, callout; “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ THREE REQ’D. PER ASSEMBLY” is revised to read; “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ FOUR REQ’D. PER ASSEMBLY” Flat Foundation Detail – Elevation, dimension; 4’ – 0” is revised to read; “4’ – 0” ROUND OR 3’ – 0” SQUARE” J-21.15 Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE NIPPLE ~ 1 ½” (IN) DIAM. J-21.16 On both elevation views, the overall standard height dimension “15’-0” ” is revised to read; “14’-0” ” J-26.10 The reference to “2-09.3(1)E” is revised to read “3-07.3(1)E” J-27.10 The reference to “2-09.3(1)E” is revised to read “3-07.3(1)E” J-28.30 General Note 13 – “See Standard Plans C-8b and C-85.14 for steel light standards on traffic barrier” is revised to read; “See Standard Plan C-85.15 for steel light standards on traffic barrier.” J-29.10 The reference to “2-09.3(1)E” is revised to read “3-07.3(1)E” J-40.10 Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S. FLAT WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 1/2” (IN) S. S. FLAT WASHER” J-40.36 Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-40.37 Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-50.15 Sheet 1, SECTION A, the call out “LOOP LEAD-IN WIRES, TWISTED PAIRS ~ MAX. 3 PAIRS” is revised to read “LOOP LEAD-IN WIRES, TWISTED PAIRS ~ MAX. 6 PAIRS” General Note 1 reference to “2-09.3(1)E” is revised to read “3-07.3(1)E” J-75.20 Key Notes, note 16, second bullet point, was: “1/2” (IN) x 0.45” (IN) Stainless Steel Bands”, add the following to the end of the note: “Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware.” J-75.55 Notes, Note A1, Revise reference, was – G-90.29, should be – G-90.20. K-80.32 Sheet 1, END VIEW, the callout located at the base of barrier – “SEE NOTE 2” is revised to read: “SEE NOTE 3” Sheet 2, WIRE ROPE LOOP DETAIL, dimension (overall length) – “SEE NOTE 1” is revised to read: “SEE NOTE 2” Sheet 2, Side View (Right), callout – “WIRE ROPE LOOPS – SEE NOTE 1” is revised to read: “WIRE ROPE LOOPS – SEE NOTE 2” L-5.10 Add new general Note 9 on sheet 1 – “9. The top of wall in Section A on Sheet 1 shall be located as follows: 1) flush with the finished grade when placed within the deflection distance of the long span guardrail system (Std. Plan C-20.40), 2) Two inches maximum above finished grade when placed behind a box culvert guardrail steel post system (Std. Plan C-20.41 or C-20.43), 3) Six inches minimum for all other applications. The bottom rail shall be located at mid height between the top rail and the top of structure.” M-20.30 Wide Dotted Lane Line Detail, reference below title, (SEE NOTE 6) is revised to read: (SEE NOTE 5) M-40.10 Guide Post Type ~ Reflective Sheeting Applications Table, remove reference - “(SEE NOTE 5)” The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 ......... 8/7/07 A-30.35-00 ..... 10/12/07 A-50.10-02 ....... 7/18/24 A-10.20-00 ....... 10/5/07 A-40.00-01 ......... 7/6/22 A-50.40-01 ....... 8/17/21 A-10.30-00 ....... 10/5/07 A-40.10-04 ....... 7/31/19 A-60.10-03 ..... 12/23/14 A-20.10-00 ....... 8/31/07 A-40.15-00 ....... 8/11/09 A-60.20-03 ..... 12/23/14 A-30.10-00 ....... 11/8/07 A-40.20-04 ....... 1/18/17 A-60.30-01 ....... 6/28/18 A-30.30-01 ....... 6/16/11 A-40.50-03 ...... 9/12/23 A-60.40-00 ....... 8/31/07 B-5.20-03 ........... 9/9/20 B-30.50-03 ....... 2/27/18 B-75.20-03 ....... 8/17/21 B-5.40-02 ......... 1/26/17 B-30.60-00 ......... 9/9/20 B-75.50-02 ....... 3/15/22 B-5.60-02 ......... 1/26/17 B-30.40-03 ....... 2/27/18 B-70.60-01 ....... 1/26/17 B-10.20-03 ....... 8/23/23 B-30.70-04 ....... 2/27/18 B-75.60-00 ......... 6/8/06 B-10.40-02 ....... 8/17/21 B-30.80-01 ....... 2/27/18 B-80.20-00 ......... 6/8/06 B-10.70-03 ....... 8/23/23 B-30.90-02 ....... 1/26/17 B-80.40-00 ......... 6/1/06 B-15.20-01 ......... 2/7/12 B-35.20-00 ......... 6/8/06 B-85.10-01 ....... 6/10/08 B-15.40-01 ......... 2/7/12 B-35.40-01 ....... 8/23/23 B-85.20-00 ......... 6/1/06 B-15.60-02 ....... 1/26/17 B-40.20-00 ......... 6/1/06 B-85.30-00 ......... 6/1/06 B-20.20-02 ....... 3/16/12 B-40.40-02 ....... 1/26/17 B-85.40-00 ......... 6/8/06 B-20.40-04 ....... 2/27/18 B-45.20-01 ........ 7/11/17 B-85.50-01 ....... 6/10/08 B-20.60-03 ....... 3/15/12 B-45.40-01 ....... 7/21/17 B-90.10-00 ......... 6/8/06 B-25.20-02 ....... 2/27/18 B-50.20-00 ......... 6/1/06 B-90.20-00 ......... 6/8/06 B-25.60-03 ....... 8/23/23 B-55.20-03 ....... 8/17/21 B-90.30-00 ......... 6/8/06 B-30.05-00 ......... 9/9/20 B-60.20-02 ......... 9/9/20 B-90.40-01 ....... 1/26/17 B-30.10-03 ....... 2/27/18 B-60.40-01 ....... 2/27/18 B-90.50-00 ......... 6/8/06 B-30.15-00 ....... 2/27/18 B-65.20-01 ....... 4/26/12 B-95.20-02 ....... 8/17/21 B-30.20-04 ....... 2/27/18 B-65.40-00 ......... 6/1/06 B-95.40-01 ....... 6/28/18 B-30.30-03 ....... 2/27/18 B-70.20-01 ....... 3/15/22 C-1 ..................... 9/8/22 C-23.70-01 ..... 10/16/23 C-70.10-04 ..... 10/16/23 C-1b ............... 10/12/23 C.24.10-05 ....... 7/21/24 C-70.15-01 ....... 7/21/24 C-1d ............... 10/31/03 C-24.15-00 ....... 3/15/22 C-75.10-02 ....... 9/16/20 C-6a ................... 9/8/22 C-25.20-07 ....... 8/20/21 C-75.20-03 ....... 8/20/21 C-7 ..................... 9/8/22 C-25.22-06 ....... 8/20/21 C-75.30-03 ....... 8/20/21 C-7a ................... 9/8/22 C-25.26-05 ....... 8/20/21 C-80.10-03 ..... 10/16/23 C-20.10-09 ..... 10/12/23 C-25.30-01 ....... 8/20/21 C-80.20-01 ........ 6/11/14 C-20.14-05 ......... 9/8/22 C-25.32-00 ....... 7/29/24 C-80.30-02 ....... 8/20/21 C-20.15-03 ..... 10/12/23 C-25.80-05 ....... 8/12/19 C-80.40-01 ........ 6/11/14 C-20.18-04 ......... 9/8/22 C-60.10-04 ....... 7/21/24 C-85.10-00 ......... 4/8/12 C-20.40-10 ..... 10/12/23 C-60.15-01 ....... 7/21/24 C-85.11-01 ....... 9/16/20 C-20.41-05 ....... 7/18/24 C-60.20-01 ......... 9/8/22 C-85.15-03 ..... 10/17/23 C-20.43-01 ....... 7/18/24 C-60.30-02 ....... 7/21/24 C-85-18-03 ......... 9/8/22 C-20.44-00 ....... 8/13/24 C-60.40-01 ....... 7/21/24 C-81.10-00 ....... 9/12/23 C-20.45-03 ......... 9/8/22 C-60.45-01 ....... 7/21/24 C-81.15-00 ....... 9/12/23 C-20.55-00 ....... 7/30/24 C-60.50-01 ....... 7/21/24 C-22.16-08 ..... 10/17/23 C-60.60-01 ....... 7/21/24 C-22.40-11 ....... 7/21/24 C-60.70-01 ......... 9/8/22 C-22.45-07 ....... 7/21/24 C-60.80-02 ....... 7/21/24 D-2.36-03 ......... 6/11/14 D-3.11-03 .......... 6/11/14 D-10.25-01 ......... 8/7/19 D-2.46-02 ......... 8/13/21 D-4 .................. 12/11/98 D-10.30-00 ......... 7/8/08 D-2.84-00 ....... 11/10/05 D-6 ................... 6/19/98 D-10.35-00 ......... 7/8/08 D-2.92-01 ......... 4/26/22 D-10.10-01 ....... 12/2/08 D-10.40-01 ....... 12/2/08 D-3.09-00 ......... 5/17/12 D-10.15-01 ....... 12/2/08 D-10.45-01 ....... 12/2/08 D-3.10-01 ......... 5/29/13 D-10.20-01 ......... 8/7/19 D-20.10-00 ....... 10/9/23 E-1 .................... 2/21/07 E-4 ................... 8/27/03 E-20.10-00 ....... 9/12/23 E-2 .................... 5/29/98 E-4a ................. 8/27/03 E-20.20-00 ....... 10/4/23 F-10.12-04 ........ 9/24/20 F-10.62-02 ....... 4/22/14 F-40.15-04 ....... 9/25/20 F-10.16-00 ...... 12/20/06 F-10.64-03 ....... 4/22/14 F-40.16-03 ....... 6/29/16 F-10.18-04 ........ 6/28/24 F-30.10-04 ....... 9/25/20 F-45.10-05 ......... 6/4/24 F-10.40-04 ........ 9/24/20 F-40.12-03 ....... 6/29/16 F-80.10-04 ....... 7/15/16 F-10.42-00 ........ 1/23/07 F-40.14-03 ....... 6/29/16 G-10.10-00 ....... 9/20/07 G-24.50-05 ......... 8/7/19 G-90.10-03 ........ 7/11/17 G-20.10-03 ....... 8/20/21 G-24.60-05 ....... 6/28/18 G-90.20-05 ........ 7/11/17 G-22.10-04 ....... 6/28/18 G-25.10-05 ....... 9/16/20 G-90.30-04 ........ 7/11/17 G-24.10-00 ....... 11/8/07 G-26.10-00 ....... 7/31/19 G-95.10-02 ....... 6/28/18 G-24.20-01 ......... 2/7/12 G-30.10-04 ....... 6/23/15 G-95.20-03 ....... 6/28/18 G-24.30-02 ....... 6/28/18 G-50.10-03 ....... 6/28/18 G-95.30-03 ....... 6/28/18 G-24.40-07 ....... 6/28/18 H-10.10-01 ......... 6/2/24 H-30.10-00 ..... 10/12/07 H-70.10-02 ....... 8/17/21 H-10.11-00 ......... 6/2/24 H-32.10-00 ....... 9/20/07 H-70.20-02 ....... 8/17/21 H-10.15-01 ......... 6/2/24 H-60.10-01 ......... 7/3/08 H-10.16-00 ......... 6/2/24 H-60.20-01 ......... 7/3/08 I-10.10-01 ......... 8/11/09 I-30.20-00 ........ 9/20/07 I-40.20-00 ........ 9/20/07 I-30.10-02 ......... 3/22/13 I-30.30-02 ........ 6/12/19 I-50.20-02 .......... 7/6/22 I-30.15-02 ......... 3/22/13 I-30.40-02 ........ 6/12/19 I-60.10-01 ........ 6/10/13 I-30.16-01 ......... 7/11/19 I-30.60-02 ........ 6/12/19 I-60.20-01 ........ 6/10/13 I-30.17-01 ......... 6/12/19 I-40.10-00 ........ 9/20/07 I-80.10-02 ........ 7/15/16 J-05.50-00 ........ 8/30/22 J-26.10-03 ........ 7/21/16 J-50.05-00 ........ 7/21/17 J-10 .................. 7/18/97 J-26.15-01 ........ 5/17/12 J-50.10-01 ....... .7/31/19 J-10.10-04 ........ 9/16/20 J-26.20-01 ........ 6/28/18 J-50.11-02 ........ 7/31/19 J-10.12-00 ........ 9/16/20 J-27.10-01 ........ 7/21/16 J-50.12-02 .......... 8/7/19 J-10.14-00 ........ 9/16/20 J-27.15-00 ........ 3/15/12 J-50.13-01 ........ 8/30/22 J-10.15-01 ........ 6/11/14 J-28.01-00 ........ 8/30/22 J-50.15-01 ........ 7/21/17 J-10.16-02 ........ 8/18/21 J-28.10-02 .......... 8/7/19 J-50.16-01 ........ 3/22/13 J-10.17-02 ........ 8/18/21 J-28.22-00 ........ 8/07/07 J-50.18-00 .......... 8/7/19 J-10.18-02 ........ 8/18/21 J-28.24-02 ........ 9/16/20 J-50.19-00 .......... 8/7/19 J-10.20-04 ........ 8/18/21 J-28.26-01 ...... 12/02/08 J-50.20-00 ........... 6/3/11 J-10.21-02 ........ 8/18/21 J-28.30-04 ........ 6/18/24 J-50.25-00 ........... 6/3/11 J-10.22-03 ........ 10/4/23 J-28.40-02 ......... 6/11/14 J-50.30-00 ........... 6/3/11 J-10.25-01 ........ 6/21/24 J-28.42-01 ......... 6/11/14 J-60.05-01 ........ 7/21/16 J-10.26-00 ....... .8/30/22 J-28.43-01 ........ 6/28/18 J-60.11-00 ........ 5/20/13 J-12.15-00 ........ 6/28/18 J-28.45-03 ........ 7/21/16 J-60.12-00 ........ 5/20/13 J-12.16-00 ........ 6/28/18 J-28.50-03 ........ 7/21/16 J-60.13-00 ........ 6/16/10 J-15.10-01 ........ 6/11/14 J-28.60-03 ........ 8/27/21 J-60.14-01 ........ 7/31/19 J-15.15-02 ........ 7/10/15 J-28.70-04 ........ 8/30/22 J-75.10-02 ........ 7/10/15 J-20.01-01 ....... .6/21/24 J-29.10-02 ........ 8/26/22 J-75.20-01 ........ 7/10/15 J-20.05-00 ........ 6/21/24 J-29.15-01 ........ 7/21/16 J-75.30-02 ........ 7/10/15 J-20.10-05 ........ 10/4/23 J-29.16-02 ........ 7/21/16 J-75.50-00 ........ 8/30/22 J-20.11-03 ........ 7/31/19 J-30.10-01 ........ 8/26/22 J-75.55-00 ........ 8/30/22 J-20.15-04 ........ 6/21/24 J-40.01-00 ........ 8/30/22 J-80.05-00 ........ 8/30/22 J-20.16-02 ........ 6/30/14 J-40.05-00 ........ 7/21/16 J-80.10-01 ........ 8/18/21 J-20.20-02 ........ 5/20/13 J-40.10-04 ........ 4/28/16 J-80.12-00 ........ 8/18/21 J-20.26-01 ........ 7/12/12 J-40.20-03 ........ 4/28/16 J-80.15-00 ........ 6/28/18 J-21.10-05 ........ 6/21/24 J-40.30-04 ........ 4/28/16 J-81.10-02 ........ 8/18/21 J-21.15-01 ........ 6/10/13 J-40.35-01 ........ 5/29/13 J-81.12-00 .......... 9/3/21 J-21.16-02 ........ 6/21/24 J-40.36-02 ........ 7/21/17 J-84.05-00 ........ 8/30/22 J-21.17-01 ........ 6/10/13 J-40.37-02 ........ 7/21/17 J-86.10-00 ........ 6/28/18 J-21.20-01 ........ 6/10/13 J-40.38-01 ........ 5/20/13 J-90.10-03 ........ 6/28/18 J-22.15-03 ........ 6/21/24 J-40.39-00 ........ 5/20/13 J-90.20-03 ........ 6/28/18 J-22.16-03 ........ 7/10/15 J-40.40-02 ........ 7/31/19 J-90.21-02 ........ 6/28/18 J-22.17-00 ........ 6/21/24 J-45.36-00 ........ 7/21/17 J-90.50-00 ........ 6/28/18 K-70.20-01 ......... 6/1/16 K-80.32-00 ....... 8/17/21 K-80.35-01 ....... 9/16/20 K-80.10-02 ....... 9/25/20 K-80.34-00 ....... 8/17/21 K-80.37-01 ....... 9/16/20 L-5.10-02 ............ 6/5/24 L-20.10-03 ....... 7/14/15 L-40.20-02 ....... 6/21/12 L-5.15-00 .......... 9/19/22 L-30.10-02 ........ 6/11/14 L-70.10-01 ....... 5/21/08 L-10.10-02 ........ 6/21/12 L-40.15-01 ........ 6/16/11 L-70.20-01 ....... 5/21/08 M-1.20-04 ......... 9/25/20 M-9.60-00 ........ 2/10/09 M-24.66-00 ....... 7/11/17 M-1.40-03 ......... 9/25/20 M-11.10-04 ......... 8/2/22 M-40.10-04 .... 10/17/23 M-1.60-03 ......... 9/25/20 M-12.10-04 ...... 6/28/24 M-40.20-00 .... 10/12/07 M-1.80-03 ........... 6/3/11 M-15.10-02 ...... 7/17/23 M-40.30-01 ....... 7/11/17 M-2.20-03 ......... 7/10/15 M-17.10-02 ........ 7/3/08 M-40.40-00 ...... 9/20/07 M-2.21-00 ......... 7/10/15 M-20.10-04 ........ 8/2/22 M-40.50-00 ...... 9/20/07 M-3.10-04 ......... 9/25/20 M-20.20-02 ...... 4/20/15 M-40.60-00 ...... 9/20/07 M-3.20-04 ........... 8/2/22 M-20.30-05 ...... 6/28/24 M-60.10-01 ......... 6/3/11 M-3.30-04 ......... 9/25/20 M-20.40-03 ...... 6/24/14 M-60.20-03 ...... 8/17/21 M-3.40-04 ......... 9/25/20 M-20.50-02 ......... 6/3/11 M-65.10-03 ...... 8/17/21 M-3.50-03 ......... 9/25/20 M-24.20-02 ...... 4/20/15 M-80.10-01 ......... 6/3/11 M-5.10-03 ......... 9/25/20 M-24.40-02 ...... 4/20/15 M-80.20-00 ...... 6/10/08 M-7.50-01 ......... 1/30/07 M-24.60-04 ...... 6/24/14 M-80.30-00 ...... 6/10/08 M-9.50-02 ......... 6/24/14 M-24.65-00 ....... 7/11/17 APPENDIX A Standard Plans and Details DS-05 DS-11 1'-6"1'-6" SEAL JOINTWITH PAVING ASPHALT HMA CL 12''.COMPACTION SHALL BEACHIEVED USING ''JUMPING JACK''AND/OR PNEUMATIC ''POGO STICK''. DIG OUT LIMIT AND ASPHALT PERIMETERSHALL EXTEND 2" BELOW ADJUSTMENT RINGS ORRISERS. EXISTING CB OR MANHOLE SEAL JOINTWITH PAVING ASPHALT HMA CL 12''0.3' MAX LIFTTHICKNESS ADJUSTING BRICK,CONCRETE RISER OR GRADE RING. NO STEELRISERS ALLOWED (TYP.) RING OR FRAME GRATE OR LID 2" MINIMUM NOT TO SCALE APPROVAL: H. PONNEKANTI Tukwila SHEET: City of LAST REVISION: APRIL 2019 UTILITY ADJUSTMENT G-2 SECTION DETAIL THROUGH STRUCTURE NOTE: 1. COMPACTION METHODS SHALL BE USED UNTIL MATERIAL REACHES A FIRM AND UNYIELDING CONDITION 2. UNPAVED AREAS: BACKFILL WITH NATIVE MATERIAL APPROVED BY THE ENGINEER OR CRUSHED ROCK PER WSDOT 9-03.9. CEMENT CONCRETE TRAFFIC CURB AND GUTTER DEPRESSED CURB SECTION CEMENT CONCRETE TRAFFIC CURB 512"612"12"R=1"R=12" 18" 6"TOP OFROADWAYMATCH ROADWAYSLOPE (2% MIN.) R=12" VARIES 612" FACE OF CURB VA R I E S F R O M 6 1 2 " T O 1 2 " R=1"R=12" 18" 6" TOP OFROADWAY MATCH ROADWAY SLOPE (2% MIN.) LEVEL R=12" VARIES FROM 0" TO 6". MAINTAIN 1H:6V SLOPE ON SIDE OF CURB 512"612"R=1"R=12"FACE OF CURB FACE OF CURBTOP OFROADWAY16" 814" 6" CEMENT CONCRETE PEDESTRIAN CURB 12 " R=12" 6" R=1" VARIES FROM 0" TO 6" 3/8" PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE ORASPHALT CONCRETE SIDEWALK OR PATH NOT TO SCALE APPROVAL: H. PONNEKANTI Tukwila SHEET: City of LAST REVISION: APRIL 2019 CEMENT CONCRETE CURB DETAIL RS-04 NOTES: 1. ALL CEMENT CONCRETE CURBS SHALL BE CONSTRUCTED WITH AIR ENTRAINED CONCRETE CLASS 3000 PSI CONFORMING TO WSDOT STD. SPEC. 6-02 EXCEPT AS SPECIFIED IN NOTE 2. 2. CEMENT CONCRETE CURB OR CURB AND GUTTER ALONG THE FULL WIDTH OF A DRIVEWAY ENTRANCE SHALL BE CONSTRUCTED WITH AIR ENTRAINED CONCRETE CLASS 4000 CONFORMING TO WSDOT STD. SPEC. 6-02. 3. CURB EXPANSION JOINT TO BE PLACED EVERY 15'. 4. REMOVAL/REPLACEMENT OF CEMENT CONCRETE CURB SHALL BE FROM EXPANSION JOINT TO EXPANSION JOINT UNLESS OTHERWISE DIRECTED BY THE ENGINEER. 5. FOR CURB AND GUTTER CATCH BASIN SURROUND SEE RS-15. A SIDEWALK 4" 25' MIN.-35' MAX.DRIVEWAY 20' MIN.SURFACEPAVEDA*(SEE RS-09)6' MIN15' MAX 6' MIN15' MAX 6' MIN 15' MAX 6' MIN15' MAX5'-6"8.3% (MAX)7.5% (TYP) 8.3% ( M A X ) 7.5% ( T Y P ) 3/8" PREMOLDEDEXPANSIONJOINT (TYP.) SIDEWALK 5'-6' 1.5%15% MAX* 2" - 5/8" MINUS (CSTC PER WSDOT 9-03.9(3)) DEPRESSED CURB AND GUTTER. SEE RS-04 3/8" PREMOLDED EXPANSION JOINT (TYP.) * SEE CONTRACT PLANS FOR DRIVEWAY PROFILE 12'' LIP 6'' NOT TO SCALE APPROVAL: H. PONNEKANTI Tukwila SHEET: City of LAST REVISION: APRIL 2019 COMMERCIAL DRIVEWAY RS-08 NOTES: 1. DRIVEWAY WIDTH: 25' MIN - 35' MAX. 2. THIS ALTERNATE SHOULD BE USED ONLY AFTER STUDYING CLOSENESS OF DRIVEWAYS, DRAINAGE, TOPOGRAPHY, DRIVEWAY GRADES, RIGHT OF WAY, ETC. 3. DRIVEWAYS WITH HIGH VOLUME (AS NOTED BY CITY ENGINEER) MAY BE APPROVED FOR INTERSECTION TYPE ACCESS. 4. TURNING RESTRICTIONS MAY BE APPLIED BY THE CITY ENGINEER. 5. CONCRETE SHALL BE CLASS 4000 PSI. 6. INSPECTION REQUIRED BEFORE PLACING CONCRETE. AT LEAST 24 HOUR NOTICE MUST BE GIVEN TO TUKWILA PUBLIC WORKS DEPARTMENT FOR INSPECTION. 7. ALL DRIVEWAY APRONS SHALL BE A MINIMUM OF 6" THICK. 8. WHERE DRIVEWAY WIDTHS EXCEED 15', A 3/8" X 5-1/2" EXPANSION JOINT SHALL BE PLACED LONGITUDINALLY ALONG THE CENTERLINE. 9. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH APWA/WSDOT PLANS AND SPECIFICATIONS OR AS DIRECTED BY THE CITY OF TUKWILA. 10. AN ASPHALT APRON MAY BE USED WITHIN THE ROW IN AREAS WHERE NO CURB EXISTS. 11. REMOVAL OF EXISTING CONCRETE CURB, GUTTER OR SIDEWALK SHALL BE TO THE NEXT EXPANSION JOINT; SCORE JOINTS MUST BE SAW CUT AND REPLACED WITH AN EXPANSION JOINT. SECTION A-A A A 15' 4" 5'5' CURB RAMP (SEE RS-10 - RS-14) SCORE JOINTS EVERY 5' 3" WIDE EDGER FINISH EXPANSION JOINTS EVERY 15' 1" WIDE X 3/8" DEEP SCORE JOINTS MIN. 4' LANDING SIDEWALK 5' MIN (SEE ABOVE) 4" 1.5% (TYP) 2" - 5/8" MINUS (CSTC PER WSDOT 9-03.9(3)) CURB AND GUTTER. SEE RS-04. 3/8" PREMOLDEDEXPANSION JOINT (TYP.) 3/8" PREMOLDED EXPANSION JOINT (TYP.) NOT TO SCALE APPROVAL: H. PONNEKANTI Tukwila SHEET: City of LAST REVISION: APRIL 2019 SIDEWALK RS-09 NOTES: 1. SIDEWALKS SHALL BE A MINIMUM OF 8 FEET WIDE AT BUS STOPS AND PULLOUTS, OR WHERE THE SPEED LIMIT IS OVER 35 MPH, OR WHERE A TRAIL AND SIDEWALK ARE COMBINED. 2. CONCRETE SHALL BE CLASS 4000 PSI. 3. PLACE CEMENT CONCRETE OVER 2" OF 5/8" MINUS CRUSHED ROCK (CSTC PER WSDOT 9-03.9(3)). 4. REMOVE EXISTING CONCRETE CURB, GUTTER OR SIDEWALK TO THE NEAREST JOINT; SCORE JOINTS MUST BE SAW CUT AND REPLACED WITH NEW. 5. SIDEWALKS CONSTRUCTED WITHIN SOUTHCENTER HAVE ADDITIONAL REQUIREMENTS. * SEE TMC CHAPTER 9.48.040 FOR MORE INFORMATION ** SEE TMC CHAPTER 18.28 TUKWILA URBAN CENTER (TUC) FOR MORE INFORMATION SECTION A-A ELEVATION PLAN VIEW MINIMUM SIDEWALK WIDTHSMINORARTERIAL*PRINCIPALARTERIAL*SOUTHCENTER**5'6' 6' RS - 1 0 RS - 1 1 RS-12 RS-13 RS-14 RS-14 24' 39' 24' 15' 27' 27' 3' 3' 8"(TYP.) 3' 15'27' 3' 3' 3' 15' 15' 27' 3' 4.5"(TYP.) NOT TO SCALE APPROVAL: H. PONNEKANTI Tukwila SHEET: City of LAST REVISION: APRIL 2019 RAISED PAVEMENT MARKER RS-17 NOTES: 1. ALL PAVEMENT MARKINGS TYPE 1 AND TYPE 2 SHALL MEET THE REQUIREMENTS OF THE APWA/WSDOT STANDARD SPECIFICATIONS AND DETAILS. LEGENDDSY - DOUBLE SOLID YELLOW DSW - DOUBLE SOLID WHITE SSY - SINGLE SOLID YELLOW SSW - SINGLE SOLID WHITE SBW - SINGLE BROKEN WHITE SBY - SINGLE BROKEN YELLOW TWLT - TWO-WAY LEFT TURN LANE TYPE 2YY REFLECTOR TYPE #1 YELLOW TRAFFIC BUTTON TYPE #1 WHITE TRAFFIC BUTTON TYPE 2WW REFLECTOR DIRECTION OF TRAVEL * THIS SPACING SHALL BE USED ONLY WHEN THE (SSY) IS USED IN CONJUNCTION WITH THE (SBY) FOR TWO-WAY LEFT TURN LANES SBW SSW DSY SSY* SSY SBY DSW TWLT LANESSYSBY LC CURB OR EDGEOF ROADWAY 2' 10' 1' 1' * 2' 1'TRAFFICFLOW TRAFFICFLOW ROADWAY LANE LINE LANE LINE TRAFFICFLOW TRAFFICFLOW 4' PLACE AT CENTEROF LANE (TYP) 2' MIN (TYP) NOT TO SCALE APPROVAL: H. PONNEKANTI Tukwila SHEET: City of LAST REVISION: APRIL 2019 CROSSWALK DESIGN AND PLACEMENT RS-20 NOTES: 1. CROSSWALK BARS SHALL NOT BE PLACED IN THE WHEEL PATHS AND EVENLY DISTRIBUTED. 2. USE 12" BAR IF SPEED LESS THAN 35 MPH. 3. USE 24" BAR IF SPEED IS GREATER OR EQUAL TO 35 MPH. 4. *2' CROSSWALK BARS TO BE CENTERED ON CENTERLINE, LANE LINES, AND TRAVEL LANES 5. ALL CROSSWALK CHANNELIZATION SHALL BE PLASTIC APPLICATION TYPE A PER WSDOT 9-34. CROSSWALKS RS-21 (EXI APPENDIX B Federal and State Prevailing Wage Rates Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 1/30/2026 Edition, Published January 30, 2026 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non-standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. X See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and X 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete X pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. Supplemental to Wage Rates 2 1/30/2026 Edition, Published January 30, 2026 X X X X X X X ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in X the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel X items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion X joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth X in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section X 9-19.1 of Std. Spec.. 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 1/30/2026 Edition, Published January 30, 2026 X X X X X X X X X ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. X See Std. Plans. 19. Precast Grate Inlet Type 2 with extension and top units. X See Std. Plans 20. Metal frames, vaned grates, and hoods for Combination X Inlets. See Std. Plans 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting. 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete X Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. X See hop Drawing. SFabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 1/30/2026 Edition, Published January 30, 2026 X X X X X X X X X X ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder – Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials X To be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing X to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has Annual approval of methods and materials to be used. Shop X Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover X See Std. Plan. Supplemental to Wage Rates 5 1/30/2026 Edition, Published January 30, 2026 X X X X X X X ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel X Structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow X crete poles. con 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with X methods and materials as specified on Std. Plans. See Specia Provisions for pre-approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified X on Std. Plans. See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and Dual Faced) X See Std. Plans. Supplemental to Wage Rates 6 1/30/2026 Edition, Published January 30, 2026 X X X X X X X X ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and luminum sheeting. X X NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. Std Custom Signing Message Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 1/30/2026 Edition, Published January 30, 2026 X X X X X X X X X X X ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings, standard X Steel pipe for concrete pile casings, custom X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 1/30/2026 Edition, Published January 30, 2026 X X X X X X X X X X X WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians -Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers -Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators -Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non-Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers -Manufacturers -Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 1/30/2026 Edition, Published January 30, 2026 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 1/30/2026 Edition, Published January 30, 2026 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 1/30/2026 Edition, Published January 30, 2026 APPENDIX C FHWA 1273 1 FHWA-1273 – Revised October 23, 2023 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Non-segregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion XI. Certification Regarding Use of Contract Funds for Lobbying XII. Use of United States-Flag Vessels: ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under title 23, United States Code, as required in 23 CFR 633.102(b) (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). 23 CFR 633.102(e). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. 23 CFR 633.102(e). Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) in accordance with 23 CFR 633.102. The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in solicitation-for-bids or request-for-proposals documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 23 CFR 633.102(d). 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. 23 U.S.C. 114(b). The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. 23 U.S.C. 101(a). II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part 230, Subpart A, Appendix A; EO 11246) The provisions of this section related to 23 CFR Part 230, Subpart A, Appendix A are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 2 1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140, shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. 23 CFR 230.409 (g)(4) & (5). b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, gender identity, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action or are substantially involved in such action, will be made fully cognizant of and will implement the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action 3 within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs (i.e., apprenticeship and on-the-job training programs for the geographical area of contract performance). In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. 23 CFR 230.409. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors, suppliers, and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurances Required: a. The requirements of 49 CFR Part 26 and the State DOT’s FHWA-approved Disadvantaged Business Enterprise (DBE) program are incorporated by reference. b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non-responsible. c. The Title VI and nondiscrimination provisions of U.S. DOT Order 1050.2A at Appendixes A and E are incorporated by reference. 49 CFR Part 21. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: 4 (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women. b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of more than $10,000. 41 CFR 60-1.5. As prescribed by 41 CFR 60-1.8, the contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location under the contractor's control where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size), in accordance with 29 CFR 5.5. The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. 23 U.S.C. 113. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. 23 U.S.C. 101. Where applicable law requires that projects be treated as a project on a Federal-aid highway, the provisions of this subpart will apply regardless of the location of the project. Examples include: Surface Transportation Block Grant Program projects funded under 23 U.S.C. 133 [excluding recreational trails projects], the Nationally Significant Freight and Highway Projects funded under 23 U.S.C. 117, and National Highway Freight Program projects funded under 23 U.S.C. 167. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages (29 CFR 5.5) a. Wage rates and fringe benefits. All laborers and mechanics employed or working upon the site of the work (or otherwise working in construction or development of the project under a development statute), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of basic hourly wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. As provided in paragraphs (d) and (e) of 29 CFR 5.5, the appropriate wage determinations are effective by operation of law even if they have not been attached to the contract. Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis-Bacon Act (40 U.S.C. 3141(2)(B)) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.e. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics must be paid the appropriate wage rate and fringe benefits on the wage determination for the classification(s) of work actually performed, without regard to skill, except as provided in paragraph 4. of this section. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph 1.c. of this section) and the Davis-Bacon poster (WH–1321) must be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. Frequently recurring classifications. (1) In addition to wage and fringe benefit rates that have been determined to be prevailing under the procedures set forth in 29 CFR part 1, a wage determination may contain, pursuant to § 1.3(f), wage and fringe benefit rates for classifications of laborers and mechanics for which conformance requests are regularly submitted pursuant to paragraph 1.c. of this section, provided that: (i) The work performed by the classification is not performed by a classification in the wage determination for which a prevailing wage rate has been determined; 5 (ii) The classification is used in the area by the construction industry; and (iii) The wage rate for the classification bears a reasonable relationship to the prevailing wage rates contained in the wage determination. (2) The Administrator will establish wage rates for such classifications in accordance with paragraph 1.c.(1)(iii) of this section. Work performed in such a classification must be paid at no less than the wage and fringe benefit rate listed on the wage determination for such classification. c. Conformance. (1) The contracting officer must require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract be classified in conformance with the wage determination. Conformance of an additional classification and wage rate and fringe benefits is appropriate only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is used in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) The conformance process may not be used to split, subdivide, or otherwise avoid application of classifications listed in the wage determination. (3) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken will be sent by the contracting officer by email to DBAconformance@dol.gov. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30–day period that additional time is necessary. (4) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer will, by email to DBAconformance@dol.gov, refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30–day period that additional time is necessary. (5) The contracting officer must promptly notify the contractor of the action taken by the Wage and Hour Division under paragraphs 1.c.(3) and (4) of this section. The contractor must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage determination. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 1.c.(3) or (4) of this section must be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. d. Fringe benefits not expressed as an hourly rate. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor may either pay the benefit as stated in the wage determination or may pay another bona fide fringe benefit or an hourly cash equivalent thereof. e. Unfunded plans. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, in accordance with the criteria set forth in § 5.28, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. f. Interest. In the event of a failure to pay all or part of the wages required by the contract, the contractor will be required to pay interest on any underpayment of wages. 2. Withholding (29 CFR 5.5) a. Withholding requirements. The contracting agency may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for the full amount of wages and monetary relief, including interest, required by the clauses set forth in this section for violations of this contract, or to satisfy any such liabilities required by any other Federal contract, or federally assisted contract subject to Davis-Bacon labor standards, that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to Davis-Bacon labor standards requirements and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. In the event of a contractor's failure to pay any laborer or mechanic, including any apprentice or helper working on the site of the work all or part of the wages required by the contract, or upon the contractor's failure to submit the required records as discussed in paragraph 3.d. of this section, the contracting agency may on its own initiative and after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph 6 2.a. of this section or Section V, paragraph 3.a., or both, over claims to those funds by: (1) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (2) A contracting agency for its reprocurement costs; (3) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (4) A contractor's assignee(s); (5) A contractor's successor(s); or (6) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901–3907. 3. Records and certified payrolls (29 CFR 5.5) a. Basic record requirements (1) Length of record retention. All regular payrolls and other basic records must be maintained by the contractor and any subcontractor during the course of the work and preserved for all laborers and mechanics working at the site of the work (or otherwise working in construction or development of the project under a development statute) for a period of at least 3 years after all the work on the prime contract is completed. (2) Information required. Such records must contain the name; Social Security number; last known address, telephone number, and email address of each such worker; each worker's correct classification(s) of work actually performed; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C. 3141(2)(B) of the Davis-Bacon Act); daily and weekly number of hours actually worked in total and on each covered contract; deductions made; and actual wages paid. (3) Additional records relating to fringe benefits. Whenever the Secretary of Labor has found under paragraph 1.e. of this section that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in 40 U.S.C. 3141(2)(B) of the Davis-Bacon Act, the contractor must maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. (4) Additional records relating to apprenticeship. Contractors with apprentices working under approved programs must maintain written evidence of the registration of apprenticeship programs, the registration of the apprentices, and the ratios and wage rates prescribed in the applicable programs. b. Certified payroll requirements (1) Frequency and method of submission. The contractor or subcontractor must submit weekly, for each week in which any DBA- or Related Acts-covered work is performed, certified payrolls to the contracting agency. The prime contractor is responsible for the submission of all certified payrolls by all subcontractors. A contracting agency or prime contractor may permit or require contractors to submit certified payrolls through an electronic system, as long as the electronic system requires a legally valid electronic signature; the system allows the contractor, the contracting agency, and the Department of Labor to access the certified payrolls upon request for at least 3 years after the work on the prime contract has been completed; and the contracting agency or prime contractor permits other methods of submission in situations where the contractor is unable or limited in its ability to use or access the electronic system. (2) Information required. The certified payrolls submitted must set out accurately and completely all of the information required to be maintained under paragraph 3.a.(2) of this section, except that full Social Security numbers and last known addresses, telephone numbers, and email addresses must not be included on weekly transmittals. Instead, the certified payrolls need only include an individually identifying number for each worker ( e.g., the last four digits of the worker's Social Security number). The required weekly certified payroll information may be submitted using Optional Form WH–347 or in any other format desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division website at https://www.dol.gov/sites/dolgov/files/WHD/legacy/files/wh347/.pdf or its successor website. It is not a violation of this section for a prime contractor to require a subcontractor to provide full Social Security numbers and last known addresses, telephone numbers, and email addresses to the prime contractor for its own records, without weekly submission by the subcontractor to the contracting agency. (3) Statement of Compliance. Each certified payroll submitted must be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor, or the contractor's or subcontractor's agent who pays or supervises the payment of the persons working on the contract, and must certify the following: (i) That the certified payroll for the payroll period contains the information required to be provided under paragraph 3.b. of this section, the appropriate information and basic records are being maintained under paragraph 3.a. of this section, and such information and records are correct and complete; (ii) That each laborer or mechanic (including each helper and apprentice) working on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR part 3; and (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification(s) of work actually performed, as specified in the applicable wage determination incorporated into the contract. (4) Use of Optional Form WH–347. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 will satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(3) of this section. 7 (5) Signature. The signature by the contractor, subcontractor, or the contractor's or subcontractor's agent must be an original handwritten signature or a legally valid electronic signature. (6) Falsification. The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 3729. (7) Length of certified payroll retention. The contractor or subcontractor must preserve all certified payrolls during the course of the work and for a period of 3 years after all the work on the prime contract is completed. c. Contracts, subcontracts, and related documents. The contractor or subcontractor must maintain this contract or subcontract and related documents including, without limitation, bids, proposals, amendments, modifications, and extensions. The contractor or subcontractor must preserve these contracts, subcontracts, and related documents during the course of the work and for a period of 3 years after all the work on the prime contract is completed. d. Required disclosures and access (1) Required record disclosures and access to workers. The contractor or subcontractor must make the records required under paragraphs 3.a. through 3.c. of this section, and any other documents that the contracting agency, the State DOT, the FHWA, or the Department of Labor deems necessary to determine compliance with the labor standards provisions of any of the applicable statutes referenced by § 5.1, available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and must permit such representatives to interview workers during working hours on the job. (2) Sanctions for non-compliance with records and worker access requirements. If the contractor or subcontractor fails to submit the required records or to make them available, or refuses to permit worker interviews during working hours on the job, the Federal agency may, after written notice to the contractor, sponsor, applicant, owner, or other entity, as the case may be, that maintains such records or that employs such workers, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available, or to permit worker interviews during working hours on the job, may be grounds for debarment action pursuant to § 5.12. In addition, any contractor or other person that fails to submit the required records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative proceeding under 29 CFR part 6 any of the required records that were not provided or made available to WHD. WHD will take into consideration a reasonable request from the contractor or person for an extension of the time for submission of records. WHD will determine the reasonableness of the request and may consider, among other things, the location of the records and the volume of production. (3) Required information disclosures. Contractors and subcontractors must maintain the full Social Security number and last known address, telephone number, and email address of each covered worker, and must provide them upon request to the contracting agency, the State DOT, the FHWA, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or other compliance action. 4. Apprentices and equal employment opportunity (29 CFR 5.5) a. Apprentices (1) Rate of pay. Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship (OA), or with a State Apprenticeship Agency recognized by the OA. A person who is not individually registered in the program, but who has been certified by the OA or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice, will be permitted to work at less than the predetermined rate for the work they perform in the first 90 days of probationary employment as an apprentice in such a program. In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program, the contractor will no longer be permitted to use apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (2) Fringe benefits. Apprentices must be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits must be paid in accordance with that determination. (3) Apprenticeship ratio. The allowable ratio of apprentices to journeyworkers on the job site in any craft classification must not be greater than the ratio permitted to the contractor as to the entire work force under the registered program or the ratio applicable to the locality of the project pursuant to paragraph 4.a.(4) of this section. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in paragraph 4.a.(1) of this section, must be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under this section must be paid not less than the applicable wage rate on the wage determination for the work actually performed. (4) Reciprocity of ratios and wage rates. Where a contractor is performing construction on a project in a locality other than the locality in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyworker's hourly rate) applicable within the locality in which the construction is being performed must be observed. If there is no applicable ratio or wage rate for the locality of the project, the ratio and wage rate specified in the contractor's registered program must be observed. b. Equal employment opportunity. The use of apprentices and journeyworkers under this part must be in conformity with 8 the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. c. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. 23 CFR 230.111(e)(2). The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeyworkers shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5. 6. Subcontracts. The contractor or subcontractor must insert FHWA-1273 in any subcontracts, along with the applicable wage determination(s) and such other clauses or contract modifications as the contracting agency may by appropriate instructions require, and a clause requiring the subcontractors to include these clauses and wage determination(s) in any lower tier subcontracts. The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this section. In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and may be subject to debarment, as appropriate. 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract as provided in 29 CFR 5.5. 9. Disputes concerning labor standards. As provided in 29 CFR 5.5, disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of 40 U.S.C. 3144(b) or § 5.12(a). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of 40 U.S.C. 3144(b) or § 5.12(a). c. The penalty for making false statements is prescribed in the U.S. Code, Title 18 Crimes and Criminal Procedure, 18 U.S.C. 1001. 11. Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: a. Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the DBA, Related Acts, this part, or 29 CFR part 1 or 3; b. Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; c. Cooperating in any investigation or other compliance action, or testifying in any proceeding under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; or d. Informing any other person about their rights under the DBA, Related Acts, this part, or 29 CFR part 1 or 3. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchpersons and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph 1. of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or 9 mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragraph 1. of this section, in the sum currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1. of this section. * $31 as of January 15, 2023 (See 88 FR 88 FR 2210) as may be adjusted annually by the Department of Labor, pursuant to the Federal Civil Penalties Inflation Adjustment Act of 1990. 3. Withholding for unpaid wages and liquidated damages a. Withholding process. The FHWA or the contracting agency may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this section on this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with Section IV paragraph 2.a. or paragraph 3.a. of this section, or both, over claims to those funds by: (1) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (2) A contracting agency for its reprocurement costs; (3) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (4) A contractor's assignee(s); (5) A contractor's successor(s); or (6) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901–3907. 4. Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs 1. through 5. of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1. through 5. In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. 5. Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: a. Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; b. Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; c. Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or d. Informing any other person about their rights under CWHSSA or this part. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System pursuant to 23 CFR 635.116. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” in paragraph 1 of Section VI refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (based on longstanding interpretation) (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; 10 (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 23 CFR 635.102. 2. Pursuant to 23 CFR 635.116(a), the contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. Pursuant to 23 CFR 635.116(c), the contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. (based on long-standing interpretation of 23 CFR 635.116). 5. The 30-percent self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. 23 CFR 635.116(d). VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR Part 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 23 CFR 635.108. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR Part 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 29 CFR 1926.10. 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR Part 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 11, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." 11 IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (42 U.S.C. 7606; 2 CFR 200.88; EO 11738) This provision is applicable to all Federal-aid construction contracts in excess of $150,000 and to all related subcontracts. 48 CFR 2.101; 2 CFR 200.327. By submission of this bid/proposal or the execution of this contract or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, subcontractor, supplier, or vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal Highway Administration and the Regional Office of the Environmental Protection Agency. 2 CFR Part 200, Appendix II. The contractor agrees to include or cause to be included the requirements of this Section in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 2 CFR 200.327. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 1200.220. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 2 CFR 180.320. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. 2 CFR 180.325. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900-180.1020, and 1200. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. 2 CFR 180.300; 180.320, and 180.325. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. 2 CFR 180.335. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/). 2 CFR 180.300, 180.320, and 180.325. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2 CFR 180.325. * * * * * 12 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.335;. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, 2 CFR 180.800; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, 2 CFR 180.700 and 180.800; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2 CFR 180.335(d). (5) Are not a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (6) Are not a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability (USDOT Order 4200.6 implementing appropriations act requirements). b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. 2 CFR 180.335 and 180.340. * * * * * 3. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders, and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220. a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 2 CFR 180.365. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900 – 180.1020, and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 2 CFR 1200.220 and 1200.332. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 1200.220. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/), which is compiled by the General Services Administration. 2 CFR 180.300, 180.320, 180.330, and 180.335. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily 13 excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 2 CFR 180.325. * * * * * 4. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals: (1) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.355; (2) is a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (3) is a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (USDOT Order 4200.6 implementing appropriations act requirements) b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000. 49 CFR Part 20, App. A. 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. XII. USE OF UNITED STATES-FLAG VESSELS: This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. This requirement applies to material or equipment that is acquired for a specific Federal-aid highway project. 46 CFR 381.7. It is not applicable to goods or materials that come into inventories independent of an FHWA funded-contract. When oceanic shipments (or shipments across the Great Lakes) are necessary for materials or equipment acquired for a specific Federal-aid construction project, the bidder, proposer, contractor, subcontractor, or vendor agrees: 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 46 CFR 381.7. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b)(1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Office of Cargo and Commercial Sealift (MAR-620), Maritime Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified onboard, dated, with rates and charges. These bills of lading may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Intermediary on behalf of the contractor). 46 CFR 381.7. 14 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS (23 CFR 633, Subpart B, Appendix B) This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. APPENDIX D Geotechnical Report October 16, 2025 HWA Project No. 2025-003-21 Psomas 3131 Elliot Ave Suite 400 Seattle, WA 98121 Attn: Bryce Corrigan, P.E. Subject: Interurban Avenue S Overlay Pavement Investigation Tukwila, Washington Bryce Corrigan, In accordance with your request, HWA GeoSciences Inc. (HWA) completed a pavement engineering investigation in support of the City of Tukwila Interurban Avenue S Overlay project in Tukwila, Washington. The purpose of our investigation was to assess pavement layer thicknesses and subgrade support conditions along Interurban Avenue S, between East Marginal Way S and S 143rd Street, to develop new pavement rehabilitation and reconstruction recommendations. PROJECT DESCRIPTION We understand that this project will rehabilitate about 11,600 feet of Interurban Avenue S from East Marginal Way S to S 143rd Street. The location of the project alignment is shown on Figure 1, Site and Vicinity Map, and Figures 2A through 2J, Site and Exploration Plans. SITE CONDITIONS The project alignment consists of a northwest-southeast oriented arterial running approximately 2.2 miles through Tukwila. The alignment can be sub-divided into three sections, northwest of 42nd Avenue S (Allentown Bridge), between 42nd Avenue S and Interstate 5, and SE of Interstate 5 (to the end of the alignment near S 143rd Street). The northernmost section of the alignment to the northwest of 42nd Avenue S is sandwiched between SR 599 and the Green River trail. This portion of the alignment provides access to a residential neighborhood via S 119th Street but otherwise serves as a connector between areas to the north and the south. This section contains one through lane in each direction and receives less traffic than the rest of the alignment. October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 2 HWA GEOSCIENCES INC. The center portion of the alignment runs from 42nd Avenue S to Interstate 5 and contains notable interchanges with State Route 599 and Interstate 5. The road runs parallel to SR 599 to its southwest and is bordered to the northeast by a commercial area containing offices, storefronts, and industrial spaces. This portion of the alignment generally contains two through lanes in each direction and a center turn lane, with additional turn lanes at the interchanges. The southern portion of the alignment to the southeast of interstate 5 is surrounded by mixed lane use, including residential areas, office and industrial parks, commercial storefronts, and a golf course. This portion of the alignment contains two through lanes in each direction and a center turn lane. The pavement surface over the entirety of the project alignment consists of Hot Mix Asphalt (HMA). GEOLOGY Geologic information for the project area was obtained from the Lidar-revised geologic map of the Des Moines 7.5' quadrangle, King County, Washington (Tabor & Booth, 2017). According to this map, the project alignment is underlain by quaternary alluvium and modified land. Alluvium is described as sand, silt, gravel, and cobbles deposited by streams and running water. PAVEMENT CORES Pavement layer thicknesses and shallow subgrade support conditions were investigated in forty, 6-inch diameter pavement cores, designated Core-1 through Core-40, completed on June 23 through 27, and June 30 through July 2, 2025. Pavement coring and subsurface explorations through each core hole were performed by two geologists from HWA. All core holes were backfilled with compacted soils and gravel and patched with Aquaphalt cold patch, matching the existing pavement thickness. The approximate locations of the pavement cores are shown on Figures 2A through 2J, Site and Exploration Plans. Appendix A provides photographic logs of the pavement cores. Appendix B provides photographs of the pavement condition at each pavement core location. Table 1 provides the Hot Mix Asphalt (HMA) thickness and Crushed Aggregate Base (CAB) thickness encountered in each pavement core along with relevant notes. October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 3 HWA GEOSCIENCES INC. Table 1. Pavement Core results. Designation Lane HMA Thickness, in. CAB Thickness, in. Notes Core-1 NB IL 16.75 0 Cracked through first lift (0.5"). Second and third lifts are unbonded. Pavement fabric between first and second lifts. Core-2 NB OL 8 0 Cracked through first two lifts (4.0"). Core-3 NB OL 8.5 2.5 Cracked through upper three lifts (6.0"). Core-4 NB OL 9.75 3.25 Crack extends 5" into core. First and second lifts are unbonded. Core-5 NB IL 13.5 0 Cracked through first lift (1.75"). Pavement fabric between first and second lifts. Core-6 NB OL 10.75 0 Cracked through first lift (1.75"). Further cracking in lower portions of core. Pavement fabric between first and second lifts. Core-7 NB IL 11.5 0 Cracked through full depth of core. Core-8 NB OL 9.25 0 No cracking at core location. Second and third lifts are unbonded. Core-9 NB OL 8 2.5 Cracked through full depth of core. First and second lifts are unbonded. Core-10 NB IL 14 5* *HMA grindings used as aggregate base. No cracking at core location. Core-11 NB IL 10.25 0 Cracked through first lift (3.25"). Core-12 NB IL 7 3* *HMA grindings used for portion of aggregate base. Cracked through full depth of core. Pavement fabric between first and second lifts. Core-13 NB OL 9.75 1.75 Cracked through full depth of core. Core-14 NB 8.75 1.25 Second and third lifts are unbonded. October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 4 HWA GEOSCIENCES INC. Designation Lane HMA Thickness, in. CAB Thickness, in. Notes Core-15 NB 9 0 Cracked through first lift (3"). All lifts are unbonded. Core-16 NB 10 0 Cracked through full depth of core. Lifts are unbonded. Core-17 NB 9.5 0 No cracking at core location. Third and fourth lifts are unbonded. Core-18 NB 11.5 0 Crack extends 1" into core. Core-19 NB 10.25 0 No cracking at core location. First and second lifts are unbonded. Pavement fabric between second and third lifts. Core-20 NB 9.75 0 Cracked through first lift (2"). Core-21 NB 11 0 Cracked through first lift (2"). Pavement fabric between second and third lifts. Core-22 SB 9.75 0 Cracked through first lift (2.25"). Core-23 SB 9 4* *HMA grindings used for portion of aggregate base. Cracked through first lift (3"). Pavement fabric between first and second lifts. Core-24 SB 9.25 1.75 Cracked through first lift (2"). Lower lifts are disintegrated. Core-25 SB 10.75 0.75 Cracked through first lift (1.5"). First and second lifts are unbonded, Pavement fabric between first and second lifts. Core-26 SB 10.75 0 Crack extends 1" into core. Pavement fabric between first and second lifts. Core-27 SB 9.75 0 Cracked through first lift (2"). First and second lifts are unbonded, have pavement fabric. Pavement fabric between first and second lifts. Core-28 SB 7.75 0 Cracked through first lift (2"). All lifts are unbonded. October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 5 HWA GEOSCIENCES INC. Designation Lane HMA Thickness, in. CAB Thickness, in. Notes Core-29 SB OL 11.75 12.25+ Cracked through first lift (1.5"). Core-30 SB OL 9 0 Cracked through first lift (2.5"). First and second, second and third lifts are unbonded. Core-31 SB IL 18.25 0 Cracked through first 5 lifts (9.25"). Core-32 SB OL 15.25 0 No cracking at core location. Lifts are bonded. Core-33 SB IL 10.75* 0 *7.25 inches of PCC (poor condition) beneath HMA. Cracked through first lift (2"). First and second lifts are unbonded. Core-34 SB OL 9 0 Cracked through first lift (2.25"). All lifts are unbonded. Core-35 SB IL 10.5* 0 *9 inches of PCC (good condition) beneath HMA. Cracked through first and second lifts (3.75"). First and second, second and third lifts are unbonded. Core-36 SB OL 13 0 Cracked through first lift (2"). All lifts are unbonded. Core-37 SB OL 11.75 (east)/10.25 (west) 0 Separated paving seam extends through full depth of core. Second and third lifts are unbonded. Core-38 SB OL 16.25 0 No cracking at core location. First and second lifts are unbonded. Pavement fabric between second and third lifts. Core-39 SB IL 12.25* 0 *8 inches of PCC (good condition) beneath HMA. No cracking at core location. Pavement fabric between first and second lifts. Core-40 SB OL 16 (east)/10 (west) 0 Separated paving seam extends through full depth of core. Second and third lifts are unbonded, with pavement fabric between. NB = Northbound Lane, SB = Southbound Lane, IL = Inside Lane, OL = Outside Lane October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 6 HWA GEOSCIENCES INC. CONCLUSIONS AND RECOMMENDATIONS In our pavement cores, the HMA thickness varied from 7.75 inches to 18.25 inches. Crushed aggregate base was observed below the HMA in 11 of the 40 cores, with thicknesses varying from 0.75 to 12.25+ inches. Portland Cement Concrete (PCC) pavement was observed in three cores in the southbound inner lane, ranging in thickness from 7.25 to 9 inches. In core locations where crushed base was not observed beneath the pavement, the subgrade predominantly consisted of loose to medium dense, sandy gravel fill. In general, the HMA thickness and condition are such that a grind and overlay will be sufficient for pavement rehabilitation for most of the project alignment. Based on the results of visual observations and pavement coring, we recommend that full-depth pavement repairs be performed in the locations shown on Figures 2A, 2G, and 2H. As indicated on Figure 2G, we recommend the intersection at 42nd Avenue S for full depth repair, based on the severity of surface distresses observed. No cores were performed in the intersection; therefore, we recommend that HWA personnel evaluate the pavement surface after pavement grinding is performed in this area; to verify our recommendations for full depth repair, and revise, if necessary. The following sections present our new pavement design recommendations. DESIGN TRAFFIC FOR PAVEMENT RECONSTRUCTION Current design traffic parameters were provided by Psomas and the City of Tukwila, consisting of annual average daily (ADT) traffic counts in both directions of Interurban Avenue S at two locations, north of Fort Dent Way (south end of the alignment) and north of Gateway Drive (near Interstate 5), over a 36 year period, see Figure 3. The ADT counts looked consistent over the last 10 to 20 years, with the exception of a drop in the ADT counts observed after 2019. The 20-year ADT average (2005-2024) value is also shown in Figure 3 and was selected as the design ADT. The ADT counts south of Gateway Drive (Interstate 5) resulted in the highest Equivalent Single Axle Load (ESAL) per day and were used for design. We used a 10 percent heavy truck traffic factor with a 1.4 Load Equivalency factor (LEF), a 20-year design life and a 1.0 percent annual volume growth with a 1.6 percent truck weight growth rate (resulting in a 2.62 percent combined ESAL growth rate) to calculate design ESAL values. The Interurban Avenue S Average Daily Traffic (ADT) of 21,267 (south of Gateway Drive and Interstate 5) was used for design. Using the 10 percent heavy truck factor, and the parameters described above, we calculated a 20-year design life ESAL value of 11,292,507, assuming 80 percent of the total traffic is in the design lane. This value was used for design. The pavement recommendations presented in this report are based on these traffic calculations. If additional traffic count information is obtained that varies appreciably from these values, the recommendations given in this report should be reviewed and revised as necessary. October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 7 HWA GEOSCIENCES INC. NEW PAVEMENT DESIGN – FULL DEPTH RECONSTRUCTION AREAS For new pavement design in areas designated for full depth reconstruction, a subgrade resilient modulus of 10 ksi was used based on the results of pavement coring. Table 2 provides our HMA design recommendations, assuming the traffic loading inputs described above. This pavement design is based on the design method given in the 1993 AASHTO Design Guide (AASHTO, 1993) using the following parameters: • Reliability = 90% • Initial Serviceability = 4.5 • Terminal Serviceability = 3.0 • Overall Standard Deviation = 0.5 • HMA layer coefficient = 0.44 • Crushed Aggregate Base layer coefficient = 0.14 • Drainage Coefficient = 1.0 This results in a required AASHTO Structural Number (SN) of 4.85. Table 2. Structure Requirements for Areas of Full Depth Reconstruction Material Description Minimum Layer Thickness (inches) WSDOT Standard Specification HMA 9 5-04 & 9-02.1 CSBC 6 9-03.9(3) In the locations where full depth pavement reconstruction is recommended, our pavement core explorations indicate insufficient thicknesses of crushed aggregate base. Therefore, we recommend that 15 inches be ground/removed, and the exposed fill material (or crushed aggregate base) be thoroughly compacted prior to placing of 6 inches of crushed aggregate base followed by 9 inches of HMA in three layers; a 3-inch-thick base layer, 3-inch-thick intermediate layer, and a 3-inch-thick wearing layer. The use of engineered fibers (such as FORTA-FI Fibers) should be considered in the HMA wearing layer to prolong the pavement life and delay the onset of distresses. We recommend that the asphaltic layers consist of HMA Class ½-inch. We anticipate that this pavement section could last significantly longer than the 20-year design life if pavement maintenance techniques, such as crack sealing and periodic grind/overlay, are implemented as distresses dictate. Pavement Rehabilitation For areas of the alignment other than those identified for full-depth repairs, we recommend that pavement rehabilitation consist of grinding 3 inches of HMA from the surface and construction October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 8 HWA GEOSCIENCES INC. of a new 3-inch-thick layer of HMA, consisting of HMA Class ½-inch. This depth of grind and inlay should remove much of the cracked portions of HMA and minimize the potential for areas of future reflective cracking. An adequate bond between the new HMA layer and milled surface below is critical to ensure adequate performance of the pavement. Proper application of tack coat is critical to ensure this bond. Appendix C provides Tack Coat Best Practices, prepared by the U.S. Department of Transportation Federal Highway Administration for consideration. The use of engineered fibers (such as FORTA-FI Fibers) should be considered in the HMA overlay to prolong the pavement life and delay the onset of distresses. HMA DESIGN CONSIDERATIONS The following design considerations should be noted and implemented: • The longitudinal joints in the HMA wearing course should coincide with a lane line or an edge line. • Where pavement repair is called for in conjunction with the HMA overlay, construction of the wearing course for both the HMA overlay and repair areas should be placed as the final stage of the paving operation. • The pavement will likely require a functional overlay after about 15 to 17 years because of non-structural associated distress caused by environmental factors such as degradation of the asphalt surface. • HMA pavements are susceptible to shoving and rutting from heavy vehicles, such as buses and heavy delivery trucks, particularly at intersections. In these areas, more frequent maintenance and even premature reconstruction of the pavement may be required. HMA BINDER SELECTION The selection of the optimum asphalt binder type for the prevailing climate is critical to ensure long-term pavement performance. Use of the wrong binder can result in low temperature cracking or permanent deformation at high temperatures. Based on the climate in Tukwila and the design traffic loading, we recommend Superpave Performance Grade binder PG 58H-22 be used. PLACEMENT OF HMA Placement of HMA should be in accordance with Section 5-04 of the WSDOT Standard Specifications (WSDOT, 2025). Particular attention should be paid to the following: • HMA should not be placed until the engineer has accepted the previously constructed pavement layers. • HMA should not be placed on any frozen or wet surface. October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 9 HWA GEOSCIENCES INC. • HMA should not be placed when precipitation is anticipated before the pavement can be compacted, or before any other weather conditions which could prevent proper handling and compaction of HMA. • HMA should not be placed when the average surface temperatures are less than 45o F. • HMA temperature behind the paver should be in excess of 240o F. Compaction should be completed before the mix temperature drops below 180o F. Comprehensive temperature records should be kept during the HMA placement. • Sufficient tack coat must be applied uniformly and allowed to break and set before placing HMA above an existing HMA layer in order to create a strong bond between layers. The surface of the pavement should be thoroughly cleaned prior to tack coat application. Improper tack coat application can cause unbonded layers and will lead to premature pavement distress/failure. • For cold joints, tack coat should be applied to the edge to be joined and the paver screed should be set to overlap the first mat by 1 to 2 inches. SUBGRADE PREPARATION Site preparation for full depth pavement reconstruction areas should begin with the excavation of all existing materials down to a depth sufficient to accommodate the new HMA structure (9 inches of HMA and 6 inches of crushed aggregate base). The exposed fill material (or crushed aggregate base) should be thoroughly compacted and evaluated by a geotechnical engineer or qualified earthworks inspector. Although not anticipated, if loose, pumping, or otherwise unsuitable soils are encountered below a depth of 15 inches, they should be over-excavated as directed by the geotechnical engineer and backfilled using Crushed Surfacing Base Course (CSBC) per the recommendations in the following section. STRUCTURAL FILL AND COMPACTION Imported structural fill for pavement base or any areas of over-excavation should consist of Crushed Surfacing Base Course, as described in Section 9-03.9(3) of the WSDOT Standard Specifications (WSDOT, 2025). Structural fill should be placed in loose, horizontal, lifts of not more than 8 inches in thickness and compacted to at least 95 % of the maximum dry density, as determined using test method ASTM D 1557 (Modified Proctor). At the time of placement, the moisture content of structural fill should be at or within 1 percent of optimum. The procedure required to achieve the specified minimum relative compaction depends on the size and type of compaction equipment, the October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 10 HWA GEOSCIENCES INC. number of passes, thickness of the layer being compacted, and the soil moisture-density properties. DRAINAGE It is essential to the satisfactory performance of the roadway that good drainage is provided to prevent water ponding on or alongside, or accumulating beneath, the pavement. Water ponding can cause saturation of the pavement and subgrade layers and lead to premature failure. The surface of the pavement should be sloped to convey water from the pavement to appropriate drainage facilities. WET WEATHER EARTHWORK We recommend all earthwork activities occur during the dry summer months to avoid extra costs and problems associated with earthwork in wet conditions. General recommendations relative to earthwork performed in wet weather or in wet conditions are presented below. These recommendations should be incorporated into the contract specifications. • Earthwork should be performed in small areas to minimize exposure to wet weather. Excavation or the removal of unsuitable soil should be followed promptly by the placement of concrete or placement and compaction of structural fill material. The size and type of construction equipment used may need to be limited to prevent soil disturbance. • The ground surface within the construction area should be graded to promote run-off of surface water and to prevent the ponding of water. • The ground surface within the construction area should be sealed by a smooth drum roller, or equivalent, and under no circumstances should soil be left uncompacted and exposed to moisture infiltration. • Excavation and placement of fill material should be monitored to determine that the work is being accomplished in accordance with the project specifications and that the weather conditions do not adversely impact the quality of work. CONDITIONS AND LIMITATIONS We have prepared this report for Psomas and the City of Tukwila for use in design of this project. Experience shows that soil and groundwater conditions can vary significantly over small distances. Inconsistent conditions may occur between explorations that may not be detected by a geotechnical study of this nature. If, during future site operations, subsurface conditions are encountered which vary appreciably from those described herein, HWA should be notified to review the recommendations made in this report, and revise, if necessary. If there is a substantial lapse of time between submission of this report and the start of construction, or if conditions change due to construction operations, it is recommended that this report be reviewed to October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 11 HWA GEOSCIENCES INC. determine the applicability of the conclusions and recommendations considering the changed conditions and time lapse. We recommend HWA be retained to monitor construction, evaluate subgrade soil conditions as they are exposed, and verify that subgrade preparation, paving, and compaction are accomplished in accordance with the specifications. Within the limitations of scope, schedule and budget, HWA attempted to execute these services in accordance with generally accepted professional principles and practices in the fields of geotechnical and pavement engineering at the time the report was prepared. No warranty, express or implied, is made. The scope of our work did not include environmental assessments or evaluations regarding the presence or absence of wetlands or hazardous or toxic substances in the soil, surface water, or ground water at this site. ◆ We appreciate this opportunity to provide geotechnical and pavement engineering services on this project. If you have any questions or if we may be of further assistance, please contact the undersigned at (425) 774-0106. Sincerely, HWA GEOSCIENCES INC. Bryan K. Hawkins, P.E. Senior Geotechnical Engineer Mohamed Nimeri, Ph.D., P.E. Senior Pavement Engineer October 16, 2025 HWA Project No. 2025-003-21 2025-003 Interurban Ave Report 10-16-25 12 HWA GEOSCIENCES INC. ATTACHMENTS: Figure 1 Site & Vicinity Map Figures 2A – 2J Site & Exploration Plans Figure 3 Interurban Avenue S ADT Appendix A Pavement Core Logs Appendix B Pavement Condition Photos Appendix C Tack Coat Best Practices REFERENCES AASHTO, 1993, AASHTO Guide for Design of Pavement Structures, American Association of State Highway and Transportation Officials. Tabor and Booth, 2017, Lidar-Revised Geologic Map of the Des Moines 7.5’ Quadrangle, King County, Washington, U.S. Geological Survey, Scientific Investigations Map 3384. WSDOT, 2025, Standard Specifications for Road, Bridge, and Municipal Construction, Washington State Department of Transportation, M 41-10. © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS © 2025 TomTom © 2025 Microsoft Corporation © 2025 TomTom CF 2025-003-21 SITE AND VICINITY MAP INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON 0 1000'2000'3000'4000' SCALE: 1" = 2000' VICINITY MAP SITE MAP 0 4000'8000'12000'16000' SCALE: 1" = 8000' SITE LH 1 DRAWN BY: PROJECT # C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <1> Plotted: 6/4/2025 8:09 PM CHECK BY: FIGURE NO.: DBE/MWBE © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S S 1 4 3 R D S T 5 8 T H A V E S CORE-40 CORE-1 CORE-2 CORE-38 CORE-39 CORE-3 © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S S 1 4 1 S T P L GREEN RIVER TRAIL CORE-4 CORE-37 SITE AND EXPLORATION PLAN 2025-003-21 INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON BASE MAP PROVIDED BY: BING AND PSOMAS 05.02.2025 EXPLORATION LEGEND CORE-1 PAVEMENT CORE DESIGNATION AND APPROXIMATE LOCATION (HWA, 2025) LH/MN CF FIGURE NO.: PROJECT NO.: DRAWN BY: CHECK BY: C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <2A> Plotted: 10/10/2025 6:18 AM 2A DBE/MWBE M A T C H L I N E AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS. 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" M A T C H L I N E S E E 2 B MA T C H L I N E 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" A A B B C C D D E E F F G G H I I J J H KEY MAP FULL DEPTH RECONSTRUCTION AREAS © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S GREEN RIVER TRAIL CORE-5 © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S S 1 3 9 T H S T GREEN RIVER TRAIL CORE-6 CORE-36 CORE-35 SITE AND EXPLORATION PLAN 2025-003-21 INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON BASE MAP PROVIDED BY: BING AND PSOMAS 05.02.2025 EXPLORATION LEGEND CORE-5 PAVEMENT CORE DESIGNATION AND APPROXIMATE LOCATION (HWA, 2025) LH/MN CF FIGURE NO.: PROJECT NO.: DRAWN BY: CHECK BY: C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <2B> Plotted: 10/10/2025 6:18 AM 2B DBE/MWBE M A T C H L I N E AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS. MA T C H L I N E S E E 2 A 0 20 40 60 80 SCALE: 1" = 40' S 1 4 0 T H S T INTERURBAN AVE S Scale: 1" = 40'-0" M A T C H L I N E S E E 2 C MA T C H L I N E 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" A A B B C C D D E E F F G G H I I J J H KEY MAP © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S GREEN RIVER TRAIL CORE-7 © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S GREEN RIVER TRAIL CORE-34 CORE-8 CORE-33 SITE AND EXPLORATION PLAN 2025-003-21 INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON BASE MAP PROVIDED BY: BING AND PSOMAS 05.02.2025 EXPLORATION LEGEND CORE-7 PAVEMENT CORE DESIGNATION AND APPROXIMATE LOCATION (HWA, 2025) LH/MN CF FIGURE NO.: PROJECT NO.: DRAWN BY: CHECK BY: C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <2C> Plotted: 10/10/2025 6:18 AM 2C DBE/MWBE M A T C H L I N E AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS. MA T C H L I N E S E E 2 B 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" M A T C H L I N E S E E 2 D MA T C H L I N E A A B B C C D D E E F F G G H I I J J H KEY MAP 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S 5 2 N D A V E S GREEN RIVER TRAIL 5 2 N D A V E S 5 6 T H A V E S © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S I - 5 N B R A M P GREEN RIVER TRAIL I-5 N B R A M P SITE AND EXPLORATION PLAN 2025-003-21 INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON BASE MAP PROVIDED BY: BING AND PSOMAS 05.02.2025 LEGEND NO EXPLORATIONS LH/MN CF FIGURE NO.: PROJECT NO.: DRAWN BY: CHECK BY: C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <2D> Plotted: 10/10/2025 6:19 AM 2D DBE/MWBE M A T C H L I N E AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS. MA T C H L I N E S E E 2 C 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" M A T C H L I N E S E E 2 E MA T C H L I N E 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" A A B B C C D D E E F F G G H I I J J H KEY MAP © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S I - 5 O F F - R A M P 4 8 T H A V E S CORE-32 © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S 5 9 9 O F F - R A M P CORE-9 SITE AND EXPLORATION PLAN 2025-003-21 INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON BASE MAP PROVIDED BY: BING AND PSOMAS 05.02.2025 EXPLORATION LEGEND CORE-9 PAVEMENT CORE DESIGNATION AND APPROXIMATE LOCATION (HWA, 2025) LH/MN CF FIGURE NO.: PROJECT NO.: DRAWN BY: CHECK BY: C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <2E> Plotted: 10/10/2025 6:19 AM 2E DBE/MWBE M A T C H L I N E AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS. MA T C H L I N E S E E 2 D 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" M A T C H L I N E S E E 2 F MA T C H L I N E 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" A A B B C C D D E E F F G G H I I J J H KEY MAP © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S S 1 3 3 R D S T G A T E W A Y D R S CORE-10 © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S G A T E W A Y D R S CORE-31 CORE-11 CORE-12 SITE AND EXPLORATION PLAN 2025-003-21 INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON BASE MAP PROVIDED BY: BING AND PSOMAS 05.02.2025 EXPLORATION LEGEND CORE-10 PAVEMENT CORE DESIGNATION AND APPROXIMATE LOCATION (HWA, 2025) LH/MN CF FIGURE NO.: PROJECT NO.: DRAWN BY: CHECK BY: C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <2F> Plotted: 10/10/2025 6:19 AM 2F DBE/MWBE M A T C H L I N E AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS. MA T C H L I N E S E E 2 E 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" M A T C H L I N E S E E 2 G MA T C H L I N E 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" A A B B C C D D E E F F G G H I I J J H KEY MAP © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBA N A V E S 42 N D A V E S SR 599 GREEN RIV E R T R A I L CORE-14 CORE-15 © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S A C C E S S R O A D W A Y CORE-13 CORE-30 CORE-29 SITE AND EXPLORATION PLAN 2025-003-21 INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON BASE MAP PROVIDED BY: BING AND PSOMAS 05.02.2025 EXPLORATION LEGEND CORE-13 PAVEMENT CORE DESIGNATION AND APPROXIMATE LOCATION (HWA, 2025) LH/MN CF FIGURE NO.: PROJECT NO.: DRAWN BY: CHECK BY: C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <2G> Plotted: 10/10/2025 6:20 AM 2G DBE/MWBE M A T C H L I N E AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS. MA T C H L I N E S E E 2 F 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" M A T C H L I N E S E E 2 H MA T C H L I N E 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" A A B B C C D D E E F F G G H I I J J H KEY MAP FULL DEPTH RECONSTRUCTION AREAS © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S SR 599 CORE-17 CORE-16 CORE-27CORE-28 © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S SR 599 CORE-19 CORE-25CORE-26 CORE-18 SITE AND EXPLORATION PLAN 2025-003-21 INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON BASE MAP PROVIDED BY: BING AND PSOMAS 05.02.2025 EXPLORATION LEGEND CORE-16 PAVEMENT CORE DESIGNATION AND APPROXIMATE LOCATION (HWA, 2025) LH/MN CF FIGURE NO.: PROJECT NO.: DRAWN BY: CHECK BY: C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <2H> Plotted: 10/10/2025 6:20 AM 2H DBE/MWBE M A T C H L I N E AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS. MA T C H L I N E S E E 2 G 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" M A T C H L I N E S E E 2 I MA T C H L I N E 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" A A B B C C D D E E F F G G H I I J J H KEY MAP FULL DEPTH RECONSTRUCTION AREAS © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S GREEN R I V E R T R A I L CORE-23 CORE-21 © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S SR 599 CORE-20 CORE-24 SITE AND EXPLORATION PLAN 2025-003-21 INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON BASE MAP PROVIDED BY: BING AND PSOMAS 05.02.2025 EXPLORATION LEGEND CORE-20 PAVEMENT CORE DESIGNATION AND APPROXIMATE LOCATION (HWA, 2025) LH/MN CF FIGURE NO.: PROJECT NO.: DRAWN BY: CHECK BY: C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <2I> Plotted: 10/10/2025 6:20 AM 2I DBE/MWBE M A T C H L I N E AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS. MA T C H L I N E S E E 2 H 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" M A T C H L I N E S E E 2 J MA T C H L I N E 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" A A B B C C D D E E F F G G H I I J J H KEY MAP © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S E M A R G I N A L W A Y S E MARG I N A L W A Y S CORE-22 © 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS INTERURBAN AVE S GREEN RIVE R T R A I L SITE AND EXPLORATION PLAN 2025-003-21 INTERURBAN AVENUE S OVERLAY PAVEMENT INVESTIGATION TUKWILA, WASHINGTON BASE MAP PROVIDED BY: BING AND PSOMAS 05.02.2025 EXPLORATION LEGEND CORE-22 PAVEMENT CORE DESIGNATION AND APPROXIMATE LOCATION (HWA, 2025) LH/MN CF FIGURE NO.: PROJECT NO.: DRAWN BY: CHECK BY: C:\USERS\CFRY\DESKTOP\2025-003-21 INTERURBAN AVE S OVERLAY\2025-003-21 INTERURBAN AVE S OVERLAY.DWG <2J> Plotted: 10/10/2025 6:21 AM 2J DBE/MWBE M A T C H L I N E AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS. MA T C H L I N E S E E 2 I 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" M A T C H L I N E 0 20 40 60 80 SCALE: 1" = 40' INTERURBAN AVE S Scale: 1" = 40'-0" A A B B C C D D E E F F G G H I I J J H KEY MAP INTERURBAN AVENUE S ADT AVERAGE DAILY (ADT) TRAFFIC COUNTS IN BOTH DIRECTIONS OF INTERURBAN AVENUE S ANNUAL (PROVIDED BY CITY OF TUKWILA) 3 2025-003 FIGURE NO. PROJECT NO. 13,586 12,976 22,331 21,267 0 5,000 10,000 15,000 20,000 25,000 30,000 1989 1994 1999 2004 2009 2014 2019 2024 An n u a l A v e r a g e D a i l y T r a f f i c ( A D T ) INTERURBAN AVE. n/o GATEWAY DR. (I-5)INTERURBAN AVE. s/o GATEWAY DR. (I-5) 20-Year Averages 20-Year Averages Last 20 Years (2005-2024) 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Appendix A Pavement Core Logs A-12025-003-21 Interurban Avenue S Overlay Pavement Investigation Tukwila, Washington SYMBOLS USED ON EXPLORATION LOGS LEGEND OF TERMS AND Clean Gravel (little or no fines) More than 50% of Coarse Fraction Retained on No. 4 Sieve Gravel with SM SC ML MH CH OH RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE Very Loose Loose Medium Dense Very Dense Dense N (blows/ft) 0 to 4 4 to 10 10 to 30 30 to 50 over 50 Approximate Relative Density(%) 0 - 15 15 - 35 35 - 65 65 - 85 85 - 100 COHESIVE SOILS Consistency Very Soft Soft Medium Stiff Stiff Very Stiff Hard N (blows/ft) 0 to 2 2 to 4 4 to 8 8 to 15 15 to 30 over 30 Approximate Undrained Shear Strength (psf) <250 250 - No. 4 Sieve Sand with Fines (appreciable amount of fines) amount of fines) More than 50% Retained on No. 200 Sieve Size Sand and Sandy Soils Clean Sand (little or no fines) 50% or More of Coarse Fraction Passing Fine Grained Soils Silt and Clay Liquid Limit Less than 50% 50% or More Passing No. 200 Sieve Size Silt and Clay Liquid Limit 50% or More 500 500 - 1000 1000 - 2000 2000 - 4000 >4000 DensityDensity USCS SOIL CLASSIFICATION SYSTEM Coarse Grained Soils Gravel and Gravelly Soils Highly Organic Soils GROUP DESCRIPTIONS Well-graded GRAVEL Poorly-graded GRAVEL Silty GRAVEL Clayey GRAVEL Well-graded SAND Poorly-graded SAND Silty SAND Clayey SAND SILT Lean CLAY Organic SILT/Organic CLAY Elastic SILT Fat CLAY Organic SILT/Organic CLAY PEAT MAJOR DIVISIONS GW SP CL OL PT GP GM GC SW COHESIONLESS SOILS Fines (appreciable PROJECT NO.:FIGURE: LEGEND 2025-003.GPJ 8/7/25Library: Q:\LIBRARY\LIBRARY - BOTHELL BACKUP BACKUP.GLB Coarse sand Medium sand SIZE RANGE Larger than 12 in Smaller than No. 200 (0.074mm) Gravel 3 in to 12 in 3 in to No 4 (4.5mm) No. 4 (4.5 mm) to No. 200 (0.074 mm) COMPONENT DRY Absence of moisture, dusty, dry to the touch. MOIST COMPONENT DEFINITIONS time of drilling) Groundwater Level (measured in well or open hole after water level stabilized) Groundwater Level (measured at TEST SYMBOLS GROUNDWATER SYMBOLS AL Atterberg Limits: California Bearing Ratio CN Consolidation DD OC Organic Content pH pH of Soils 12 - 30% Clayey, Silty, Sandy, Gravelly 3 in to 3/4 in 3/4 in to No 4 (4.5mm) No. 4 (4.5 mm) to No. 10 (2.0 mm) No. 10 (2.0 mm) to No. 40 (0.42 mm) No. 40 (0.42 mm) to No. 200 (0.074 mm) NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation. Density/consistency, color, modifier (if any) GROUP NAME, additions to group name (if any), moisture content. Proportion, gradation, and angularity of constituents, additional comments. (GEOLOGIC INTERPRETATION) Please refer to the discussion in the report text as well as the exploration logs for a more complete description of subsurface conditions. Soil descriptions are presented in the following general order: < 5% Damp but no visible water. WET Visible free water, usually soil is below water table. Boulders Cobbles Coarse gravel Fine gravel Sand MOISTURE CONTENT COMPONENT PROPORTIONS Fine sand Silt and Clay 5 - 12% PROPORTION RANGE DESCRIPTIVE TERMS Clean Slightly (Clayey, Silty, Sandy) 30 - 50% Components are arranged in order of increasing quantities. Very (Clayey, Silty, Sandy, Gravelly) PID PP CBR DS Direct Shear GS Grain Size Distribution K Permeability Moisture/Density Relationship (Proctor) Resilient Modulus Photoionization Device Reading Res. Resistivity SG Percent Fines%F MD MR Specific Gravity CD Consolidated Drained Triaxial Torvane (Approx. Shear Strength, tsf) Dry Density (pcf) CU Consolidated Undrained Triaxial TV UU Unconsolidated Undrained Triaxial UC Unconfined Compression SAMPLE TYPE SYMBOLS Non-standard Penetration Test(3.0" OD Split Spoon with Brass Rings) (140 lb. hammer with 30 in. drop) Shelby Tube Small Bag Sample Large Bag (Bulk) Sample Core Run 2.0" OD Split Spoon (SPT) PL = Plastic Limit, LL = Liquid Limit Pocket Penetrometer (Approx. Comp. Strength, tsf) 3-1/4" OD Split Spoon 16.75 inches Hot Mix Asphalt.8 Lifts: 0.5" x 1.5" x 2.5" x 2" x 2.25" x 1.75" x 2.25" x 4"Cored on medium severity longitudinal cracking. Crackedthrough first lift. Second and third lifts are unbonded. Pavement fabricbetween first and second lifts. First lift crumbled into piecesduring coring. [HMA] Loose, light brown, sandy, sub-rounded GRAVEL with silt and cobbles, moist. [FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GP GM NB IL, 15 feet from curb LOCATION: See Figure 2A 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/23/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core- 1 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-2 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 8 inches Hot Mix Asphalt.4 Lifts: 2.5" x 1.5" x 1.5" x 2.5"Cored on medium severity alligator cracking. Cracked throughfirst and second lifts. First and second lifts are partially unbonded. First and secondlifts crumbled during coring.[HMA] Loose to medium dense, olive-brown, sandy, fine to coarse, sub-rounded GRAVEL with silt, moist. [FILL] Silt content increases at 14 inches. Soft, reddish-brown, SILT, moist.[ALLUVIUM] The excavation was terminated at a depth of 31.5 inches. No groundwater seepage was observed during the exploration. S-1 GP GM ML NB OL, 3 feet from curb LOCATION: See Figure 2A 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/23/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core- 2 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-3 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 8.5 inches Hot Mix Asphalt.4 Lifts: 2.25" x 1.75" x 2" x 2.5"Cored on medium severity alligator cracking. Cracked throughfirst three lifts. Third and fourth lifts are unbonded.[HMA] 2.5 inches Crushed Aggregate Base. Medium dense, light gray, sandy, fractured GRAVEL with silt,moist.[CRUSHED AGGREGATE BASE] Medium stiff, light brown SILT with sub-rounded gravels, moist.[ALLUVIUM] Soft, light brown, SILT, moist. The excavation was terminated at a depth of 25 inches. No groundwater seepage was observed during the exploration. ML ML NB OL, 3 feet from curb LOCATION: See Figure 2A 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/23/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core- 3 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-4 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9.75 inches Hot Mix Asphalt.4 Lifts: 1.75" x 2" x 2.5" x 3.5"Cored on medium severity transverse cracking. Crack extends5 inches into core. First and second lifts are unbonded. Fourth lift partially disintegrated during coring.[HMA] 3.25 inches Crushed Aggregate Base.Medium dense, dark gray, sandy, fine to coarse fractured GRAVEL with silt, moist. [CRUSHED AGGREGATE BASE] Soft, bluish-gray SILT, moist.[ALLUVIUM] Becomes reddish-gray at 19 inches The excavation was terminated at a depth of 27 inches. Nogroundwater seepage was observed during the exploration. ML NB OL, 3 feet from curb LOCATION: See Figure 2A 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/23/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core- 4 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-5 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 13.5 inches Hot Mix Asphalt.5 lifts: 1.75" x 3.5" x 2.5" x 2.25" x 3.5"Cored on high severity longitudinal crack. Cracked throughfirst lift. First and second lifts are unbonded. Pavement fabric betweenfirst and second lifts. Fourth and fifth lifts have largeraggregate. [HMA] Loose, dark brown, sandy, fine to coarse, sub-angular to sub-rounded GRAVEL with silt, moist. [FILL] Loose, dark brown to black, silty, sandy, fine to coarse,sub-angular to subrounded GRAVEL, moist. The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GP GM GM NB IL, 19 feet from curb LOCATION: See Figure 2B 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/24/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core- 5 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-6 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 10.75 inches Hot Mix Asphalt.5 Lifts: 1.75" x 1.5" x 2.25" x 2.25" x 3"Cored on medium severity transverse and longitudinal cracks.Cracked through first lift. Second lift is uncracked. Cracked through third lift and rest of core.Second and third lifts are unbonded. Pavement fabricbetween first and second lift. Fourth and fifth lifts have larger aggregates. [HMA] Loose, light gray, sandy, sub-rounded GRAVEL with silt and cobbles, moist. [FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GP GM NB OL, 3 feet from curb LOCATION: See Figure 2B 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/23/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core- 6 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-7 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 11.5 inches Hot Mix Asphalt.5 lifts: 2.25" x 2.75" x 2.5" x 2.5" x 1.5"Cored on high severity longitudinal crack. Cracked through fulldepth of core. First and second lifts are unbonded.[HMA] Medium dense, sandy, sub-rounded GRAVEL with silt, moist. [FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GP GM NB IL, 14 feet from curb LOCATION: See Figure 2C 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 7/2/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core- 7 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-8 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9.25 inches Hot Mix Asphalt.4 lifts: 1.75" x 2" x 2.5" x 3"No cracking at core location.Second and third lifts are unbonded. [HMA] Medium dense, olive brown, gravelly SAND with silt and tracecobbles, moist. Sub-rounded gravel.[FILL] The excavation was terminated at a depth of 19 inches due to refusal on a cobble. No groundwater seepage was observedduring the exploration. SPSM NB OL, 5 feet from curb LOCATION: See Figure 2C 0 1 2 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 7/2/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core- 8 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-9 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 8 inches Hot Mix Asphalt.4 lifts: 2" x 2" x 1.5" x 2.5"Cored on medium severity transverse crack. Cracked throughfull depth of core. First and second lifts are unbonded. Second through fourthlifts are deteriorated, of poor quality.[HMA] 2.5 inches Crushed Aggregate Base Medium dense, gray, sandy, crushed GRAVEL with silt, moist.[CRUSHED AGGREGATE BASE] Medium dense, light brown, sandy, fine to coarse, sub-rounded GRAVEL with silt, moist. [FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GP GM NB OL, 4.5 feet from curb LOCATION: See Figure 2E 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 7/1/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core- 9 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-10 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 14 inches Hot Mix Asphalt.5 lifts: 2.5" x 1.75" x 3" x 2.75" x 4"Cored in area of low severity transverse and longitudinalcracks, however no cracking intersected the core. Fourth and fifth lifts are unbonded.[HMA] 5 inches HMA Grindings used as Aggregate Base. [CRUSHED AGGREGATE BASE] Medium dense, dark gray, gravelly SAND with silt, moist.[FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. SPSM NB IL, 4 feet from center lane LOCATION: See Figure 2F 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 7/1/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-10 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-11 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 10.25 inches Hot Mix Asphalt.4 lifts: 3.25" x 2.25" x 2.25" x 2.5"Cored on low severity transverse crack. Cracked through firstlift. All lifts are bonded.[HMA] Medium dense, dark gray, sandy, sub-rounded GRAVEL with silt and cobbles, moist. [FILL] Grades to medium dense, dark gray, SAND with silt,sub-rounded gravel and cobbles, moist. The excavation was terminated at a depth of 20.5 inches due to refusal on a cobble. No groundwater seepage wasencountered during the exploration. GP GM SPSM NB IL, 16 feet from curb LOCATION: See Figure 2F 0 1 2 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/30/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-11 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-12 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 7 inches Hot Mix Asphalt.4 lifts: 1.5" x 0.75" x 2.25" x 2.5"Cored on medium severity transverse crack. Cracked throughfull depth of core. All lifts are bonded. Pavement fabric between first and secondlifts.[HMA] 1 inch HMA Grindings used as Aggregate Base.[CRUSHED AGGREGATE BASE] 2 inches Crushed Aggregate Base. Medium dense, gray, sandy, crushed GRAVEL with silt, moist. Medium dense, light brown, sandy, sub-rounded GRAVELwith silt and cobbles, moist. [FILL] The excavation was terminated at a depth of 18 inches due torefusal on a cobble. No groundwater seepage was observedduring the exploration. GPGM NB IL, 15 feet from curb LOCATION: See Figure 2F 0 1 2 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/30/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-12 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-13 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9.75 inches Hot Mix Asphalt.4 lifts: 1.75" x 2" x 2.75" x 3.25"Cored on medium severity transverse crack. Cracked throughfull depth of core. All lifts are bonded.[HMA] 1.75 inches Crushed Aggregate Base.Medium dense, olive-gray, sandy, crushed GRAVEL with silt, moist. [CRUSHED AGGREGATE BASE] Medium dense, olive-brown, gravelly SAND with silt, moist.Sub-rounded gravel. [FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. SP SM NB OL, 4 feet from curb LOCATION: See Figure 2G 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/30/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-13 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-14 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 8.75 inches Hot Mix Asphalt.4 lifts: 2" x 2.75" x 2.5" x 1.5"Cored in area of medium severity alligator cracking, howeverno cracking intersected the core. Second and third lifts are unbonded.[HMA] 1.25 inches Crushed Aggregate Base. Medium dense, dark brown, sandy, crushed GRAVEL withsilt, moist.[CRUSHED AGGREGATE BASE] Medium dense, dark brown, sandy, sub-rounded GRAVELwith silt, moist.[FILL]Gravel content increases with depth. The excavation was terminated at a depth of 22 inches due to refusal on cobbles. No groundwater seepage was observed during the exploration. GPGM NB, 16 feet from edge of pavement LOCATION: See Figure 2G 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/25/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-14 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-15 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9 inches Hot Mix Asphalt.3 lifts: 3" x 2" x 4"Cored on low severity transverse and longitudinal cracks.Cracked through first lift. All lifts are unbonded.[HMA] Medium dense, olive brown, fine to coarse, sub-roundedGRAVEL with silt, moist.[FILL] Medium dense, light brown, SAND with silt, gravel and cobbles, moist. Fine to coarse, sub-rounded gravel. Grades to silty. The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GPGMSPSM SM NB, 6 feet from edge of pavement LOCATION: See Figure 2G 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/25/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-15 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-16 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 10 inches Hot Mix Asphalt.3+ lifts: 2" x 2.25" x 1.75"Bottom 4 inches of core deteriorated during coring.Cored on medium severity alligator cracking. Cracked through full depth of core.Lifts are unbonded.[HMA] Medium dense, light brown, sandy, sub-rounded GRAVELwith silt and cobbles. [FILL] Silt content increases with depth. The excavation was terminated at 23 inches due to refusal on cobbles. No groundwater seepage was observed during theexploration. GPGM NB, 4 feet from edge of pavement LOCATION: See Figure 2H 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/25/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-16 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-17 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9.5 inches Hot Mix Asphalt.4 lifts: 1.5" x 2" x 3" x 3"No cracking at core location.Third and fourth lifts are unbonded. [HMA] Medium dense, olive brown, sandy, fine, sub-roundedGRAVEL with silt, moist. [FILL] Medium dense, olive-brown, gravelly SAND with silt, moist. Medium dense, olive-brown, sandy, fine to coarse,sub-rounded GRAVEL with silt, moist. Grades to silty. The excavation as terminated at a depth of 24 inches. Nogroundwater seepage was encountered during the exploration. GPGM SP SM GPGM GM NB, 4 feet from edge of pavement LOCATION: See Figure 2H 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/25/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-17 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-18 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 11.5 inches Hot Mix Asphalt.6 lifts: 2.25" x 1.5" x 1" x 1.25" x 2" x 3.5"Cored on medium severity longitudinal crack. Crack extends1" into core. Fifth and sixth lifts are unbonded.[HMA] Medium dense, light gray, sandy, sub-rounded GRAVEL with silt and cobbles. [FILL] The excavation was terminated at a depth of 15 inches due torefusal on a cobble. No groundwater seepage was observedduring the exploration. GP GM NB, 5 feet from edge of pavement LOCATION: See Figure 2H 0 1 2 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/26/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-18 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-19 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 10.25 inches Hot Mix Asphalt.4 lifts: 2.25" x 2.25" x 2.75" x 3"No cracking at core location.First and second, third and fourth lifts are unbonded. Pavement fabric between second and third lifts.[HMA] Medium dense, olive-brown, gravelly SAND with silt and tracecobbles, moist. Fine to coarse, sub-rounded gravel. [FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was encountered during the exploration. SPSM NB, 8 feet from edge of pavement LOCATION: See Figure 2H 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/26/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-19 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-20 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9.75 inches Hot Mix Asphalt.4 lifts: 2" x 1.5" x 2.75" x 3.5"Cored on medium severity alligator cracking. Cracked throughfirst lift. Lifts are bonded. Bottom lift in very poor condition, crumbledduring coring.[HMA] Medium dense, light brown, sandy, sub-rounded GRAVELwith silt, moist. [FILL] Medium dense, gray, silty, sub-rounded GRAVEL with sandand trace cobbles, moist. The excavation was terminated at a depth of 22 inches due to refusal on a cobble. No groundwater seepage was encountered during the exploration. GPGM GM NB, 4 feet from edge of pavement LOCATION: See Figure 2H 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/27/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-20 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-21 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 11 inches Hot Mix Asphalt.6 lifts: 2" x 2" x 1.5" x 1.75" x 1.25" x 2.5"Cored on medium severity longitudinal and transverse cracks.Cracked through first lift. Fourth and fifth lifts are unbonded. Pavement fabric betweensecond and third lifts.[HMA] Medium dense, light brown, sandy, sub-rounded GRAVEL with silt, moist. [FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was encountered during the exploration. GP GM NB, 5 feet from edge of pavement LOCATION: See Figure 2I 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/27/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-21 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-22 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9.75 inches Hot Mix Asphalt.4 lifts: 2.25" x 1.75" x 1.5" x 4.25"Cored on low severity longitudinal crack. Cracked through firstlift. First and second lifts are unbonded.[HMA] Loose, dark brown, sandy, sub-rounded GRAVEL with silt,moist. [FILL] Sand content increases with depth. The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was encountered during the exploration. GPGM SB, 5 feet from edge of pavement LOCATION: See Figure 2J 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/27/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-22 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-23 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9 inches Hot Mix Asphalt.3 lifts: 3" x 3.25" x 2.75"Cored on low severity transverse crack. Cracked through firstlift. All lifts are bonded. Pavement fabric between first and secondlifts.[HMA] 1 inch HMA Grindings used as Aggregate Base.[CRUSHED AGGREGATE BASE] 3 inches Crushed Aggregate Base.Medium dense, olive-brown, gravelly SAND with silt, moist. Fine, crushed gravel. Medium dense, olive-brown, gravelly SAND with silt andcobbles, moist. Fine to coarse, sub-angular to sub-roundedgravel.[FILL] The excavation was terminated at a depth of 22 inches due to refusal on cobbles. No groundwater seepage was encountered during the exploration. SPSM SB, 4 feet from edge of pavement LOCATION: See Figure 2I 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/27/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-23 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-24 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9.25 inches Hot Mix Asphalt.3 lifts: 2" x 4.25" x 3"Cored on low severity longitudinal crack. Cracked through firstlift. All lifts are unbonded. Second and third lifts are disintegrated.[HMA] 1.75 inches HMA Grindings used as Aggregate Base.[CRUSHED AGGREGATE BASE] Medium dense, olive-brown, gravelly SAND with silt and cobbles, moist. Fine to coarse, sub-angular to sub-rounded gravel.[FILL] The excavation was terminated at a depth of 20 inches due to refusal on cobbles. No groundwater seepage was observedduring the exploration. SP SM SB, 8 feet from edge of pavement LOCATION: See Figure 2I 0 1 2 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/27/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-24 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-25 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 10.75 inches Hot Mix Asphalt.6 lifts: 1.5" x 1.75" x 1" x 2" x 1.75" x 2.75"Cored on medium severity alligator cracking. Cracked throughfirst lift. First and second, fourth and fifth lifts are unbonded.Pavement fabric between first and second lifts.[HMA] 0.75 inches Crushed Aggregate Base. Medium dense, dark gray, sandy, crushed GRAVEL with silt, moist.[CRUSHED AGGREGATE BASE] Medium dense, dark brown, sandy, sub-rounded GRAVEL with silt, moist. [FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GP GM SB, 4.5 feet from edge of pavement LOCATION: See Figure 2H 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/26/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-25 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-26 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 10.75 inches Hot Mix Asphalt.3 lifts: 3.75" x 3" x 4"Cored on low severity longitudinal crack. Crack extends 1" intocore. Second and third lifts are unbonded. Pavement fabricbetween first and second lifts.[HMA] Medium dense, olive-brown, gravelly SAND with silt and cobbles, moist. Fine to coarse, sub-rounded gravel. [FILL] The excavation was terminated at a depth of 21 inches. Nogroundwater seepage was observed during the exploration. SP SM SB, 4 feet from edge of pavement LOCATION: See Figure 2H 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/26/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-26 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-27 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9.75 inches Hot Mix Asphalt.5 lifts: 2" x 1.75" x 2.5" x 2.5" x 1"Cored on medium severity longitudinal crack. Crackedthrough first lift. First and second, third and fourth lifts are unbonded.Pavement fabric between first and second lifts.[HMA] Medium dense, light brown, sandy, sub-rounded GRAVELwith silt, moist. [FILL] Sand content increases with depth. The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GPGM SB, 5 feet from edge of pavement LOCATION: See Figure 2H 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/25/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-27 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-28 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 7.75 inches Hot Mix Asphalt.3 lifts: 2" x 2.75" x 3"Cored on low severity alligator cracking. Cracked through firstlift. All lifts are unbonded.[HMA] Medium dense, olive-brown, sandy, fine to coarse, sub-rounded GRAVEL with silt and cobbles, moist. [FILL] The excavation was terminated at a depth of 22 inches due to refusal on a cobble. No groundwater seepage was observed during the exploration. GP GM SB, 3 feet from edge of pavement LOCATION: See Figure 2H 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/26/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-28 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-29 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 11.75 inches Hot Mix Asphalt.5 lifts: 1.5" x 2.5" x 1.75" x 2.25" x 3.75"Cored on low severity transverse crack. Cracked through firstlift. All lifts are bonded.[HMA] 12.25+ inches Crushed Aggregate Base. Medium dense, sandy, crushed GRAVEL with silt, moist.[CRUSHED AGGREGATE BASE] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. SB OL, 4 feet from curb LOCATION: See Figure 2G 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/30/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-29 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-30 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9 inches Hot Mix Asphalt.4 lifts: 2.5" x 2" x 2.25" x 2.25"Cored on medium severity alligator cracking. Cracked throughfirst lift. First and second, second and third lifts are not bonded.[HMA] Medium dense, olive-brown, silty SAND with fine to coarse,sub-rounded gravel, moist.[FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. SM SB OL, 3.5 feet from curb LOCATION: See Figure 2G 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/30/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-30 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-31 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 18.25 inches Hot Mix Asphalt.8 lifts: 2" x 1.75" x 1.75" x 2.25" x 1.5" x 2.5" x 3.25" x 3.25"Cored on medium severity transverse crack. Cracked throughfirst 5 lifts (9.25"). Fifth and sixth lifts are unbonded.[HMA] Medium dense, light gray, sandy GRAVEL with silt, cobbles,and trace asphalt cuttings, moist.[FILL] The excavation was terminated at a depth of 20.5 inches due to refusal on a cobble. No groundwater seepage wasobserved during the exploration. GPGM SB IL, 22 feet from curb LOCATION: See Figure 2G 0 1 2 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 7/1/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-31 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-32 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 15.25 inches Hot Mix Asphalt.6 lifts: 1.75" x 2" x 1.5" x 3" x 3.5" x 3.5"No cracking at core location.All lifts are bonded. Fifth and sixth lifts have larger aggregate. [HMA] Medium dense, olive-brown, sandy, fine, sub-roundedGRAVEL with silt, moist.[FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GPGM SB OL, 4 feet from curb LOCATION: See Figure 2E 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 7/1/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-32 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-33 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 10.75 inches Hot Mix Asphalt.5 lifts: 2" x 2.75" x 2.75" x 1.5" x 1.75"Cored on medium severity transverse crack. Cracked throughfirst lift. First and second lifts are unbonded.[HMA] 7.25 inches Portland Cement Concrete.Bottom two inches destroyed while coring, not shown in photo. Very poor condition. Unbonded from HMA above.[PCC] Medium dense, light brown, sandy, sub-rounded GRAVELwith silt, moist.[FILL] The excavation was terminated at a depth of 20 inches due to proximity to buried utilities. No groundwater seepage wasobserved during the exploration. GPGM SB IL, 21 feet from curb LOCATION: See Figure 2C 0 1 2 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 7/2/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-33 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-34 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 9 inches Hot Mix Asphalt.3 lifts: 2.25" x 2.5" x 4.25"Cored on low severity alligator cracking. Cracked through firstlift. All lifts are unbonded.[HMA] Medium dense, dark brown, silty, gravelly SAND with asphaltcuttings, moist.[FILL] Becomes light brown. Medium stiff, light to dark brown, SILT with trace sand and gravels, moist.[ALLUVIUM] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was encountered during the exploration. SM ML SB OL, 3 feet from curb LOCATION: See Figure 2C 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 7/2/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-34 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-35 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 10.5 inches Hot Mix Asphalt.5 lifts: 1.75" x 2" x 3" x 2" x 1.75"Cored on medium severity longitudinal crack. Crackedthrough first and second lifts. First and second, second and third lifts are unbonded.[HMA] 9 inches Portland Cement Concrete. Good condition. Bonded to HMA above. [PCC] Medium dense, light brown, sandy, sub-rounded GRAVEL with silt, moist. [FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GP GM SB IL, 14 feet from curb LOCATION: See Figure 2B 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 7/2/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-35 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-36 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 13 inches Hot Mix Asphalt.4 lifts: 2" x 2" x 3.75" x 5.25"Cored on medium severity alligator cracking. Crack extendsthrough first lift. All lifts are unbonded. Fifth lift has larger aggregate.[HMA] Stiff, olive-brown, sandy SILT with gravel, moist.[FILL] The excavation was terminated at a depth of 21 inches. Nogroundwater seepage was encountered during the exploration. ML SB OL, 4 feet from curb LOCATION: See Figure 2B 0 1 2 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 7/2/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-36 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-37 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 11.75 inches Hot Mix Asphalt.5 lifts: 2.25" x 2.25" x 2.25" x 2" x 3"Cored on medium severity longitudinal crack and pavingseam. Cracked through full depth of core along seam. HMA is 1.5 inches thinner on curb-side of seam. Second andthird lifts are unbonded.[HMA] Medium dense, light gray, sandy, sub-rounded GRAVEL withsilt, moist. [FILL] Medium stiff, dark brown SILT with sub-rounded gravel, moist.[ALLUVIUM] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. GPGM ML SB OL, 3 feet from curb LOCATION: See Figure 2A 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/24/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-37 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-38 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 16.25 inches Hot Mix Asphalt.7 lifts: 2.5" x 0.75" x 1.25" x 1" x 2" x 2.5" x 6.25"No cracking at core location.First and second lifts are unbonded. Pavement fabric between second and third lifts. Seventh lift has larger aggregate.[HMA] Soft, brown SILT with gravel, moist.[FILL] The excavation was terminated at a depth of 24 inches. Nogroundwater seepage was observed during the exploration. ML SB OL, 5 feet from curb LOCATION: See Figure 2 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/24/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-38 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-39 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 12.25 inches Hot Mix Asphalt.4 lifts: 2.5" x 1.75" x 4.25" x 3.75"No cracking at core location.Lifts are bonded. Pavement fabric between first and second lift.[HMA] 8 inches Portland Cement Concrete.Good condition.Unbonded from HMA above. [PCC] Soft, brown SILT with gravel, moist. [FILL] The excavation was terminated at a depth of 26 inches. No groundwater seepage was observed during the exploration. ML SB IL, 16 feet from curb LOCATION: See Figure 2 0 1 2 3 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/24/25 LOGGED BY: L. Heine and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-39 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-40 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 16.0 inches Hot Mix Asphalt.5+ lifts: 1" x 2" x 2.25" x 2" x 2.25"Cored on medium severity longitudinal crack and pavingseam. Cracked through full depth of core along seam. HMA is 6 inches thinner on curb-side of seam. Lowerportions of core were rubblized on extraction. Second andthird lifts are unbonded and have pavement fabric. [HMA] Medium dense, dark brown, sandy, sub-rounded GRAVELwith silt, moist. [FILL] The excavation was terminated at a depth of 18 inches due to proximity to buried utilities. No groundwater seepage was encountered during the exploration. GPGM SB OL, 3 feet from curb LOCATION: See Figure 2 0 1 2 EXCAVATION COMPANY: HWA GeoSciences Inc. SA M P L E N U M B E R SA M P L E T Y P E OT H E R T E S T S DATE COMPLETED: 6/24/25 LOGGED BY: J. Wilde and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSY M B O L PAGE: 1 of 1 Core-40 EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel PROJECT NO.: MO I S T U R E CO N T E N T ( % ) Pavement Investigation STREET: PAVEMENT CORE FIGURE: US C S S O I L C L A S S . 2025-003-21 PAVEMENT CORE PHOTO 2025-003.GPJ 10/10/25 Interurban Avenue S Overlay Tukwila, Washington A-41 DE P T H ( f e e t ) PAVEMENT CORE PHOTO 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Appendix B Pavement Condition Photos 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-1. Core-1 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-2. Core-2 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-3. Core-3 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-4. Core-4 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-5. Core-5 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-6. Core-6 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-7. Core-7 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-8. Core-8 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-9. Core-9 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-10. Core-10 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-11. Core-11 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-12. Core-12 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-13. Core-13 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-14. Core-14 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-15. Core-15 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-16. Core-16 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-17. Core-17 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-18. Core-18 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-19. Core-19 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-20. Core-20 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-21. Core-21 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-22. Core-22 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-23. Core-23 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-24. Core-24 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-25. Core-25 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-26. Core-26 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-27. Core-27 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-28. Core-28 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-29. Core-29 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-30. Core-30 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-31. Core-31 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-32. Core-32 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-33. Core-33 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-34. Core-34 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-35. Core-35 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-36. Core-36 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-37. Core-37 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-38. Core-38 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-39. Core-39 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Figure B-40. Core-40 Pavement Condition. 21312 30th Dr. SE, STE. 110, Bothell, WA 98021 | 425.774.0106 | hwageo.com Appendix C Tack Coat Best Practices 1 Tack Coat Best Practices This Technical Brief provides an overview of tack coats and their vital role bonding multiple asphalt layers into one monolithic system. Poor tack coat techniques result in compromised bonding of the asphalt layers. This leads to pavement distresses. Possible slippage cracking and delamination are associated with poor bonding. Additionally, poor bonding can lead to structural distresses, namely fatigue cracking and potholes. Often this lack of sufficient bonding is not recognized as the source of failures. Introduction A key, but sometimes overlooked, component of an asphalt pavement is the bond strength between asphalt pavement layers. Tack coat is a sprayed application of an asphalt binder upon an existing asphalt or Portland cement concrete pavement prior to an overlay, or between layers of new asphalt concrete. This thin membrane of asphalt binder provides the glue between the layers, creating a monolithic structure which performs as a unit as opposed to unbound, independent, layers. When properly built, a pavement will provide the desired characteristics for its users, while meeting the needs of an agency for an economical, environmentally friendly and sustainable material. Poor bonding of a pavement surface layer is a direct result of inadequate tack coat practices resulting in slippage and shoving of the pavement, as seen in Figure 1. This type of failure is most frequently seen in locations where braking or acceleration is common, such as intersections. Other distresses can also be made related to poor tack coat bonding, most notably pavement fatigue cracking. The Asphalt Pavement Technology Program is an integrated, national effort to improve the long-term performance and cost effectiveness of asphalt pavements. Managed by the Federal Highway Administration through partnerships with state highway agencies, industry and academia the program’s primary goals are to reduce congestion, improve safety, and foster technology innovation. The program was established to develop and implement guidelines, methods, procedures and other tools for use in asphalt pavement materials selection, mixture design, testing, construction and quality control. Office of Asset Management, Pavements, and Construction FHWA-HIF-16-017 April 2016 2 Figure 1. Slippage failure due to poor bonding of pavement layers. Materials used for tack coats are emulsified asphalt (most common) and performance grade asphalt. While cutbacks are still used, their usage is much less than other options, and will not be addressed in this TechBrief. Moreover, research has shown that cutbacks achieve lower bond strengths than other options. (1) Tack Coat Definitions It is important to use consistent language when discussing tack coats. Therefore, the following definitions are offered: Tack Coat—sprayed application of asphalt binder upon an existing asphalt or Portland cement concrete pavement surface prior to an overlay, or between layers of new asphalt concrete. Undiluted Emulsion—an emulsion which consists primarily of a paving grade binder, water, and an emulsifying agent. Diluted Emulsion—an emulsion with additional water added to it. The most common dilution rate is 1:1 (one part undiluted emulsion and one part additional water). (1) Residual Asphalt—the remaining asphalt after an emulsion has set, typically 57-70 percent of the undiluted emulsion. Tack Coat Break—the moment when water separates enough from the asphalt to show a color change from brown to black. 3 Tack Coat Set—when all the water has evaporated, leaving only the residual asphalt. Some refer to this as completely broken. Literature Review: The Importance of Tack Coats Failure to bond pavement layers is known to result in delamination and then sliding and shoving of surface layers of pavement. However, a reduction in fatigue life is also a very probable consequence of poor bonding. When pavement layers are not properly bonded, the layers exhibit independence, resulting in an alteration to the stress distribution profile. A variety of researchers have reported on this situation over the years. Some select examples are presented below. A more complete listing is found in NCHRP Report 712 (I). Roffe and Chaignon (2) reported that if a pavement displayed no bonding within its layers, a 60% loss of life could be expected. Similarly, Brown and Brunton (3) reported that no bonding would cause a 75% reduction in pavement life, and at 70% bond strength, a 70% reduction in pavement life could occur. Moreover, King and May (4) reported that with only a 10% loss of bond, a 50% reduction in fatigue life would be expected. While all of these examples are based primarily on computer models of pavement behavior, an extensive analysis was performed by Willis and Timm (5) of a bond failure at the National Center for Asphalt Technology’s (NCAT) Test Track in Alabama. The failure analyses occurred during the 2003 test cycle in which two sections (N7 and N8) were constructed to test the ability of a rich bottom layer (RBL) to improve fatigue resistance. N8 had 0.5% added binder above its determined optimal value. All other aspects of N7 and N8 were identical, including instrumentation at depths of 5 and 7 inches (125 and 175 mm), a total asphalt thickness of 7 inches (175 mm), and an SMA surface for both. Surprisingly, N8 exhibited fatigue failure far sooner than N7, prompting a full forensic investigation. The results of an extensive analysis of the two sections led NCAT researchers to conclude that debonding had occurred between the layers within section N8 and the early fatigue failure was due to the inability of the pavement to behave as a monolithic unit as designers had intended. In the state of Missouri (6) it was reported that an Interstate pavement experienced fatigue cracking early in its life, after 8-10 years of service, Figure 2. The state highway agency conducted a forensic analysis which included the collection of cores. As can be seen in Figure 3, bonding failure was found at various locations within this structure. Again, a pavement with unbonded layers will exhibit compromised performance. Perhaps the most definitive research effort on optimization of tack coats for HMA was the National Cooperative Highway Research Project (NCHRP) 9-40 (1). As reported in NCHRP Report 712, bond strengths were tested for a variety of tack coat materials including emulsions and paving grade binders; various residual application rates from no tack coat to 0.155 gallons per square yard (gsy); various surface types including old HMA, new HMA, milled HMA, and grooved Portland cement concrete (PCC); and in shear, tension, and torsional configurations at 4 a range of test temperatures. Test specimens were obtained from both field and laboratory produced materials. Some of the recommendations from Report 712 include residual tack coat application rates for different surface conditions, shear bond strength testing, and milling of existing surfaces to improve performance. It noted that current common application rates may be too low. Two American Association of State Highway and Transportation Officials (AASHTO) test methods have also been produced as a result of this work. Namely, TP-114 Standard Method for Determining Interlayer Shear Strength (ISS) of Asphalt Pavement Layers (7) and TP-115, Standard Method for Determining the Quality of Tack Coat Adhesion to the Surface of an Asphalt Pavement in the Field or Laboratory (8), were developed in the project. Figure 2. Fatigue cracking on a Missouri pavement. 5 Figure 3. Cores showing layer debonding from Missouri. Structural Design Pavement structures are designed based on a series of inputs. These inputs include the design life of the pavement, engineering properties of the materials, and the expected traffic over the life of the structure. The typical design life for an asphalt pavement is twenty years or more. Increasingly, engineers are seeking to extend the design period and are employing the principles of perpetual pavements. Perpetual pavements are designed thicker than traditional counterparts, but are expected to perform without deep structural maintenance or rehabilitation. Distresses in a perpetual pavement are expected to be confined to the uppermost layers thus requiring only periodic milling and replacement of the surface while retaining the underlying materials. Since 2001, many state highway agencies have been recognized for constructing perpetual pavements (9). Regardless of the methodology employed, an assumption of all thickness design methods is that the pavement layers will be working together as a single monolithic unit. This is achieved only with proper layer bonding. When a traditionally designed asphalt pavement is properly bonded, the principal failure mechanisms are typically bottom-up fatigue cracking or rutting. If the pavement was designed and built as a perpetual pavement, the principal failure mechanism will be top down cracking at the surface, typically confined to the top layers. If layer bonding is not achieved, neither traditionally designed pavements nor perpetual pavements will perform as intended. Within a pavement structure containing unbonded layers, the strain profile will not match that of an equally thick, but properly bonded pavement. This non-uniform strain profile in the pavement structure will lead to decreased fatigue life as the strains at the bottom 6 of the debonded layer will quickly become excessive which can result in fatigue cracking initiating at the bottom of that layer within the asphalt structure. Tack Coat Costs A recent Asphalt Institute investigation showed the cost of tack coats on new or reconstructed facilities was 0.1-0.2% of the total project costs. On the mill and overlay projects, tack coat was 1.0-2.0% of those project costs. If a bond failure occurred and the remedial action was needed, the cost to replace just the top lift was found to be between 30-100% of the original project costs. The lower end of the range was for new or reconstructed pavements which consist of multiple lifts, and the higher end was for a pavement that had seen a mill and overlay of just a single lift of material. It’s clear that the cost of a tack coat application is relatively insignificant, but the cost of repairing a bond failure is very significant. Add to that cost the additional disruption to the users of the facility, and tack is clearly low cost insurance for achieving good bonding between all layers of the pavement structure and good pavement performance. Tack Coat Materials Historically, tack coat selection has been based primarily on experience, convenience, and/or empirical judgement. The selection of the appropriate tack coat material should be based on a combination of material properties and availability. The most common tack coat materials are asphalt emulsions, with slow setting emulsions (SS-1, SS-1h, CSS-1, and CSS-1h) being the most common (1). Other asphalt emulsions which are increasingly used for tack coat including rapid- setting emulsions such as RS-1, RS-2, CRS-1 and CRS-2. Some of the advantages emulsions offer is that they lend themselves to application uniformity, there are typically numerous choices in most locations, and contractors are familiar with their usage. Disadvantages include the time it takes for the emulsion to break and set and the potential for tracking, the transference of tack coat material to adjacent pavement typically via construction vehicles or equipment, of emulsified materials as seen in Figure 4. Excellent performance has been realized when asphalt emulsions are properly used which includes the proper asphalt residual and allowing the emulsion to break and set. 7 Figure 4. Pavement displaying tack coat which has tracked off the surface. The main factors affecting the emulsion break and set times are the application rate and the climatic conditions, primarily sunny verses cloudy, and ambient, surface, and application temperatures. The higher the application rate, the longer it will take for the emulsion to break and set. Typically, the use of a diluted asphalt emulsion will require more time to both break and set compared to an undiluted emulsion, because of the increased amount of water present. As their names imply, the break and set times for a rapid set (RS) emulsion are typically shorter than slow set (SS) emulsion. In an effort to combat tracking, emulsions are being formulated with stiffer base binders and/or chemical modifications. A significant variety of proprietary emulsions or additives are available and marketed as reduced-tracking. Although there has been no official standardization of the nomenclature for the “non-tracking” products to date, many state specifications are using NT or TT to designate these materials. Polymer-modified asphalt emulsions (PMAE) are seeing an increase in their usage, especially for specialty applications, including spray-paver applications. The product may be identified as a conventional emulsion with a P following the designation such as SS-1hP. Another tack coat material can be paving grade asphalt binders. Paving grades as tack coats are most commonly used in southern states. Nighttime paving projects also employ them as they do not have a break or a set time due to the lack of water within them. Excellent performance has been reported when using paving grade binders as well. 8 Tack Coat Best Practices As has been demonstrated, a properly bonded pavement functioning as a monolithic unit is essential to achieve performance expectations. To produce the best opportunity for a pavement to achieve its performance expectation, good design and construction practices need to be followed. An excellent resource with greater details than is found here on tack coat best practices is QIP-128 Best Practices for Emulsion Tack Coats from the National Asphalt Pavement Association. (10) The design phase for tack coats involves an evaluation of the surface to which it will be applied, selection of an appropriate tack coat material, and selection of the proper residual asphalt rate. When evaluating the surface, designers should consider the following characteristics. Is the pavement a new or an existing facility? For existing pavement, will it be milled or not? If it is not going to be milled, then how weathered, raveled, or worn is it? In general, the more surface roughness and wear the pavement has, the greater the volume of tack coat needed for optimal bonding. The Asphalt Institute offers general recommendations for tack coat application rates on different common surfaces in Table 1. Further, the Asphalt Institute encourages use of the higher end of these application rates for best performance. Table 1. Recommended Tack Coat Application Rates Surface Type Residual Rate (gsy) Approximate Bar Rate Undiluted* (gsy) Approximate Bar Rate Diluted 1:1* (gsy) New Asphalt 0.02 – 0.05 0.03 – 0.07 0.06 – 0.14 Existing Asphalt 0.04 – 0.07 0.06 – 0.11 0.12 – 0.22 Milled Surface 0.04 – 0.08 0.06 – 0.12 0.12 – 0.24 Portland Cement Concrete 0.03 – 0.05 0.05 – 0.08 0.10 – 0.16 *Assume emulsion is 33% water and 67% asphalt. It is of paramount importance that specifications be clear in their language as they relate to tack coats. For example, a specification may read, “Apply the tack coat at a rate of 0.04 gsy”. Language such as this is too vague. It could be interpreted to mean 0.04 gsy residual binder, 0.04 gsy undiluted emulsion, or even 0.04 gsy diluted emulsion. Actual residual values will vary widely from each interpretation. As can be seen in Table 1, if 0.04 gsy residual is the desired application, then, with the assumptions shown, an application of 0.06 gsy undiluted, or 0.12 gsy of a 1:1 diluted emulsion would be needed to achieve the desired residual rate. It is recommended that all application specifications be in terms of residual asphalt. While some researchers have indicated that tack coats may not always be needed to get good bonding, the preponderance of literature supports always using tack coats between lifts of asphalt. Moreover, as discussed previously, the cost of a tack coat application is relatively 9 insignificant, but the cost of repairing a bond failure is very significant including the cost of the additional disruption to users of the facility. Surface preparation is vital to provide the best opportunity to achieve a high bond strength. The goal of surface preparation is to produce a clean, dry surface. On existing pavements, milling is encouraged for its many benefits. First, milling removes the uppermost materials which are typically the most compromised by traffic wear and weathering. Second, milling helps to smooth out any irregularities in grade that may have developed within the pavement. And third, milling improves the bonding characteristics of the overlay to the existing pavement. The negative aspects of milling are the cost associated with milling and the added cleaning typically connected to milling as it can produce excess fine material which may be difficult to eliminate by sweeping or other forms of removal. Milling may also increase the amount of tack coat needed as it increases the surface area (roughness) of the existing pavement. However, this additional surface area along with an increase in aggregate interlock promotes improved bonding characteristics. On new or reconstructed pavements, or where multiple lifts are a requirement of construction, surface preparation between lifts is generally minimal. Sweeping may be the only preparation needed. However, if the freshly laid pavement has become dirty it is recommended the contractor clean any and all such locations prior to the next lift being tacked and paved. Once the surface has been properly prepared, application of tack coat can proceed. Tack coat applications should be uniform and consistent both transversely and longitudinally. An example of a quality tack coat application can be seen in Figure 5. Unfortunately, frequently tack coat applications can be observed that are streaky or striped in appearance. Some refer to this as “zebra tack” or “corn rows” (11) (as seen in Figure 6) and it does not produce good bond strengths. As noted previously, some researchers reported that a mere 10% loss in bond strength resulted in a 50% loss in fatigue life. 10 Figure 5. A uniform tack application. Figure 6. Examples of “Zebra Tack” or “Corn Rows”. 11 Historically, emulsified tack coats were diluted to assist contractors in achieving a uniform application of tack. This was required due to equipment limitations found in the past. However, today’s modern distributor trucks are capable of applying a uniform tack coat without dilution. For all dilution operations, careful control is needed to properly account for water added by dilution so that the residual application rate can be calculated. Without such control, residual asphalt application rates are impossible to determine. Based on these concerns, field dilution is not recommended. Moreover, only slow-setting emulsions are typically diluted. If allowed, dilution of the emulsion should only be performed by the supplier where a greater degree of control can be expected rather than in the field. Application Calculations Residual asphalt application rates calculations need to account for not only the water that is present in an undiluted emulsion, but also any added water via dilution. For example, if an application rate of 0.10 gsy was applied to an emulsion diluted at 70:30 (70% undiluted emulsion to 30% additional water), containing initially 33% water, calculation of the residual application rate would need to account for both sources of water. Thus, the 0.10 gsy would be multiplied by 0.70, to account for the dilution, and 0.67, to account for the water in the undiluted emulsion. Therefore, the residual tack coat rate in this example would be 0.047 gsy. When application calculations are done in terms of volume, a correction to the standard temperature of 60°F is required. This is to account for any expansion or contraction that will occur as an emulsion is heated or cooled. One such table is found in the Asphalt Institute’s MS- 19, Basic Asphalt Emulsions Manual, Table B.1. (12) To perform the correction, simply multiply the factor found in the table for the measured emulsion temperature by the volume applied at the measured temperature. This provides the 60°F volume. Distributor truck calibration is also vital to the application of a proper tack coat. Periodically, a trial tack coat application should be placed over a test area to verify correct nozzle operation and configuration. Distributors should be calibrated annually as a minimum. Increasingly, owner agencies are requiring a valid certification of calibration to ensure the proper functioning of the distributor and its components. ASTM D2995 (described below) provides guidance for the calibration procedure. The calculations needed to determine tack coat applications are rather straightforward. Most commonly, tack coat is specified in terms of volume (gallons/square yard). However, it might also be specified in terms of mass (pounds/square yard). The following steps can be applied with the volume method: •Step 1: Determine the distance traveled. •Step 2: Calculate the area sprayed = distance traveled X width sprayed and convert from sq. ft. to sq. yd. if needed. 12 Courtesy of Jim Scherocman • Step 3: Calculate the gallons of material applied = beginning volume – ending volume. The volumes may be determined by using a dipstick calibrated to the truck’s tank or onboard meters. • Step 4: Correct for temperature back to 60°F by applying correction factor. (See above.) • Step 5: Account for any dilution. (See above.) • Step 6: Calculate residual asphalt by accounting for the water in the undiluted emulsion. (See above.) • Step 7: Calculate residual emulsion application rate, which is the gallons of residual emulsion applied divided by the area of application. A formal method for determining application rates has been adopted by ASTM under their D2995 (13) procedure. D2995 offers two methods: • Method A uses calibration pads that are pre-weighed and attached to the roadway surface (see Figure 7). The pads should be attached both longitudinally and transversely. The truck being calibrated drives over the pads while spraying its material. The pads are quickly removed and reweighed. The application rate is then determined by taking the difference between the post-sprayed and pre-sprayed weights. Any dilution needs to be accounted for, as should the water in the undiluted emulsion to get the application rate in terms of residual material. Figure 7. ASTM D2995 Method A pads following tack coat application. • Method B uses containers which are placed under each nozzle on the distributor. The distributor then discharges material into the containers for a set period of time. The 13 volume is then calculated. Transverse uniformity of application can be verified by checking the consistency in each container and the application rate becomes a function of the truck’s ground speed. With the various asphalt products that can be applied with a distributor truck, different nozzles are available to best match the material with the application rate (see Figure 8). The manufacturer of the distributor truck should be consulted to ensure that the most appropriate nozzles are installed for the tack coat material being applied. Also, nozzles can become plugged. Inspection of the nozzles before and during application can minimize any detrimental effects of clogging. Nozzles also need to be aligned properly. This requires a 15-30° offset from the spray bar as shown in Figure 9. The offset prevents the fan from one nozzle from interfering with the fan from another, thus improving uniformity of application. Figure 8: Examples of different nozzle sizes for different application rates. Figure 9. Proper spray bar nozzle orientation. 14 While modern distributor trucks have excellent capabilities and are typically computerized to help minimize errors, calibration of the truck, as described above, is still needed to further verify residual application amounts. Proper spray bar height is also important. Setting this height to provide a double, or preferably, triple overlap as seen in Figure 10 is also crucial to achieving application uniformity. Moreover, this overlap helps to maintain coverage if any of the nozzles were to become compromised during the application. Triple coverage is maintained with a spray bar height of about 1-foot. Figure 10. Display of single, double, and triple overlay coverage. Contract Language Contract language for tack coats needs to be clear and non-ambiguous. Required application values should be in terms of residual asphalt application rates (see Table 1). This helps to assure that the right amount of tack is applied. Whether dilution of an emulsion is allowed or not, by whom, and to what extent, needs to be clearly stated. This helps to induce the needed control over any addition of water to the undiluted emulsion to be able to accurately calculate residual values. Agencies are encouraged to include tack as a separate bid item as opposed to being treated as an incidental component of paving. This helps to increase the amount of attention that is placed on the tack coat by both the contractors and agencies. Conclusion Bonding of pavement layers is vital to the creation of long life asphalt pavements. With proper bonding of the layers, a monolithic structure is formed, greatly improving a pavement’s resistance to stress and fatigue. This is consistent with the assumptions common to all pavement thickness design methods. Failure to achieve adequate bond strength results in increased potential for pavement layer slippage, shoving, and/or fatigue cracking. Moreover, the cost of tack coats relative to project costs is relatively minor. But the cost of a bond failure can quickly escalate to where it could potentially match the cost of the original project. It is, therefore, most advantageous to properly select and install tack coats so that overall pavement costs are minimized. 15 Selection of an appropriate tack coat material, applied in the recommended residual ranges provides the glue necessary to bond the pavement layers. Surface preparation creating a clean and dry surface is required for bonding. Milling of existing surface materials will further improve bonding capabilities, thus typically improving pavement performance. Maintaining, and calibrating the distributor truck is also needed to provide the desired uniform application. It is important to select the appropriate nozzles sizes to match both the material and the target residual application rate. Additionally, the spray bar should be set to achieve either a double or triple overlap to ensure uniform coverage. Poor uniformity can be due to many factors, including blocked nozzles, improper angle, improper nozzle size, improper distributor truck speed, or inadequate pump pressure. A uniform application of a high quality tack coat at the appropriate residual asphalt rate to a clean dry surface is key to successfully bond pavement layers together for peak long-term performance. References 1.Mohammad, L. N., Elseifi, M. A., Bae, A., Patel, N., Button, J., and Scherocman, J. A., Optimization of Tack Coat for HMA Placement, National Cooperative Highway Research Project Report 712, Washington, D.C., 2012. 2.Roffe, J. C. and F. Chaignon, Characterization Tests on Bond Coats: Worldwide Study, Impact, Tests, Recommendations, 3rd International Conference on Bituminous Mixtures and Pavements, Thessaloniki, Greece, 2002. 3.Brown, S. F. and Brunton, J. M. The influence of bonding between bituminous layers. The Journal of the Institution of Highways and Transportation, United Kingdom, Vol. 31(5), pp 16-17, 1984. 4.King, G, and R. May, New Approaches to Tack Application, Presented at the 83rd Annual Meeting of the Transportation Research Board, Washington, D.C., 2003. 5.Willis, J. and D. Timm, Forensic Investigation of Debonding in Rich-bottom Pavement, National Center for Asphalt Technology Report 06-04, Auburn, AL, 2006. 6.Blomberg, J., Tack Coat Specifications and Testing, Presented at the North Central Asphalt User Producer Group, Kansas City, MO, 2014. 7.American Association of State Highway and Transportation Officials, Part 3 Provisional Standards TP114-15; Standard Method of Test for Determining the Interlayer Shear Strength (ISS) of Asphalt Pavement Layers, Standard Specifications for Transportation Materials and Methods of Sampling and Testing, 35th Edition.. Washington, D.C., 2015. 8. American Association of State Highway and Transportation Officials, Part 3 Provisional Standards TP115-15; Standard Method of Test for Determining the Quality of Tack Coat Adhesion to the Surface of an Asphalt Pavement in the Field or Laboratory, Standard 16 Specifications for Transportation Materials and Methods of Sampling and Testing, 35th Edition.. Washington, D.C., 2015. 9. Asphalt Pavement Alliance, Perpetual Pavement Award Winners, http://www.asphaltroads.org/perpetual-pavement/award-winners/, Accessed August 17, 2015. 10. National Asphalt Pavement Association, QIP-128 Best Practices for Emulsion Tack Coats, Lanham, MD, 2013. 11. Al-Qadi, I.L., Carpenter, S. H., Leng, Z., Ozer, H., and James S. Trepanier, J. S., Tack Coat Optimization for HMA Overlays: Accelerated Pavement Test Report, Illinois Center for Transportation Report ICT-09- 035, Urbana, IL, 2009. 12. Asphalt Institute and Asphalt Emulsion Manufactures Association, MS-19 Basic Asphalt Emulsion Manual, Forth Edition, Lexington, KY, 2008. 13. American Society of Testing and Materials, D2995 – 99; Standard Practice for Estimating Application Rate of Bituminous Distributors, Annual Book of ASTM Standards 2009, Section 4: Construction, Volume 04.03, ASTM, West Conshohocken, PA, 2009. Tack Coat Best Practices Contact—For more information, contact: Federal Highway Administration (FHWA) Office of Asset Management, Pavements and Construction John Bukowski - john.bukowski@dot.gov FHWA Office of Technical Services – Resource Center Christopher Wagner – Christopher.wagner@dot.gov (Pavement & Materials Technical Service Team) Federal Highway Administration http://www.fhwa.dot.gov/resources/pubstats/ Special thanks are extended to Dave Johnson (Asphalt Institute) and Jason Dietz (FHWA) for their technical assistance in development of this publication. Distribution—This Technical Brief is being distributed according to a standard distribution. Direct distribution is being made to the Divisions and Resource Center. Key Words— residual rate, diluted emulsion, tack coat break, and tack coat set. Notice—This Technical Brief is disseminated under the sponsorship of the U.S. Department of Transportation in the interest of information exchange. The U.S. Government assumes no liability for the use of the information contained in this document. The U.S. Government does not endorse products or manufacturers. Trademarks or manufacturers’ names appear in this report only because they are considered essential to the objective of the document. Quality Assurance Statement—The Federal Highway Administration (FHWA) provides high-quality information to serve Government, industry, and the public in a manner that promotes 17 public understanding. Standards and policies are used to ensure and maximize the quality, objectivity, utility, and integrity of its information. FHWA periodically reviews quality issues and adjusts its programs and processes to ensure continuous quality improvement. APRIL 2016 FHWA-HIF-16-017 APPENDIX E Inadvertant Discovery Plan (To be Included in Next Submittal) APPENDIX F Standard City Forms Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. DATE: BUDGET NO.: PROJECT NO.: CONTRACT NO.: PROJECT NAME: TO: You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the “Owner” and a notice to proceed is issued. Conditions: A.The following change, and work affected thereby, are subject to all contractstipulations and covenants;B.The rights of the “Owner” are not prejudiced;C.All claims against the “Owner” which are incidental to or as a consequence ofthis change are waived; andD.The Contractor must submit all Field Overhead and Home Office Overhead Ratesfor approval in advance of all change orders. CHANGE: See Attached Exhibit “A” We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date _________________________ Contractor ______________________ By _______________________________________ Title __________________________ Original Contract (without tax) $ APPROVED BY THE CITY OF TUKWILA Previous Change Order $ Date __________________________ This Change Order (without tax) $ By ____________________________ Mayor REV. CONTRACT AMOUNT $ Original Contract Time: City Engineer ___________________ Additional Contract Time for this Change Order: Updated Contract Time: ------------------------------------------------------------------------------------------------------------------------- ORIGINAL: City Clerk (1 of 2) cc:Finance Department (w/encumbrance) Contractor (2 of 2) Project Management File PW Project Finance File To: Date: Project Name: Project No.: Attn: Contract No.: Work to be performed: Reason for modification: Work under this Field Directive modification will be accomplished: With no change to the contract price. For a lump sum increase/decrease of _____________________________ to the contract price. On a unit price basis with a maximum allowable increase/decrease of ____________________. With work to start immediately and determination of any change to the contract price and/or completion date to be negotiated. Negotiations to be complete by _______________________ within a reasonabletime. With no change in contract completion date. With no contract completion date extended/decreased ____________________ calendar days. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor’s Rep – Name Title Date Approved by: City Construction Engineering Authority Date Verified by: Construction Inspector Representing the City Date CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite 100 Tukwila, Washington 98188 Phone: (206) 433-0179 FIELD DIRECTIVE REQUEST FOR INFORMATION XYZ Construction Company 1234 Concrete Way, Seattle, Washington 98104 PROJECT: Big Little Bridge DATE: dd/mm/yyyy Tukwila Project No. xxRWxx RETURN BY: dd/mm/yy Tukwila Contract 04-0xx RFI NUMBER: 1 XYZ Const. Project # 12345 TO: David Sorensen City of Tukwila Department of Public Works 6300 Southcenter Boulevard, Suite 100 Tukwila, Washington 98188 FROM: Joe Moel, Project Manager SUBJECT: Special Question Details QUESTION: On plan sheet 123 it requires a special question in the special question detail, however the special question is not fully dimensioned. 1.) What are the specific special question dimensions? REPLY: (attach page(s) as necessary) BY: _______________________________ _____________________________ __________________ (Name-Print) (Signature) (Date) OVERHEAD RATES FOR CONTRACT NO. [Title of Contract] The purpose of this form is to establish fair and reasonable field and home office overhead rates for you and your subcontractors prior to Notice to Proceed. If you desire to deviate from the method on the Proposal/Estimate for Contract Modification Form, it is requested you provide a complete breakdown of overhead costs for each contractor and each overhead pool. All listed costs should be broken out using the same terms (nomenclature) and divisions as the contractor’s accounting system. Also, indicate what costs make up the direct cost pools for each contractor and show how these costs are applied to compute the overhead rates. You may use the enclosed Overhead Analysis Form (Enclosure [1]) to assist you with documenting proposed Home Office Overhead (HOOH) for each firm. Field Office Overhead may include the following: Superintendent Salary Office Manager Salary Office Costs (Rental, Ownership) Clerical/Timekeeping Site Cleanup Vehicle Utilities/Maintenance/Janitorial Equipment for Material Handling Office Supplies Builders Risk/Liability Insurance Small Tools Safety Equipment Disposables Drinking Water Port-a-Potties The preceding list and the enclosed Overhead Analysis Form are not all inclusive, and there are some costs which may not be allowable, allocable, or reasonable for this contract. The lists are provided only as assistance to your firm in developing proposed overhead rates. If cost items are shown as direct costs in your accounting system, they should not be duplicated in your overhead pool. Please identify all unallowable cost items (see FAR 31.205 at http://www.arnet.gov/far/current/html/Subpart_31_2.html) and also exclude from the overhead pools. Please support any subcontractor bond costs with documentation showing the amount of the costs, the rationale for incurring these costs, and an explanation of their reasonableness. It is our intent that the negotiated rates for overhead will be used in all modifications under this contract until either party deems that the negotiated rates may be unreasonable, at which time a new agreement may be reached on actual overhead. Once actual overhead rates are used for a firm, you may not revert to an alternate method for that firm. Please provide the information requested above within 10 days of prior to Notice to Proceed. If you have any questions, please contact Bob Giberson at (206)431-2457. HOME OFFICE OVERHEAD ANALYSIS FORM FIRM: MONTHS ENDED: Refer to FAR 31.205 for allowability costs. The overhead rate calculated on this form should represent the overhead costs for the preceding 12 months or for the most recent accounting period. Also list and explain costs not identified below on an additional sheet. Description of Cost Allowable Unallowable FAR Ref Vacation, Holiday, and Sick Leave $ $ 31.205-6 Health and Life Insurance Programs $ $ 31.206-6 Payroll Taxes $ $ 31.205-41 Pension, Retirement Plans $ $ 31.205-6 Training $ $ 31.205-44 Travel $ $ 31.205-46 Commission and Bonuses $ $ 31.205-6 Salary Typing, Filing (Indirect) $ $ 31.205-6 Salaries of Principles (Indirect) $ $ 31.205-6 Salaries/Tech Personnel (Indirect) $ $ 31.205.6 Accounting $ $ 31.205-33 Professional Licenses and Dues $ $ 31.205-43 Dues to Non-Professional Organizations, Country Club, etc. $ $ 31.205-14 Subscriptions and Periodicals $ $ 31.205-43 Reproduction $ $ 31.205-26 Office Equipment $ $ 31.205-26 Telephone and Telegraph $ $ Postage $ $ 31.205-45 Office Supplies $ $ 31.205-26 Depreciation – Office Equipment $ $ 31.205-11 Office Rent $ $ 31.205.36 Maintenance and Repair $ $ 31.205-24 Automobile $ $ 31.205-46 Advertising $ $ 31.205-1 Contributions $ $ 31.205-8 Entertainment $ $ 31.205-14 Interest on Borrowings $ $ 31.205-20 Income Taxes $ $ 31.205-41 Bad Debts $ $ 31.205-3 Losses $ $ 31.205-23 Fines and Penalties $ $ 31.205-15 Insurance and Indemnification $ $ 31.205-19 Others (Total from Additional Sheets) $ $ Total Allowable Cost: $ Overhead Cost $ /Total Billings $ = Overhead Rate % Enclosure (1) PROPOSAL/ESTIMATE FOR CONTRACT MODIFICATION DATE: CONTRACT TITLE: CONTRACT NO: DESCRIPTION: PRIME CONTRACTOR’S WORK Revisions/Comments 1. Direct Materials 2. Sales Tax on Materials % of Line 1 % 3. Direct Labor 4. Insurance, Taxes, and Fringe Benefits % of Line 3 % 5. Rental Equipment 6. Sales Tax on Rental Equipment % of Line 5 % 7. Equipment Ownership and Operating Expenses 8. SUBTOTAL (add Lines 1 to 7) 9. Field Overhead 10% of Line 8 % 10. SUBTOTAL (add Lines 8 and 9) Prime Remarks: SUBCONTRACTOR’S WORK Revisions/Comments 11. Direct Materials 12. Sales Tax on Materials % of Line 11 % 13. Direct Labor 14. Insurance, Taxes, and Fringe Benefits % of Line 13 % 15. Rental Equipment 16. Sales Tax on Rental Equipment % of Line 15 % 17. Equipment Ownership and Operating Expenses 18. SUBTOTAL (add Lines 11 to 17) 19. Field Overhead 10% of Line 18 % 20. SUBTOTAL (add Lines 18 and 19) 21. Home Office Overhead 3% of Line 20 % 22. Profit % of Line 20 % 23. SUBTOTAL (add Lines 20 and 22) Sub’s Remarks: SUMMARY Revisions/Comments 24. Prime Contractor’s Work (from Line 10) 25. Subcontractor’s Work (from Line 23) 26. SUBTOTAL (add Lines 24 and 25) 27. Prime Overhead on Subcontractor 5% of Line 25 % 28. Prime’s Home Office Overhead 3% of Line 24 % 29. Prime’s Profit % of Line 26 % 30. SUBTOTAL (add Lines 26 to 29) 31. Prime Contractor’s Bond Premium % of Line 30 % 32. TOTAL COST (add Lines 30 and 31) Estimated time extension and justification Prime Contractor Name: Subcontractor Name: Signature and Title of Preparer Date INSTRUCTIONS FOR PREPARING PROPOSAL/ESTIMATE FOR CONTRACT MODIFICATION All Contract Modification Proposals shall be addressed to the Resident Officer in Charge of Construction. Proposals must clearly state the conditions and scope of the modification and shall be accompanied by a breakdown of cost, as indicated. Lump-sum costs will not be accepted in either the prime or subcontractor’s breakdown of direct cost. The total cost for labor, material, and equipment rental (or ownership) for each item shall be transferred to the corresponding item proposals under $500,000 in lieu of detailed itemized estimates of overhead costs. The proposal should also include a request for an extension of time, in calendar days, only if overall completion of contract is impacted by the proposed modification. The contractor shall not proceed with any of the work included in the modification prior to receipt of an executed modification of contract. Breakdown of Direct Costs Contract No. Date: Items of Work for Prime Contractor QTY UNIT Material Labor R O Equipment Unit Cost Total Cost Unit Cost Total Cost Days Rate Total R Total (Rental) Direct Prime Contractor’s TOTALS O Total (Owned) Items of Work for Prime Contractor QTY UNIT Material Labor R O Equipment Unit Cost Total Cost Unit Cost Total Cost Days Rate Total R Total (Rental) Direct Subcontractor’s TOTALS O Total (Owned) RELEASE OF CLAIMS AND CONTRACTOR’S ACCEPTANCE Interurban Avenue S Overlay Project CITY OF TUKWILA PROJECT NO. xxxxxx STATE OF _____________________ :SS COUNTY OF ___________________ I, the undersigned, having been first duly sworn, depose and say: that the final estimate is a true and correct statement showing all the monies due me from the City of Tukwila, Washington, under Tukwila Project No. ________, that I have carefully examined said final estimate and understand the same; and that I hereby release the City of Tukwila from any and all claims of whatever nature which may have arisen from the performance of said contract, and which are not set forth in said estimate. _______________________ of_______________________ SUBSCRIBED AND SWORN to before me this ____ day of ____________, 20__ ______________________________ Notary Public in and for the State of Washington, residing at ________, therein. Apprentice Utilization Plan To be submitted no later than thirty (30) days following Execution Contract Title Contract Number Today’s Date Prime Contractor Apprentice Utilization Requirement *Include all project labor hours (including apprentices) for all trades subject to prevailing wages (WAC 296-127 and RCW 39.12). Use additional sheets if necessary. Estimated Start Date (mm/dd/yy) Contractor/Firm/Company Trade/Craft Trade/Craft Other Description Total Labor* (Hours) Apprentice (Hours) Comments (Other) **Project Percent is the apprentice hours (right column) divided by the total labor hours (left column) Subtotal This Page Additional Sheet(s) Total Grand Total **Project Percent Completed By Email Title Phone DOT Form 424-004Revised 03/2020 Insert Statement of Apprentice Participation