Loading...
HomeMy WebLinkAboutPW14-203 - Original - SCI Infrastructure, LLC - SR 516 to S 231st Way Levee Improvements - 08/27/2014 . Records Man�agem �a e �t 4p wA ENT Document'w e e� Y { £R y, Sd " CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: SCI Infrastructure, LLC Vendor Number: JD Edwards Number Contract Number: This is assigned by City Clerk's Office TV- Project Name: SR 516 to S. 2315t Way Levee Improvements Russell Rd. Upper Levee - South Reach James St./Russell Rd. Realignment Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 120 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Toby Hallock Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of building a new setback levee along the Green River at the intersection of James St. and Russell Rd. S:Pubilc\RecordsManagement\Forms\ContractCover\adce7832 1 11/08 r KENT Agenda Item: Bids - 9A TO: City Council DATE: July 15, 2014 SUBJECT: SR 516 to S. 231st Way Levee Improvements Russell Road Upper Levee - South Reach James Street/Russell Road Realignment Project - Accept MOTION: Award the SR 516 to S. 231st Way Levee Improvements Russell Road Upper Levee - South Reach James Street/Russell Road Realignment Project to SCI Infrastructure, LLC in the amount of $2,176,334.02 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project consists of building a new setback levee along the Green River at the intersection of James Street and Russell Road in Kent. Work will take place adjacent to and within the City of Kent`s Public Works Operations Facility. As such, construction activities shall be coordinated to not affect the workflow of the Operations Facility. Work includes clearing, grubbing, removal of existing pavement and subgrade, and other demolition work. A reinforced concrete retaining wall, approximately 520 feet long, will be constructed along and through a portion of the Operations Facility parking lot. Special fill material for the new levee will be installed riverward of the retaining wall. The roadway and the Green River Trail will be relocated adjacent to the retaining wall, on top of the levee material. i Other aspects of the project include construction of a cement concrete sidewalk, two planter strips with irrigation, and a native vegetation area riverward of the relocated trail. Approximately 13,000 cubic yards of material is anticipated to be imported to the site. It is anticipated that construction will take place over two construction seasons. EXHIBITS: Memorandum, dated July 9, 2014 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS., This contract will be funded out of the Interlocal Agreement with the King County Flood Control Zone District. I PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 E A>T Fax: 253-856-6500 W ASHIN GTON PHONE: 253-856-5500 I CITY OF KENT KING COUNTY, WASHINGTON SR 516 to S. 231st Way Levee Improvements Russell Road Upper Levee - South Reach James Street/Russell Road Realignment ADDENDUM No. 1 July 2, 2014 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BIDDER'S DOCUMENTS SCHEDULE I - LEVEE AND STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1075 4-03.5 18,500 Gravel Borrow, Including Haul $ $ KSP TONS and Compaction Per TON i ($2 50 Min} 1145 8-14.5 455 Cement Concrete Sidewalk $ $ KSP SQ YDS Per SY �I i o i Y C O) Y 3 3 ® MAYOR SUZETTE COOKE _._. SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT i 2091 7 99.5 4 Combination insta44 $ KSP EACH per EA SCHEDULE VI B- JOINT UTILITY TRENCH ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT i 6013B 8-32.5 300 Joint Utility Trench $ $ KSP LN FT (3 Ft. Wide, 3 Ft. Cover) Per LF SCHEDULE IX - NORTH REACH LEVEE WORK ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 9035 2.02-5 1 Remove Existing Perforated $ $ KSP LUMP SUM Drainage System Per LS II - KENT SPECIAL PROVISIONS Page 5-7 - Section 5-04.5 - Payment ADD the following payment description: The unit contract price per ton for "HMA Class 1/2" PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. i 2 Page 7-19 - Section 7-09.5 - Payment DELETE the following payment description: Tbe-u�aet price_per " tiers Alr/VaeHunn Valve and aulcn and install the air release valve and vault jnelu�lng, �Hli net limited ta: excavatliqg; / supplying, laying and the duetile Iran GI 52 plpe� pipe, fittings adapters, flanges), res�ra�iged-Feta4fref-g4afAs-,-aupplylng and instal and-RA�extender, Zl' I sea!, pipe support' and concrete bleek4i �g� suppIyfag-afrd4ay4flg-washed rack-, �revidlng hole in vault fleer fer j REVISE the following payment description: The unit contract price per 4nea1-fast Jump sum for "Remove Existing Water Main" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing water main as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. Page 8-16 - Section 8-12.5 - Payment REVISE the following payment description: "Install New Security Fence," per linear foot. Page 8-22 - Section 8-20.5 - Payment REVISE the following payment description: The lump sum contract price for"Seeta+ffg Security Lighting and Cameras" constitutes complete compensation for all materials, labor and equipment required to install and connect the security lighting system as shown on the plans, artd described in the specifications, and in Appendix A-6. Page 8-35 - Section 8-32.5 - Payment ADD the following payment description: The unit contract price per lineal foot for"Joint Utility Trench (3 Ft. Wide, 3 Ft. Cover)" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate and backfill for trenches as shown on the plans and described in the specifications, The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), cleanup and all other work described in Section 8-32.1 of the Kent Special Provisions. Cost to coordinate with utilities to place their facilities in the trench and to obtain utility supplied conduit shall be included in this bid item. I 3 I II I III — APPENDIX Appendix 9 — Environmental Permits REPLACE the US Fish and Wildlife Bald Eagle Take with the attached. Appendix 11 — Construction Sequencing and Milestones REPLACE the Construction Sequencing, Milestones and Schedule with the attached. iI I END OF ADDENDUM No. 1 Chad Bieren, P.E. Date City Engineer Attachments: US Fish and Wildlife Bald Eagle Take (3 pages) Construction Sequencing, Milestones and Schedule (1 page) I i I 4 DEPARTMENT OF THE INTERIOR ii8. U.S.FISH AN B.D D WLWE SERVICEPI6[[ a [2,AUTHORITY-STATUTESFEDERAL FISH AND WILDLIFE PERMIT6 use 66sa EGULATIONS 0 CPR 13 L FERNUTTEE O"FIT 22.26 CITY OF KENT dba PUBLIC WORKS DEPARTMENT , 400 W GROVE ST KENT,UTA 98032 3.NUMBER MB7754OA-1 AMENDMENT U.S.A. ' 4.RENEWABLE S.MAV COPY ® YES YES 1 1 NO 1'NO 6.EFFECTIVE Z.EXPIRES 06/2712014 08/31/2016 8,NAAE AND TITLE OF PRINCIPAL OFFICER (I101h.bxsD,zm) O.TYPEOFPERMIT TOBY HALLOCK EAGLE TAKE ASSOCIATED WITH BUT NOT THE PURPOSE OF AN ENVIRONMENTAL ENGINEER ACTIVITY ' 10.LOCATION WHERE AUTHORIZED ACTIVITYMAY BE CONDUCTED Records Kept at Address in Block 1 Above Physical Work Conducted on James Street as Described Below KING COUNTY I L CONDITIONS AND AUTHORIZATIONS: •A. GENERAL CONDITIONS STOUT IN SUBPART DOP 50 CPR 13,AND SPECIFIC CONDITIONS CONTAINED IN FEDERALREOULATIONS CITED IN BLOCK k2 ABOVE,ARE HEREBY MADE APART OF THIS PERMIT.ALLACTIVITO:SAUTHOIUZED HERE7N34USTBE CARRIED OUT IN ACCORD WITH AND FOR THIS PURPOSES DESCRIBED IN THE APPLICATION SUBMITTED.CONTINUED VALIDITY,OR RENEWAL,OFTH[S PERMIT IS SUBIECTTO COMPLETE AND TVAELY COMPLIANCE WITH ALLAPPLICABLE CONDITIONS,INCLUDING THE FILING OFALL REQUIRED WORMA71ONAND REPORTS. B.THE VALIDITY OF THIS PERMIT IS ALSO CONDITIONED UPOH STRICT OBSERVANCE OFALLAPPLICABLE FOREIGN,STATE;LOCAL,TRIBAL,OR OTHERFEDERALLAW C.VALIDFORUSEBYPERMITTEENAMEDABO\A. D. You are authorized to disturb 1 bald eagle nest during the course of the following activities at the corner of Russell Road and James Street in Kent,WA(47.386608, -122.263491):James/Russell Road intersection relocation and new levee construction in 2014 and 2015, Activities will involve: utility relocation, retaining wall construction, grinding and asphalt removal and replacement, levee construction, and landscape planting. Disturbance Authorized: 2014 and 2015 Monitoring Required: 2014, 2015, and 2016 E. The authorizations granted by permits issued under this section apply only to take that results from activities conducted In accordance with the description contained in the permit application and the terms of the permit. if the permitted activity changes, you must immediately contact the Service to determine whether a permit amendment is required In order to retain take authorization, i F, This permit does not authorize intentional take of live eagle's, eggs or young. G. You must comply with the following avoidance, minimization, or other mitigation measures: 1, If the eagles are aggressively swooping at or attacking individuals on the ground, the work will be adjusted to ® ADDITIONAL CONDITIONS AND AUTHORIZATIONS ALSO APPLY - 12,REPORTINO REQUIREMENTS ANNUAL REPORT DUE;09/30 ISSUED BY TITLE =06!27/2014 CHIEF,MIGRATORY BIRD PERMIT OFFICE-REGION 1 I minimize the disturbance causing this agitation. No hazing of eagles will occur during construction or is authorized by this permit. 2. Trees removed for the Installation of the second levee(levee setback)will be replaced(within 660 feet of the nest) and will eventually provide visual screening between the nest and the activities on the opposite side of the levee. j 3. No fertilizers, herbicides or other chemicals will be applied to the restored vegetation because of close proximity to the'water and potential for introduction Into this freshwater system. 4. Work that will occur within 660 feet of the nest during nesting season, between January 1 and August 15,will not commence before 8:00 a.m, to minimize disturbance to the early morning feeding activity. 5. All personnel will be informed of the bald eagle nest location, and instructed to essentially ignore the birds'activities; the eagles are more likely to react and be disturbed if they are being watched. N..You must follow state and federal guidelines laws and label instructions If using pesticides, herbicides,or other chemicals, I. You remain responsible for all outstanding monitoring requirements and mitigation measures required under the terms of the permit for take that occurs prior to cancellation, expiration, suspension,or revocation of the permit. J. You are required to monitor eagle use of Important eagle-use areas where eagles are likely'to be affected by your activities until one year after the expiration of the permit during the season(s)when eagles would normally be present, to the area where the take is likely to occur, and noting whether eagles continue to nest, roost, or forage there. Monitoring must consist of. 1) Monthly observations of the nest and other activities by a qualified biologist between January 1 and August 15 in 2014, 2015, and 2016. 2) If eagles are observed at the beginning of nesting season,perform monthly presence/absence observations for hours or until an observation Is made. If a "present"observation is made in less than 4 hours, the observation obligation is complete observing biologist may leave and return the following month. The nest must be observed for 4 consecutive hours before an "absence"determination can be made. The purpose of these monthly observations is presencelabsence and for us to make a determination whether take has occurred'from the constructionlroad relocation project. 3) If eagles are not observed during 4 hour observations in January, February, March, or April, then only check the nest one more time for 4 hours between June and August to confirm that there Is not late nesting activity and that there are no eaglets in the nest or adults feeding young. 4) Observations are to be conducted during times when it is most likely to observe behavior, such as early mornings; maintain a distance far enough away to avoid disturbance, but close enough to observe nest and eagle activity. K. You must submit an annual report summarizing the information you obtained through monitoring to the Service for 2014, 2015, and 2016 to the issuing permit office. Form 3-202-16(Eagle Non-purposeful Take Report) can be found online at www.fws.,qov/forms/3-202-15.pdf. L. You must immediately notify the migratory bird permit issuing office at PermitsR1MB@fws.gov regarding any apparent Injury or death occurring to any eagle, including viable eggs, during project activities.You must immediately transport any injured eagle to the nearest Federally permitted eagle rehabilitator• M. You must contact the migratory bird Issuing office Immediately upon discovery of any unanticipated take. I I N. While the permit is valid and for up to 3 years after it expires,you must allow Service personnel, or other qualified•persons designated by the Service, access to the areas where eagles are likely to be affected, at any reasonable hour, and with reasonable notice from the Service,for purposes of monitoring eagles at the site(s). O. You may delegate the authority granted in this permit to the following subpermittee(s): Matt Knox(City of Kent biologist), any City of Kent staff or employee under his direct supervision, or otherwise qualified, designated biologist, Any subpermittee who has been delegated this authority may not re-delegate to another individual/business, P. Subpermittees must be at least 18 years of age. You are responsible for ensuring that your subpermittees are qualified to perform the work and adhere to the terms of your permit.You are also responsible for maintaining current records of designated subpermittees. As the permittee, you are ultimately legally responsible for compliance with the terms and conditions of this permit and that responsibility may not be delegated. i Q. You and any subpermittees must carry a legible copy of this permit and display it upon request whenever exercising its authority. R.All of the provisions and conditions of the governing regulations at 60 CFR 13 and 50 CFR 22.26 are conditions of your permit. Failure to comply with the conditions of your permit could be cause for suspension of the permit and/or citation. For copies of the regulations, visit: www,fws.gov/permits/mbperrnits/birdbasics.litml. S. This permit does not authorize you to conduct activities on Federal, State, Tribal, or other public or private property other than your own without additional prior written permits or permission from the agency/landowner. i T. You must maintain records as required in 60 CFR 13.46.All records relating to the permitted activities must be kept at the location indicated in writing by you to the migratory bird permit issuing office. U. Acceptance of this permit authorizes the U,S. Fish and Wildlife Service to inspect and audit or copy any permits, books or records required to be kept by the permit and governing regulations(60 CFR 13.46). V. Permittees and subpermittees operating under this permit may not take or disturb eagles contrary to the laws or regulations of any State, Tribal, or Municipal government, and none of the privileges of this authorization are valid unless the permittee possesses the appropriate State permits, or other authorizations, if required. W. The U.S. Fish and Wildlife Service Is not liable for any damage or Injury to person,wildlife,or property that occurs as the result of carrying out the activities associated with this permit. I ; I I i I r I j i i Russell Road Upper Levee-James St/Russell Rd Intersection South Reach Levee Construction Sequencing,Milestones and Schedule-Rev. 7/2/14 The following construction sequencing, milestones and schedule assumes a construction notice to proceed in August 2014, Construction activities for the project are limited by schedule restrictions from the bald eagle permit, work in an active operations and maintenance facility, seasonal weather conditions, sequencing of work,and the city's commitment to limit road and trail closure impacts to the community. The construction activities outlined below are construction items that need to be constructed during the first construction season, between August 1, 2014 and October 3, 2014. All other construction items must be completed before October 2, 2015. The Contractor shall plan for a winter construction shutdown from October 3,2014 to April 14, 2015. Construction Season 1- Begin 8/1/2014 and End 10/3/14 Work Items below to be completed by October 3,2014 • Install temporary security fencing at PW Operations Facility -Site must be secure prior to any other work • Underground overhead power for PW Operations • Concrete wall construction • Install permanent fencing and connect fencing to concrete wall -PW Operations site shall be fully enclosed and secure at all times • Improvements at PW Operations (water main, security, parking lot) -Work shall be coordinated with PW Operations to limit impacts • Complete improvements along North Reach Levee • Complete water main work along James/Russell • Connect water main services at James Street • Abandon water main along trail to Neely Soames House • Install Temporary Erosion and Sedimentation Control BMPs to impacted areas and allow James/Russell roadway to remain open -Roadway and Trail to remain open during winter construction shutdown I i i i i PUBLIC WORKS DEPARTMENT Timothy J. LaPorte Public Works Director 400 West GoWe Kent,WA 98032 Fax: 253-856-6500 KENT PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON SR 516 to S. 2315' Way Levee improvements Russell Road Upper Levee - South Reach James Street/Russell Road Realignment ADDENDUM No. 2 July 31 2014 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - KENT SPECIAL PROVISIONS Page 8-36 - Section 8-33 - concrete Retaining Walls REPLACE Section 8-33 - Concrete Retaining Walls with the attached. it END OF ADDENDUM No. 2 CZ') Chad Bleren, P.E. Date City Engineer Attachments: 8-33 - concrete Retaining Walls (3 pages) I MAYOR SUZETTE COOKE I � 1 8-33 CONCRETE RETAINING WALLS 8-33.1 Description i The work covered by this section consist of furnishing all materials labor and equipment to install new concrete retaining wall adjacent to the parking area of the Public Works and Parks Operations Facility as shown on the plans, Concrete placement, curing, finishing and other items not specified in this section shall be installed and provided in accordance with the applicable sections of 6-02 of the WSDOT"Standard Specifications for Road, Bridge and Municipal Construction" I 8-33.2(1) Materials I Concrete Class 4000 Section 9-01 and 9-03 All concrete shall have a minimum of 4% air entrainment Steel Reinforcing Bar Section 9.07 ASTM A706 Grade 60 Gravel Backfill for Walls Section 9-03.12(2) Gravel Base for Foundations Section 9-03. 9(4) Maintenance Rock Underdrain pipe Section 9-05.2(7) i Pigmented Sealer Section 9-08.3 Mt Baker Grey . Steel fill plate Section 9.06 AASHTO M270 Grade 36 Hot Dip Galvanizing ASTM A123 Non Shrink Nonmetallic ASTM C-1107 f'c 4000 psi @ 7 day Grout 8-32.2(2) Submittals Submit detailed shop drawings of the steel reinforcement, used for the retaining wall. Submit the proposed concrete mix design per Section 6-02.3(2)A of the Standard Specifications. I ' 8-32.3 Construction Requirements The wall dimensions, reinforcing and construction shall be in accordance with WSDOT Standard Plan D-10.15-01 & D4 James St Russell RD Realignment it I The retaining wall grout shall not be placed until the wall has been in place and allowed to settle for six months, i Wall joints as shown on the plans shall be installed at a maximum spacing of 24 feet. I 8-32.4 Measurement "Retaining wall" will not be measured for payment. The "Retaining Wall" contains the following approximate quantities of materials and Work: i Class 4000 concrete 400 C.Y. Steel Reinforcing Bar Grade 60 25,000 Lbs. Gravel Backfill for Walls 1030 C.Y. Gravel Backfill for Foundation Class A 200 C.Y. Structural Excavation Class A 860 C.Y. Under drain pipe 490 L.F. Steel Fill Plate 200 L.F. I The quantities are listed only for the convenience of the Contractor in determining the volume of Work involved and are not guaranteed to be accurate. The prospective Bidders shall verify these quantities before submitting a Bid. No adjustments other than for approved changes will be made In the lump sum Contract price for "Retaining Wall" even though the actual quantities required may deviate from those listed, j II 8-32.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: I "Retaining Wall" The lump sum bid price for the above items constitutes complete compensation for all materials, tools and equipment necessary to install cement concrete retaining wall including upper barrier as shown on the drawings and in accordance with the Kent Special Provisions. The lump sum price shall include but not be limited to: restoration of areas adjacent to the wall that are disturbed from forms; and all other materials, and the labor, tools and equipment to fulfill the restoration requirements as directed by the Engineer. The cost for the underdrain pipe, weep holes, pigmented sealer, wall joint steel & grout material and surface treatment are considered James St Russell RD Realignment i i incidental and to be included in the lump sum contract price for "Retaining Wall". i The handrail and fence will be paid for under the separate bid item "Handrail" and "Install New Chain Unk Fence", ; I II , , ' i I i Ili , ,I i i , i i I I_ i i James St Russell RD Realignment i TAB INDEX j Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Traffic Control Plans Tab 8 New Watermain Connection Procedures Tab 9 Environmental Permits Tab 10 Product Information Tab 11 Construction Sequencing and Milestones Tab 12 Prevailing Wage Rates i I CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR I SR 516 to S. 231st Way Levee Improvements Russell Road Upper Levee - South Reach James Street/Russell Road Realignment Project Number: 09-3006.2 BIDS ACCEPTED UNTIL July 8, 2014 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT CITY HALL 220 4th Avenue S., Kent, WA 98032-SS95 J ° r� , 'x TIMOTHY J. LAPORTE, P.E. - PUBLIC WORKS DIRECTOR °� �cIST 1 SSrorraL �'�' fJjiY 01D1STP, 1CT DING COUNTY T ENT FLOOD CONTROL WA.SHINGTON i BIDDER'S NAME SCI INFRASTRUCTUREs LL.0 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR SR 516 to S. 231st Way Levee Improvements Russell Road Upper Levee - South Reach James Street/Russell Road Realignment Project Number: 09-3006.2 BIDS ACCEPTED UNTIL July 8, 2014 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KINC COUNTY KENT FLOOD ST c:R r Ir �T WASH IN B T O N ORDER OF CONTENTS Invitation to Bid i Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans i Traffic Control Plans New Watermain Connection Procedures Environmental Permits Product Information Prevailing Wage Rates i INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 8, 2014 up to 10:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 10:00 a.m. for the City of Kent project named as follows: SR 516 to S. 2315t Way Levee Improvements Russell Road Upper Levee — South Reach James Street/Russell Road Realignment Project Number: 09-3006.2 i The project consists of building a new setback levee along the Green River at the intersection of James Street and Russell Road in Kent. Work will take place adjacent to the City of Kent's Operation Facility. As such, construction activities shall be coordinated to not affect the workflow of the Operations Facility. Work includes clearing, grubbing, removal of existing pavement and subgrade, and other demo work. A reinforced concrete retaining wall, approximately 520 feet long, will be constructed along the Operations Facility parking lot. Special fill material for the new levee (approximately 520-feet long) will be built riverward of the retaining wall. Between the levee fill and the retaining wall, conduits for a joint utility trench will be placed prior to completing the roadway fill. Utility vaults will be placed according to plans. The roadway and the Green River Trail will be relocated adjacent to the retaining wall, on top of the levee material. Other aspects of the project include construction of a cement concrete sidewalk, two planter strips with irrigation, and a native vegetation area riverward of the relocated trail. Approximately 12,000 cubic yards of material is anticipated to be imported to the site. It is anticipated that construction work will take place over two construction seasons. Unless directed otherwise by the City, the Contractor shall plan for a winter shutdown before October 1, 2014. As allowed by the City's Bald Eagle Permit, work may again commence on June 16, 2015. The Engineer's estimated range for this project is approximately $2.1 to $2.5 million. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Toby Hallock at (253) 856- 5536. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50.00 for each set. Plans and specifications can also be downloaded at no charge at www.kentwa.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. i No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this day of , 2014. BY: c �_ Ronald F. Mbore„City Clerk Published in Kent Reporter on June 27 2014 Daily Journal of Commerce on June 24 and July 1 2014 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named SR 516 to S. 231st Way Levee Improvements Russell Road Upper Levee - South Reach 3ames Street/Russell Road Realignment Project Number: 09-3006.2 I am the undersigned bidder or prospective contractor. I represent that - 1. I _ have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. SCI INFRASTRUCTURES LL(; NAME OF BIDDER SIGNATURE/TITLE H C ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) SR 516 to 231"Way Levee South ReachJHallock 1 June 24, 2014 Project Number: 09-3006.2 i DECLARATION I CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, tI,agree to fulfill the five requirements referenced above. By: For: SCSI INFRASTRUCTURE, LLC Title: Ahi Date: _7`09 -1,� SR 516 to 231"Way Levee South Reach(Nallock 2 June 24, 2014 Project Number: 09-3006.2 it CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. SR 516 to 231"Way Levee South ReachJHallock 3 June 24, 2014 Project Number: 09-3006.2 I, CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of SO INFRASTRUCTUM LL Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as SR 516 to S. 2315t Way Levee Improvements — Russell Road Upper Levee-South Reach — 7ames Street/Russell Road Realignment/Project Number: 09-3006.2 that was entered into on the (Date) between the firm i represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: NIFIRA13TRUCTURk, [LC Title: " Date: 1 `I SR 516 to 231"Way Levee South Reach/Hallock 4 June 24, 2014 Project Number: 09-3006.2 PROPOSAL I To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that 30 INF ASTRUCTURE4 L.LO has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named SR 516 to S. 2315t Way Levee Improvements — Russell Road Upper Levee-South Reach — James Street/Russell Road Realignment/Project Number: 09-3006.2 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. SR 516 to 231"Way Levee South Reach/Hallock 5 June 24, 2014 Project Number: 09-3006.2 SCHEDULE I — LEVEE AND STREET i ITEM SECTION APPROX. ITEM UNIT TOTAL RICE AMOUNT NO. NO. QUANTITY I 1000 1-09.7 1 Mobilization $._' r $ r WSDOT LUMP SUM Per LS r' ( 1005 2-01.5 1 Clearing and Grubbing $ G= $ ` WSDOT LUMP SUM Per LS 1010 2-02.5 5,800 Remove Existing Asphalt $ $ 3 e r KSP SQ YDS Concrete Pavement Per SY 1020 2-02.5 140 Remove Cement Concrete $ $ KSP SQ YDS Sidewalk Per SY 1025 2-02.5 165 Remove Cement Concrete $ _ $ 's' ;; KSP LN FT Curb and Gutter Per LF 1035 2-02.5 1 Removal of Traffic Islands $ 1 $ KSP LUMP SUM and/or Traffic Curb Per LS 1040 8-09.5 1 Removal of Raised Pavement $ ( f' $ KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 1045 8-21.5 1 Remove and Replace Traffic $ <,i $ KSP LUMP SUM Signs Per LS 1050 2-02.5 380 Saw Cut Existing Asphalt $ $ I ` KSP LN FT Concrete Pavement Per LF 1065 2 03S 100 Unsuitable Foundation $ t `` $ ' WSDOT CU YDS Excavation Incl. Haul Per CY SR 516 to 231s'Way Levee South Reach/Habock 6 June 24, 2014 Project Number: 09-3006.2 I SCHEDULE I - LEVEE AND STREET UNIT TOTAL ITEM SECTION APPROX. ITEM NO. NO. QUANTITY PRICE AMOUNT 1075 4-03.5 18,500 Gravel Borrow, Including Haul $ I - $ 1- r * KSP TONS and Compaction Per TON ($2.50 Min) 1076 4-03.5 4,900 Low Permeability Fill for Levee $ ( , � $ "-7 KSP TONS Embankment, Including Haul Per TON and Compaction 1077 2-03.5 530 Inspection Trench $ KSP LN F' Per LF 1080 4-04.5 2,300 Crushed Surfacing Top $ f 4 $ * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min)_ 1095 5-04.5 710 HMA Class 3/4", PG 64-22 Per TON $ KSP TONS 1100 5-04.5 810 HMA for Full Width Overlay $ r U' $ KSP TONS Class 1/2", PG 64-22 Per TON 1125 5-04.5 20 Cold Plant Mix for Temporary $ '` $ KSP TONS Pavement Patch Per TON 1135 8-06.5 40 Cement Concrete Driveway, $ KSP SQ YDS 6 Inch Depth Per SY 1145 8-14.5 455 Cement Concrete Sidewalk $ 44 * KSP SQ YDS Per SY * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. SR 516 to 231st Way Levee South ReachfHallock 7 June 24, 2014 Project Number: 09-3006.2 I SCHEDULE I - LEVEE AND STREET ITEM UNIT TOTAL ITEM SECTION APPROX. PRICE AMOUNT NO, NO. QUANTITY 1150 8-14.5 1 Cement Concrete Sidewalk $ __ $ ) s KSP EACH Ramp Type Perpendicular A Per EA 1200 8-14.5 2 Cement Concrete Sidewalk $ KSP EACH Ramp Type Single Direction A Per EA v i 1205 8-04.5 660 Cement Concrete Curb and per .- KSP LN FT Gutter LF 1210 8-04.5 330 Cement Concrete Extruded $ $ KSP LN FT Curb Per LF 1220 7-05.5 1 Adjust Existing Catch Basin $ KSP EACH Grate or Curb Inlet Grate to Per EA Finished Grade 1225 7-05.5 2 Adjust Existing Manhole Cover $ " KSP EACH to Finished Grade Per EA 1235 7-15.5 1 Adjust Existing Meter Box to $ KSP EACH Finished Grade Per EA 2 Z"}it 1250 8-13.5 5 Install New Monument, Case $ $�� KSP EACH and Cover to Finished Grade Per EA 1253 8-26.5 8 Remove Existing Bollard $ $ KSP EACH Per EA * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Yune 24, 2014 SR 516 to 231"Way Levee South ReachlNaliock $ Project Number: 09-30M2 i I I SCHEDULE I - LEVEE AND STREET ITEM UNIT TOTAL ITEM SECTION APPROX. PRICE AMOUNT NO. NO. QUANTITY 1255 8-12.5 235 Remove Fence Per LF KSP LN FT i I $ t>R Remove and Relocate Fence $ 1260 8 12.5 325 Per LF KSP LN FT 1270 8-12.5 300 Temporary Secure Fencing Per LF KSP LN FT 1275 8-12.5 300 Install New Security Fence per LF KSP LN FT 1280 8-12.5 300 Install New Chain Link Fence Per LF $ } KSP LN FT Install City Supplied Fixed or $ $ 1290 8-26.5 3 KSP EACH Removable Bollard per EA ; 9 o r 4 4riD= 1295 8-27.5 210 Handrail Per LF * KSP LN FT GravityBlock Retaining Wall $ SQ KSP FT $ It} ~ 1298 8-24.5 4 Foot and Less in Height Per SF $ e 00$ 1300 8-33.5 1 Retaining Wall per LS KSP LUMP SUM * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. June 24, 2014 SR 516 to 2315'Way Levee South Reach/Hallock 9 Project Number: 09-3006.2 Ij SCHEDULE I - LEVEE AND STREET ITEM UNIT TOTAL ITEM SECTION APPROX. PRICE AMOUNT NO. NO. QUANTITY 1303 8-11.5 130 Removing Guardrail $ WSDOT LN FT Per LF 1304 8-11.5 2 Removing Guardrail Anchor $ $ WSDOT EACH Per EA %l $ rc t,t 1305 8-11.5 139 Beam Guardrail Type 1 per LF WSDOT LN FT 1310 8-11.5 4 Beam Guardrail Anchor $ r,a ° ' ' $ ' r: WSDOT EACH Type 1 Per EA Wheel Stops for Parking Stalls $ 1312 8-04.5 17 KSP EACH Per EA 1315 8-28.5 15 Pothole Utilities $ KSP EACH Per EA 1320 8-30.5 2 Project Sign Installation $ KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $10,000.00** $10,000.00 WSDOT CALC Per CALC **Common price to all bidders Sub Total $ r t 9.5% WA State Sales Tax $ ,r 1,., Schedule I Total $ y' f SR 516 to 231"Way Levee South ReachlHallock 10 June 24, 2014 Project Number: 09-3006.2 l SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT PRICE AMOUNT TAL NO. NO. UANTITY 2015 7-09.5 2 12 Inch Connection to $ $ KSP EACH Existing Water Main Per EA 2035 7-09.5 500 12 Inch Diameter Ductile $ $ KSP LN FT Iron, Cl 52 Water Main Pipe Per LF 2055 7-12.5 1 12 Inch Gate Valve, MI x FL $ $ KSP EACH or M] x M] or FL x FL Per EA 2080 7-14.5 2 Hydrant Assembly $ , $ KSP EACH Per EA 2083 7-14.5 3 Remove Existing Fire Hydrant KSP EACH Assembly Per EA 2085 7-09.5 1 2 Inch Blowoff Assembly $ f , KSP EACH PerEA 2090 7-15.5 1 Remove Existing Air $ $ KSP EACH Vac/Blowoff Assembly and Per EA Vault, Complete 2 . bi�atier+-In�t $ ---A+rJ�-Value-and--Vault. --Per--&A- 2105 7-15.5 5 Abandon Existing Water $ $ KSP EACH Service Per EA 1,, Z5 ,-,c 2110 7-09.5 1 Abandon Existing Water Main $ _ $ KSP LUMP SUM Per LS SR 516 to 2315`Way Levee South Reach/Hallock 11 June 24, 2014 Project Number: 09-3006.2 SCHEDULE 11 - WATER ITEM UNIT TOTAL ITEM SECTION APPROX. PRICE AMOUNT NO. NO. QUANTITY W Remove Existing a $ 2111 7-09.5 1 ter Main KSP LUMP SUM Per LS 2113 7-15.5 4 Service Connection $ $ 4 KSP EACH 3/4 Inch Diameter Per EA J,J 2125 7-15.5 1 service Connection $ $ Per I EA KSP EACH 2 Inch Diameter 713 2144 7-15.5 250 water Service Line $ /1, KSP LN FT 3/4 Inch Diameter Per LF 2145 7-15.5 236 Water Service Line per LF KSP LN FT 1 Inch Diameter 2155 7-15.5 85 water Service Line $ KSP LN FT- 2 Inch Diameter Per LF 2180 7-15.5 5 3/4 inch Water Meter $ KSP EACH Per EA 2185 7-15.5 1 2 Inch Water Meter $ �1- KSP EACH Per EA 2205 7-15.5 5 3/4 Inch Meter Setter $ KSP EACH Per EA 2210 7-15.5 2 1 Inch Meter Setter $ KSP EACH Per EA SR 516 to 231s'way Levee South Reach/Hallock 12 June 24, 2014 Project Number: 09-3006.2 i SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL PRICE AMOUNT NO. NO. QUANTITY 2 Inch Meter Setter $ _ f $ 2215 7-15.5 1 i KSP EACH Per EA 2220 7-15.5 7 Meter Box for Up to 1 Inch $ $ KSP EACH Diameter Service Per EA 2225 7-15.5 1 Meter Box for 1-1/2 to 2 Inch $ 1 $ KSP EACH Diameter Service Per EA ,%.. r.L• 2255 2-09.5 2,100 Shoring or Extra Excavation $ ` $ .i * WSDOT SQ FT Class B Per SF 2260 7-09.5 45 Foundation Material, Class I $ $ KSP TONS and II for Water Main Per TON 2275 7-09.5 181 Pipe Zone Bedding for $ $ ` KSP TONS Water Main Per TON ,I,$ 2285 7-09.5 201 Bank Run Gravel for Trench $ } t $ KSP TONS Backfill for Water Main Per TON ($2.50 Min) * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. A/®3 Sub Total `gi fl 9 9.5% WA State Sales Tax $ _, c =_ Schedule II Total $ SS SR 516 to 231sh Way Levee South Reach/Hallock 13 June 24, 2014 Project Number: 09-3006.2 i SCHEDULE III - SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL PRICE AMOUNT NO. NO. QUANTITY i 'i [) 3025 7-17.5 80 PVC Sewer Pipe, $ $ KSP LN FT 2 Inch Diameter Per LF 3035 7-18.5 50 PVC Side Sewer Pipe, per LF KSP LN FF 6 Inch Diameter 3100 7-19.5 1 Sewer Cleanout $ $ �� WSDOT EACH Per EA 3115 2-09.5 225 Shoring or Extra Excavation, $ $ WSDOT SQ FI Class B Per SF 3135 7-08.5 20 Pipe Zone Bedding $ $ ;K KSP TONS Per TON * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. �. f Sub Total $ 71 e�- 9.5 % WA State Sales Tax $ Schedule III Total $ SR 516 to 2315'way Levee South Reach/Hallock 14 June 24, 2014 Project Number: 09-3006.2 SCHEDULE IV — STORM SEWER UNIT TOTAL ITEM SECTION APPROX. ITEM NO. NO. UANTITY PRICE AMOUNT 4015 7-04.5 500 Storm Sewer Pipe, $ '� $ KSP LN FT 12 Inch Diameter Per LF 4080 7-05.5 10 Catch Basin, Type 1 $ I �" w_ $ KSP EACH Per EA 4095 7-05.5 1 Catch Basin Type 2 KSP EACH 72 Inch Diameter Per EA 4120 7-05.5 10 Vaned Catch Basin per EA KSP EACH Frame and Grate 4130 7-08.5 1 Abandon Existing Storm $ KSP EACH Sewer Pipe Per EA 4135 2-02.5 110 Remove Existing Storm Sewer Per LF $ KSP LN FT Pipe or Culvert 4145 2-02.5 1 Remove Existing Catch Basin $ $ KSP EACH or Manhole Per EA 4150 2-09.5 350 Shoring or Extra Excavation, $ $ * WSDOT SQ FT Class B Per SF 4170 7-08.5 215 Pipe Zone Bedding $ $ 'j * KSP TONS Per TON * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. SR 516 to 2315`Way Levee South ReachJHaliock 15 June 24, 2014 Project Number: 09-3006.2 i SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 4190 7-05.5 2 30 Inch Inline Check Valve KSP EACH Per EA i Sub Total $ 9.5% WA State Sales Tax $ Schedule IV Total $ r =, ° SR 516 to 231"Way Levee South Reach/Hallock 16 June 24, 2014 Project Number: 09-3006.2 i SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NOQUANTITY PRICE AMOUNT 5005 1-10.5 100 Traffic Control Labor $ ' $ KSP HOURS Per HR Solo 1 10.5 424 Construction Signs Class A $ $ , WSDOT SQ FT Per SF 5015 1-10.5 120 Traffic Control Supervisor $ $ KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ f t $ ' '' CA "D KSP LUMP SUM Devices Per LS 5030 1-10.5 40 Portable Changeable Message $ 1 91-' "" $ KSP DAYS Sign (PCMS) Per DAY 5060 1-10.5 4 Type III Barricade $ $ 6 ' � KSP EACH Per EA v.. 5075 8-22.5 1 Permanent Parking Lot $ -� " ' $ KSP LUMP SUM Channelization Per LS 5100 8-22.5 1,000 White Edge Line Paint Stripe $ i $ KSP LN FT Per LF S 5105 8-22.5 800 Double Yellow Center Paint $ . , $ KSP LN FT Stripe Per LF 5120 8-22.5 75 Plastic Crosswalk Line $ 7 $ ' { WSDOT SQ FT Per SF SR 516 to 231"Way Levee South Reach/Hallock 17 June 24, 2014 Project Number: 09-3006.2 i SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5135 8-21.5 1 Permanent Signing $ $ WSDOT LUMP SUM Per LS 5150 8-09.5 1.04 Raised Pavement Marker WSDOT HUNDRED Type 2 Per HUNDRED Sub Total $ 9.5% WA State Sales Tax $ Schedule V Total $ ` SR 516 to 231s`Way Levee South Reach/Hallock 18 June 24, 2014 Project Number: 09-3006.2 �I SCHEDULE VI A - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL PRICE AMOUNT NO. NO. UANTITY 6005A 8-20.5 1 Illumination System $ t $ KSP LUMP SUM Per LS 6010A 8-20.5 1 Underground Power $ KSP LUMP SUM Connection Per LS 6015A 8-20.5 1 Security Lighting and $ - $ KSP LUMP SUM Cameras Per LS Sub Total $ 9.5% WA State Sales Tax $ Schedule VI A Total $ SR 516 to 2315'Way Levee South Reach/Hallock. 19 June 24,2014 Project Number: 09-3006.2 i SCHEDULE VI B - JOINT UNDERGROUND UTILITY TRENCH ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 60148 8 32.5 620 Joint Utility Trench $ l% $ - � KSP LN FT (4 Ft. Wide, 3 Ft. Cover) Per LF �I 6015E 4-04.5 113 Crushed Surfacing Top * KSP TONS Course, 5/8 Inch Minus Per TON 6027E 6-32.5 1 PSE - Vault Excavation and $ '' $ , Cf-6 KSP EACH Installation (507) Per EA 6028E 8-32.5 3 PSE - Vault Excavation and $ KSP EACH Installation (504) Per EA 6029E 8-32.5 1 PSE - Vault Excavation and KSP EACH Installation (3642) Per EA 6036E 8-32.5 255 Sand for Conduit Bedding $ KSP TONS Per TON £.. 6041E 8-32.5 114 PSE - Installation and $ " KSP LN FT Proofing of 3 Inch Diameter Per LF PSE Conduit q 6042E 8-32.5 620 PSE - Installation and $ KSP LN FT Proofing of 4 Inch Diameter Per LF PSE Conduit 6043E 8-32.5 1,080 PSE - Installation and $ KSP LN FT Proofing of 6 Inch Diameter Per LF PSE Conduit 6045B 8-32.5 360 PSE - Installation and KSP LN FT Proofing of 6 Inch Diameter Per LF PSE Gas Conduit SR 516 to 2315'Way Levee South Reach/Hallock 20 June 24, 2014 Project Number: 09-3006.2 I SCHEDULE VI B - JOINT UNDERGROUND UTILITY TRENCH UNIT TOTAL ITEM SECTION APPROX. ITEM PRICE AMOUNT NO. NO. QUANTITY ' 7 F 60516 8-32.5 2 Comcast - Vault Excavation $ OD.- t $ KSP EACH and Installation (253-TA) Per EA _ 1r 6055E 8-32.5 75 Comcast - Installation and $ + $ KSP LN FT Proofing of 2 Inch Diameter Per LF Comcast Conduit 6056E 8-32.5 2,350 Comcast - Installation and $ $ KSP LN FT Proofing of 4 Inch Diameter Per LF Comcast Conduit CenturyLink $ €' 6060B 8-32.5 2 r`JLink - Vault KSP EACH Excavation and Installation Per EA (264 TA) 6061E 8-32.5 1 CenturyLink - Vault $ ' . $ KSP EACH Excavation and Installation Per EA (24" x 36") 6065E 8-32.5 75 CenturyLink - Installation and $ $ k KSP LN FT Proofing of 2 Inch Diameter Per LF CenturyLink Conduit 6066E 8-32.5 2,350 CenturyLink - Installation and $ # 1 $ ' !"t I C KSP LN FT Proofing of 4 Inch Diameter Per LF CenturyLink Conduit 6085E 7-08.5 311 Gravel Borrow for Trench $ " $ } i- f' Z' KSP TONS Backfill Per TON vti f� 'itP� fC' l' .5 1 N } 22 t Vait7i �rV Cdv' er i t r Sub Total 9.59/o WA State Sales Tax $ y Schedule VI B Total $ SR 516 to 231�`Way Levee South ReachJHaliock 21 June 24, 2014 Project Number: 09-3006.2 i I SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. OUANTITY PRICE AMOUNT 7000 8-01.5 0.5 Seeding, Fertilizing, and $ LL $ 1 KSP ACRE Mulching Per AC i a 7005 8-01.5 675 Filter Fabric Fence $ 4 KSP LN FT Per LF 7010 8-01.5 30 Wattle $ ` ' $ WSDOT LN FT Per LF 7015 8-01.5 4 inlet Protection $ $ a KSP EACH Per EA 7020 8-01.5 179 Straw Mulch $ KSP SQ YDS Per SY 7025 8-01.5 150 Clear Plastic Covering $ 4-- $ KSP SQ YDS Per SY 7030 8-01.5 100 ESC Lead $ $ KSP HOURS Per HR 7055 8-01.5 1 Erosion/Water Pollution $10,000.00** $10,000.00 WSDOT FORCE Control Per FA ACCOUNT **Common price to all bidders Sub Total $ ' 9.5% WA State Sales Tax $ Ft Schedule VII Total $ f f _+'t SR 516 to 231s'Way Levee South Reach/Hallock 22 )use 24, 2014 Project Number: 09-3006.2 i i i SCHEDULE VIII - PLANTINGS UNIT TOTAL ITEM SECTION APPROX. ITEM PRICE AMOUNT NO. NO. QUANTITY I 8005 8-02.5 500 Topsoil Type A per CY KSP CU YDS 8020 8-02.5 150 Fine Compost $ A CF WSDOT CU YDS Per CY 8023 8-02.5 1 Douglas Fir $ $ 7 KSP EACH (Pseudotsuga menziesii) Per EA 5 gal Red Alder $ ,:, $ 8025 8-02.5 9 KSP EACH (Alnus rubra) Per EA 5 gal +.. t..J 8030 8-02.5 8 Black Cottonwood $ $ KSP EACH (Populus trichocarpa) 6' live Per EA cutting, 6" diameter maximum 8035 8-02.5 2 Western Red Cedar $ `" $ KSP EACH (Thuja plicata) Per EA 5 gal 8040 8-02.5 3 Bitter Cherry $ $ t KSP EACH (Prunus emarginata) Per EA 2 gal 8045 8-02.5 3 Paper Birch $ !f, _ $ ' KSP EACH (Betula papyrifera) Per EA 2 gal g p Bi Leaf Maple $ " (` $ ti 8055 8-02.5 1 KSP EACH (Acer macrophyllum) per EA 5 gal 8060 8-02.5 3 Cascara $ ) $ KSP EACH (Rhamnus purshiana) Per EA 2 gal SR 516 to 231"Way Levee South Reach(Hallock 23 June 24, 2014 Project Number: 09-3006.2 SCHEDULE VIII — PLANTINGS ITEM SECTION APPROX. ITEM UNIT TOTTkL PRICE AMOUNT NO. NO. QUANTITY 8065 8 02.5 13 Vine Maple $ $ t KSP EACH (Acer circinatum) Per EA 1 gal 8070 8-02.5 17 Serviceberry $ ° �, "r $ [ c,7 KSP EACH (Amelanchier alnifolia) Per EA 1 gal 8075 8 02.5 13 Red Osier Dogwood $ '_ KSP EACH (Cornus sericea) Per EA 1 gal 8080 8-02.5 77 Red Flowering Currant $ IL $ KSP EACH (Ribes sanguineum) Per EA 1 gal 8085 8-02.5 43 Nootka Rose $ ` ` $ `4 " KSP EACH (Rosa nutkana) Per EA t- 1 gal 8090 8-02.5 43 Salmonberry KSP EACH (Rebus spectabilis) Per EA 1 gal 8095 8-02.5 33 Snowberry $ KSP EACH (Symphoricarpos albus) Per EA 1 gal 8100 8-02.5 142 Low Oregon Grape $ KSP EACH (Mahonia nervosa) Per EA 1 gal 8105 8-02.5 33 Subalpine Spiraea $ $ KSP EACH (Spirea densiflora) Per EA 1 gal 8110 8-02.5 22 Baldhip Rose $ KSP EACH (Rosa gymnocarpa) Per EA 1 gal SR 516 to 2315°Way Levee South ReachJHallock 24 June 24, 2014 Project Number: 09-3006.2 I SCHEDULE VIII - PLANTINGS ITEM SECTION APPROX. ITEM UNIT TOTAL PRICE AMOUNT NO. NO. UANTITY 8115 8-02.5 37 White Spirea $ } $ KSP EACH (Spirea betulifolia var. lucida) Per EA 1 gal II Sub Total 9.5% WA State Sales Tax $ Schedule VIII Total $ ,z SR 516 to 231"Way Levee South Reach/Hallock 25 June 24, 2014 Project Number: 09-3006.2 SCHEDULE IX - NORTH REACH LEVEE WORK ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 9000 5-04.5 810 HMA Class 1/2", PG 64-22 $ KSP TONS Per TON 9007 8-27.5 190 Handrail $ U * KSP LN FT PerLF - . , n'0 9010 7-01.5 980 Under Drain Pipe 6 In. Dlam. $ ` $ WSDOT LN FT Per LF 9020 2-12.5 2,500 Non-Woven Filter Fabric KSP SO YDS Per SY 9025 7-01.5 250 Gravel Backfill for Drain $ WSDOT CU YDS Per CY .=,.( C' ` Fla" 9030 7-07.5 1 Clean Existing Drainage $ f. $ WSDOT LUMP SUM Structure Per LS -1 9035 2.02-5 1 Remove Existing KSP LUMP SUM Drainage System Per LF Sub Total $ 2. I i 9.5% WA State Sales Tax $ Schedule IX Total $ SR 516 to 231s'Way Levee South Reach/Hallock 26 June 24, 2014 Project Number: 09-3006.2 BID SUMMARY Schedule I ' t Z 10,8T4 6-3 Schedule II �� Schedule III � r Schedule IVVJ 3, Schedule V Schedule VI A Schedule VI B Schedule VII Schedule VIII Schedule IX TOTAL BID AMOUNT x 11 11oi 33 SR 516 to 2315`Way Levee South Reach/Hallock 27 June 24, 2014 Project Number: 04-3006.2 i I i I, CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall performI subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: SR 516 to S. 231st Way Levee Improvements Russell Road UDger Levee-South Reach James Street/Russell Road Realignment Project Number: 09-3006.2 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE SR 516 to 231"Way Levee South ReachlHallock 28 June 24, 2014 Project Number: 09-3006.2 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: SCI ICMr-RAST@" UC UR 9 LLC Project Name: SR 516 to S. 231st Way Levee Improvements Russell Road Upper Levee — South Reach James StreetlRussell Road Realignment Project Number: 09-3006.2 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: SCI lNIMS` RUC'TURF p d f Electrical Subcontractor Name: ` r}'}f ( j (-/°'/t 1� i.✓t+ _C%,' t Signature of Bidder Date SR 516 to 231sb Way Levee South Reach/Hallock 29 .June 24, 2014 Project Number: 09-3006.2 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. SR 516 to 231�'Way Levee South ReachJHallock 30 June 24, 2014 Project Number: 09-3006.2 i If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: f-c{ate NAME: F 11 IN RsAS►RUCIURE, A9C _ ADDRESS: PRINCIPAL OFFICE: 13 Z ADDRESS: PHONE: FAX: 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39,12.065 (3). SR 516 to 231"Way Levee South Reach/Hallock 31 June 24, 2014 Project Number: 09-3006.2 �I i 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? SR 516 to 231"Way Levee South Reach/Hallock 32 June 24, 2014 Project Number: 09-3006.2 i i 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? i 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. SR 516 to 231°`Way Levee South ReachjHallock 33 June 24, 2014 Project Number: 09-3006.2 i 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this day of 2014. Name of Organization: Gs ¢ IC By: Title: 7.2 �wi� + 8,1 -� L i U being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this v day of 2014. LINDA LOUISE ANDERSON Notary Public: C NOTARY PUBLIC STATE OF WASHINGTON My Commission Expires: Commission Expires 05-24-2017 SR 516 to 231"Way Levee South Reach/Hallock 34 June 24, 2014 Project Number: 09-3006.2 i �I City of Kent CONTRACTOR'S QUALIFICATION STATEMENT The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: SCI INFRASTRUCTURE,LLC NAME: Jennifer Scoccolo ADDRESS: 2825 S 154th Street Seattle, WA 98188 PRINCIPAL OFFICE: SAME Phone: 206-242-0633 Fax: 206-242-0792 1. STATUTORY REQUIREMENTS 1.1 Copy of Department of Labor& Industries Certificate of registration: t laapattm nl Q tIYgUM�Yntt I I .}IStXCS Y ti' i ! } �i At F � � A RE1L i �St� 1 ' �dt '� t �t tiL �4 tt I,It i�ii�ttltt ilti (tit ttit tnt i t yylYllfi[€�xl .'' 't ," t t tt t , t k i �( r ly � PSG �t to�i tt I �elttti t F t �u t t. 7 nll"I Yf d If" S }I 3 {'� IY�i �.6813 '7.'Cd as p roviC{C(1 tl,t 1tG i in tt , Con$trUeflOrt GQq r tx y` 73ai: t tt ( � t°�tl� tt tt t tt ��x� �S��t t �� � t Cool GEAtERAI, t' t �SC1 irtli' I s i�'iatit t Efective Date.41112 2825A ExpirationDae:4/31020011tvI6 SLAT � , t 1 � d t t�I'L t tj y• �it �'= .,tn�Ltr ��i tx � kti ki a t t t �ts jt� iia t > n Statement of Qualifications City of Kent July 8, 2014 I 1.2 Current State UBI Number: 602 094 857 ,t (� u- BUSINESS LICENSE t.= ' ;N sz ONC 1 I j V4,u N tNL ION i Unified Business ID 11, 602 094 857 [ Domestic Limited Liability Company Business ID #: 1 t. Location, 1 {C Expires, 01-31-2015 z ,j SCI INFRASTRUCTURE, L.L.C. e. 2825 S 154TH ST SEATTLE WA 9818a # . TAX REGISTRATION ti $' INDUSTRIAL INSURANCE UNEMPLOYMENT INSURANCE } CITY LICENSEStREGISTRATIONS: ' BELLEVUE GENERAL BUSINESS #063463 i MARYSVILLE GENERAL BUSINESS #0444CON908 @° x,.. SAMMAMISH GENERAL BUSINESS t# LICENSING RESTRICTIONS: �? ,s City of Bellevue - Must comply with all Home Occupation exemption rry 1 criteria. 1. sG'{ Not licensed to hire minors without a Minor Work Permit. d k'^ i� fi 3x iA thi,d .........i t (h mg:.Y dV*s eJo 'mw t dtcen es aotho z f-, 1 b tco 11 LI By wept n�.tfi tl c rz !-i6e Rc nx wM,G Yha v Hutt n in ptl t , tg v mtl i f e a tlar: ai t,ifi f 9o€F Fce L ,�tl dS aedt tt i to du'ledt PC with fi pplernErkw sF kro, t i• a f} M i g mun J mt of& b sl 1.3 Copy of Master License Service: Sec Above. Employment Security Department: 148451-00-0 State Excise Tax Registration: 602 094 857 SCI Infrastructure, LLC Page 2 of 6 Statement of Qualifications City of Kent July 8, 2014 i 1.4 SCI Infrastructure, LLC, including any subsidiary companies or affiliated companies under majority ownership or under control by the owner's of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12,065(3). �L �•1.." Manager I 2. ORGANIZATION 2.1 Our organization has been in business for 62 years. 2.2 Our organization has been in business under its present business name for 14 years. 2.2.1 Our organization has formerly operated under the names: Scoccolo Construction, Inc. Scoccolo Construction Company 2.3 Our organization was incorporated in 1965 and now operates as a limited liability company in the state of Washington. 2.3.1 Date of incorporation: 1965 (formed SCI April 1, 2001.) 2.3.2 State of Incorporation: Washington 2.3.3 NIA 2.3.4 N/A 2.3.5 NIA 2.3.6 NIA 2.4 Our organization was incorporated in 1965 and now operates as a limited liability company in the state of Washington. 2.4.1 April 1, 2001 2.4.2 Limited Liability Company 2.4.3 General Partners: Scoccolo Construction, Inc. & Mountain Pacific Contractors, Inc. 2.5 N/A 2.6 N/A SCI Infrastructure, LLC Page 3 of 6 Statement of Qualifications City of Kent July 8, 2014 I 3. LICENSING 3.1 Jurisdictions and trade categories our organization is legally qualified to do business with: State of Washington, Contractor's Registration No. SCIINL*993JA Department of Labor& Industries Account No. 009, 814-00 3.2 Jurisdictions in which our organization or trade name is filed: State of Washington State of Oregon State of Idaho 4. EXPERIENCE 4.1 Categories of work that our organization typically performs with it's own forces: Excavation, Sitework, Underground Utilities, Trucking, Concrete (flatwork, retaining walls, vaults, etc.) 4.2 Claims and Suits 4.2.1 Our organization has never failed to complete any work awarded to it. 4.2.2 No judgments, claims, arbitration proceedings or suits are pending or outstanding against our organization or its officers. 4.2.3 Our organization has not filed any law suits or requested arbitration with regard to construction contracts within the last five years. 4.3 Within the last five years, no officer or principal or our organization has ever been an officer or principal of another organization when it failed to complete a construction contract. 4.4 Seethe attached list of the major projects our organization has in progress. 4.4.1 The total worth of work in progress is: $9 Million The total worth of work under contract is: $34 Million 4.5 Seethe attached list of major projects our organization has completed in the past five years, with the name of the project, owner, architect/engineer, contract amount, date of completion, and percentage of cost of work performed with our own forces. 4.5.1 The average annual amount of construction work performed during the past five years is $17.2 Million. SCI Infrastructure, LLC Page 4 of 6 i Statement of Qualifications City of Kent July 8, 2014 4.6 Construction experience and present commitments of key personnel in our organization: Mark Scoccolo: Company Manager — Has been in the heavy, civil, construction business for over 24 years. Starting in the field and working his way through the various roles as superintendent, estimator, and project manager, Mark currently manages the day-to-day operations of personnel, management, and finance. Patrick Scoccolo: Equipment/Claims Manager — Started with SCI in 1987 as a foreman, moved up to field supervisor, general superintendent, as is now in .the office as a project manager. He has experience coordinating manpower and equipment to properly staff each project. Tyson Lashbrook: Project Manager — Started with SCI in 2000 as a foreman, moved up to field supervisor, and is now in the office as a project manager. He has the field and management experience to be a well-rounded manager of time, money, and resources. ,Jennifer Scoccolo: Contract Manager — Worked for Sellen Construction, a local general contractor for over seven years before corning to work for SCI. Jennifer has a strong background in concrete, both cast-in-place and precast. Jennifer also has extensive experience with AutoCad and earthwork volume calculation software (Sitework 98 ! Graphic Grade). Currently handles payment for contract and extra work. Our organization has over 4 Field Supervisors, most of them have worked with SCI for numerous years. These are the people who direct field operations on the projects and maintain communication with the office through the project manager or project engineer assigned to the project. 4.7 See attached list of major equipment owned by SCI Infrastructure and available for use on this project. 5. REFERENCES 5.1 Trade References NC Machinery,PO Box C-34936, Seattle, WA (425) 251-5800 Mack Trucks, Inc.,25619 Pacific Hwy S, Des Moines, WA (253) 529-0258 5.2 Bank References Columbia Bank, 719 2nd Ave, Suite 500, Seattle, WA 98104 Contact: Chris Gruenfeld 206-223-4542 SCI Infrastructure, LLC Page 5 of 6 i Statement of Qualifications City of Kent July 8, 2014 I 5.3 Surety Bonding Company: NAS Surety Group 1420 5`h Ave, Suite 2200, Seattle, WA 98101 i i Bonding Agent: Hentsehell &Assoc. 621 Pacific Ave, Suite 400, Tacoma, WA 98402 i I 6. Financing I 6.1 (6.1.1) After bid opening, financial information may be required by the City. 6.1.2 Bernston Porter& Company, PLLC 155 1081" Ave NE, Suite 510 Bellevue, WA 98004 800-876-6931 6.1.3 After bid opening, financial information may be required by the City. If requested,the relationship and financial responsibility of the organization is identical to that named on page 1. 6.1.4 N/A 6.2 The organization whose financial statement may be requested after bid opening, will act as guarantor of the contract for construction. 7. Signature 7.1 Dated at this 8th day of July 2014. Name of Organization: SCI Infrastructure LLC i By: rL w s Tit Contract Man ger 7.2 Jennifer Scoccolo, being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 8th day of Jules, 2014. Notary Public: u AR i PUBLIC My Commission Expires: 02117117 r7S:TATEF WASHINGTON KSCOCCOLO SCI Infrastructure, LLC ';OMMISSIONEXPIRES2-172017 Page 6 of 6 SCI INFRASTRUCTURE, LLC Jobs as of July 2014 CUI�R§yjTPROJECTS PERCENT SCHED CONTRACT ENGINEER! PROJECT TITLE AMOUNT WORK PERFORMED BILLDATE COMPLETE'. COMP. REMAINING OWNER/AGENCY ARCHITECT Lummi Tribe/ "Cascade Design Lummi Tribal Administration Center $ 2,650,575.00 Water&Sewe Systemsourse, 20TH 99.0^/> FEB.2013 $ 26,50.5.75 Swinerton Builders 503-652-9090 3180 139th Ave SE,Suite 250 Bellevue,WA 980054092 Rick LaShar,425-283-5042 City of Des Moines KPG Engineers Transportation Gateway $ 5,156,507.06 Road Improvements,Utilities Last W or ing 96.0% MAR.2014 $ 206,260,28 21650 11th Ave S 753 9th Ave N S 216th St-Segment 2 ay Des Moines,WA 98198 Seattle,WA 98109 18th Ave S to 24th Ave S 206-870-6525 206-286-1640 336th St $ 3,203,858.85 Intersection Improvement EOM 95.0% MAR.2014 $ 160,192.94 Federal Way CH2MH111 21 in Ave SW at SW 33325 Sth Ave$ Intersection Federal Way,WA 98003 Marwan Salloum,253-661-4095 l Point $ 2,720,904.00 DEanh W�ls es,Site Grading,Structural 25th 95.0% $ 13s,045.20 Combined Efforts/ "Army Corps of Engineers FY2012 Access Contra Department of the Army Infrastructure Phase I 3010 E Miraloma Ave W912OW-13-c-0024 Anaheim,CA 92806 Jim Mahn,714-981-0643 John Korsmo Construction,mc.l "`Integrus Architecture Clover Park-Clarkmoor Elementary $ 1,216,000.00 Site Construction,Utilities, 20th 96.0% $ 48,720.00 Clover Park School District 100 S Main,Suite 100 JBLM,Washington Earthwork PO Box 1377 Seattle,WA 98104 Tacoma,WA 98401 Tim Callahan,253-582-6712 «capant,_sD.x os 107.000.00 Site Construction,Us, 20th 96.0% $ 44,280.00 John Korsmo Construction,Inc./ ""Integrus Architecture Clover Park-Greenwood Elementary $ 1, Earthwork Clover Park School District 100 S Main,Suite 100 JBLM,Washington PO Box 1377 Seattle,WA 98104 Tacoma,WA 98401 Tim Callahan,253-582-6712 $ i6,]76.56 Rush Commercial Barghausen Engineers Sinclair Apartments $ 1,677,857.60 Earthwork and Site Utiltities 25th 99.0% 6622 Wollochet Dr NW Gig Harbor,WA 98335 Jarred Fenberg,253-858-3636 City of Kent City of Kent Engineering Hawley Road Levee $ 442,679.76 CleanGrub,Demo,Excavation, 25th t00.0% $ 400 West Gowe Improvements Phase 2 Levee Embankment,Paving,Concrete Flatwork,Underground Utilities Kent,WA 96032 Phil McConnell,253-856-5500 Sierra Construction Company,Inc.l ^`Innova Engineers Riverton Distribution Center $ 1,523,912.00 EErosiogn underground rthwork,over-ex, 30th 30.5°l0 5 1 059,728.40 Panateni Development 950 Pacific Ave utiffifs 19900 1441h Ave NE Tacoma,WA Woodinville,WA 98072 253-572-4903 John Barnes,425-487-5200 301h 52.7% $ 1,134,30].46 CKY Construction t "Amy Corps of Engineer Seahuca Park Phase II $ 2,399,635.00 Demo,Structural Excava St m�System,Remove ti Replaced'ne 2 originals Dept of the Amy,Corps of Engineers Beach Gravel 302 S did Street,Suite 310 San Pedro,CA 90731 Noah Rivera,310-519-4000 Total Site Services,LLC I,US Army ""Army Corps of Engineers Access Corridor Phase 1 $ 1,654,165.25 ems on Wnsmi Dearing/grubldo arthwo topsoil 20th 29.0/ $ 1,174,467.33 rklgrading, 2780 Salk Ave drainagelponds,Ex and backfill for Richland,WA 99354 bridge foundatlons,sawcutfing Jerry Surdyk,509-371-1000 Page 1 or 2 "SCI SUBCONTRACTOR ON THESE PROJECTS SCI INFRASTRUCTURE, LLC Jobs as of July 2014 CU$f�&JgTIFROJECTS PERCENT SCHED CONTRACT ENGINEER/ WORK PERFORMED BILL DATE COMPLETEI COMP. REMAINING - OWNER/AGENCY ARCHITECT PROJECT TITLE AMOUNT LD 57.0% $ t,t6].230.00 Skanska USA/Clover Park School Dis'*AHBL Beachwood Elementary $ 2,761,000.00 Demolition,Site Grading,SWPPP, TESC,and Asphalt Paving 221 Yale Ave N,Sure 400 Replacement Seattle,WA 93109 603,t29.00 Demo,TESC,rough&fne grade site. 25th 38A% $ 993939.98 SeaCon,LLC "Exeltech South Park Industrial Terminal $ 1' Storm,Sewer,Water lines 165 NE Juniper Street,Suite 100 401 god Ave S B249 5th Ave S Issaquah,WA 98027 Seattle,WA Seattle,WA 98108 Brian Yandell,425-837-9720 Sierra Construction Company! '"Barghausen Skyline DC $ 756,737A0 Site Earthwork 37st 54.0% $ 346,099.02 East Marginal Industrial,LLC 425-251-6222 le,WA'nal 9808yS Seatt 19900 144th Ave HE Sea le,WA 7 Woodinville,WA 98072 NO: Alex Leighton,425-4875200 JR Abbott t A&B Properties "Fuller-Sears Interurban Sitework&Utiltities $ 746,20.00 Utilibeark Sitework,Underground 25th 18.0% $ 611949.60 3408 First Ave S.Suite 101 206-682-6170 Seattle,WA 9 8134-7 8 0 5 Andy Sprague, 206-467-8500 Pierce County Public Works Pierce County PW 9th Street E-190th Ave Eto $ 882,574 80 Demo,Drainage, 2401 S 35th Street 798th Ave E,CRP 5757 ationtTraffic eControl rfac�ng 14th 0.0% $ 662,574.80 Tacoma,WA 93409-7485 Henry Gertje,206-798-7250 25th 90.0% $ 29,386.95 Shoreline School District 1 Shorewood High School,Project 3 S 293,669.50 Strip,thrill,removal of pavement, Fields,Tennis Court&Site Fine grade Terra Dynamics,Inc.PO Box 2479 Work Auburn,WA 98071-2479 Todd Wood,253-880-3100 630,519.60 Shmork,eleletrical,concrete,paving, 25th 0.0% $ 630,519.80 Rush Commercial/Dr SinGair LLC Tac Engineering,Inc.oma,WA Pottery1 Lift ery A en $ fencing,retaining wall,offstte work for 6622 arbor,Wollo W Dr NW 800-720-057 Port Orchard,WA 98366 turnkey pump station. Gig Harbor,WA 98335 Jarred Fenberg,253-858-3636 Carpinto LLC Bldg A&Sftework $ 250 000.00 EOM 0.0% $ 250,00000 Carpinito LLC Mike Carpinito TOTAL UNDER CONTRACT: $ 33,997,634.62 TOTAL IN PROGRESS: $ 9,029,560.10 Page 2 of 2 --set SUBCONORACTOR ON THESE PROJECTS SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK WJ ENGINEER/ AMOUNT WORKPERFORMED COMPL'D OWN FORCE IA OWNERGENCY ARCHITECT PROJECT TITLE 2008 144th Street East Pierce O $ 13 667 083 71 6oth Street tarn County Public Works Pierce County P erce County Contracts#5404 1 2702 South 42nd Street 5433,5714,Canyon Road East F $ 14,852,435.00 Roadway Improvements Tacoma,WA 98409 Henry Genje(253)798-7250 2008 WSDOT WSDOT SR99act 71 hto S272nd HOV Lanes 0 $ 8,905,945.00 RoadLane Improvements,including Contract 7157 F $ 8,905,945.00 Lane Widening,Utilities,and Signal PO Box 47300 Systems Olympia,WA 98504-7300 Massey Shifemw(206)7685860 OPUS Northwest Synthesis Architects Pacific Coast Phase ll O $ 1,5 46,557.00 w Siteork 2007 100% F $ 2,117,542.00 13920 BE Eastgate Way Suite 250 Bellevue,WA 98005 John McComas(425)467-2700 Green Effects Green Effects Green Effects Site Work O $ 91,000.00 preload 2006 80°l0 F $ 91,000.00 PO Box 2005 Sumner,WA 96390 Denny Wislocker(253)891-9888 2005 75% City of Shoreline City of Shoreline Traffic Circle Installation 116,70D.00 installing Traffic Circles 17544 Midvale Ave N Shoreline,WA 98133 Rich Meredith(206)546-8903 Westminster Chapel Broweleit Peterson Westminster Chapel O $ 1,260,000.00 Clear&Grub,Mass Excavation,Backfill 2008 Hammer Architects,PS Sitework F $ 1,388,207.71 Lease Crutring herStreet Lewis 19624A 76th Ave W Se Spring Street Lynwood,WA 98036 Seattle,WA 98104 Y Markus Foerster(425)746-1450 O $ 2,020,000.00 Demo,Excavation,Utilities 2007 100% Pacific Retirement Services Ankrom Molsan Assoc. Mirabella F $ 2,527,220.35 Turner Construction Company Architects 1916 Boren Ave-Suite 300 Seattle,WA 98101 Cliff Lingren(206)384-4111 Build y Island Design O $ 1,357,812.00 replacing approximately 10 300 feet of 2007 100 Macro Z Technology Navy Engineers ld Build Waterline F $ 1,439,295.00 existing 10"asbestos cement water main 841 E Washington Ave with a new 12"ductile iron water main Santa Ana,CA 92701 (714)564-1130 fax(714)564-1144 Dave McQueen(253)964-1085 2007 100% UPS the Mirabel a Project None listed Contaminated Soil @Mirabella $ 225,000J10 contaminated soil from 1501 4th Ave-Suite 1400 Seattle,WA 98101 David Raubvoge(206)438-2284 fax(866)495-5288 2007 100°!0 City of Yelm James Bush SR 510ffahoma Blvd. 0 $ 1,910,615,21 New Road d Signal improvements Widing PO Box 479 (36D)49t-3399 F $ 1,910,615.21 Utilities and Signallmprovements Yelm,WA 98697 Jim Gibson(360)468-8438 Page 1 of 15 "^SCI SUBCONTRACTOR ON THESE SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK W/ ENGINEER OWNER/AGENCY ARCHITECT PROJECT TITLE AMOUNT WORK PERFORMED COMPL'D OWN FORCE Interstate Construction Group Barghausen Engineers Fred Meyer-Redondo $ 18,475A0 Cut&Cap Site Utilities 2006 100% 437 29th Street NE-Suite F Puyallup,WA 98372 Chris Lee(205)435-0949 fax(253)435-0963 Summit Water and Supply Summit Water&Supply Water Line Grossing on F 97,227.00 Install Waterline Crossings 2007 100 Canyon Road F $ 38,697.00 9701 50th Ave E Tacoma,WA 98446 Darryl Scott(253)537-7781 fax(253)535-1759 PND lncorperated Port Gardner Wharf p $ 2,555,000.00 Earthwork and Site WINES 2008 100% Port of Everett .. port of Everett F $ 3,716A97.0e Hoffman Construction Gary Waters 1505 Westlake Ave N,Suite 500 Evert Everett,, Street WA Seattle,WA 9820E Jim Dill(206)286-6697 p 161,000.00 Sewer Repair Work 2007 100% Epic Construction Pressler Engineering,LLC Safco Field Sewer Replacement O 172,780.00 40 Lake Bellevue,Suite 100 Bellevue,WA 98005 Ms.Michele Inishi (425)284-1448 Fax(425)284-1449 Pro Craft-Misc Requested work $ 9,000.00 Excavate&Backfll 2007 100 OPUS Northwest Barghausen 13920 SE Eastgate Way-Suite 250 Bellevue,WA 98005 John McComas(425)467-2700 g 39,276.80 Install storm lateral,remove exciting curb 2008 100% Petra Engineering Petra Petra Engineering and gutter,place new driveway 536 Dock Street-Suite 213 Tacoma,WA 93402 Jeff McLinnls(253)761-7617 SO SUBCONTRACTOR ON THESE Page 2 of 15 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK WI ENGINEER/ AMOUNT WORKPERFORMED COMPUD OWN FORCE OWNERtAGENCY ARCHITECT PROJECT TITLE 325,000.00 Sewer Repair Work 2007 100/ Quadrant Corporation Pierce County PUD Quadrant Homes Sewer F $ 325,000.00 PO Box 130 14725 SE 36th Street-Suite 200 Bellevue,WA 98009 (425)455-2900 P 2007 100% ** Port of Seattle Port of Seattle O $ 815,806.00 Common Excavation ICON Materials Third Runway Project F $ 6$4,794.00 6819 South 228th Street Kent,WA 98032 (206)575-3200 (206)575-3207 2008 60% City of Federal Way(Owner) CH2MHilI Highway r: 2885 Phase 3 D $ 15,153,025.00 Widening of the road Site Addr: 28850 Pacific Hwy S F $ 15,153,025.00 33325 8th Ave S Federal Way,WA 98003 PO Box 9718(mailing addr) Federal Way,WA 98063-9718 Marwan Salloum(253)661-4095 Port of Everett — Pt.of Everett Part of Everett-Boatwash Bldg T 8 M 2007 100% Port Gardner Wharf Bird Construction,Inc Marine View Drive 371 NE Gilman Blvd,Suite 260 1100 13th Street Issaquah,WA 98027 Everett,WA Trevor Gmunstra(425)392,7544 2008 100% Lease Crutcher Lewis "* NBBJ,LP Four Seasons Hotel&Res. $ 306,000.00 346,546.00 Time&Material Phase 2 107 Spring St - Seattle,WA 98104 Brian Gormley(206)622-0500 2007 100% O $ 262,500.00 Site clearing,grubing,utilities& Microsoft(Owner) NBBJ,LP Sellen Microsoft 84-88 F $ 313.837.00 subgrading Sellen Construction Co. PO Box 9970 227 Westlake Ave N Seattle,WA 98109-0970 Kurt Hordan(206)682-7770 Fax:206-623-5206 " Bothe 0 ll HS Phase III 0 $ 1,477,000.00 Erosion Control,site&utility demolition,earthwork, 2008 10 Northshore School Dist(Owner) Dykeman F $ 1,706,274.00 stormhooflfooting dr line, ains,sanitary sewer,water Todd Bulloch Cornerstone Gen Contractors,Inc storm line 11807 N Creek Pkwy S 1716 W Marine View Or Bothell,WA 98011 Everett,WA 98201 Dave Flynn(425)481-7460 (425)259-3161 Monroe Correctional Complex O $ 29,500.00 Tracked as Time&Material 2007 100% Allied Con.Associates,Inc Amble F $ 23,890.00 MSU 80 Bed Expansion 3927 Colby Ave Everett,WA 96201-4926 Scott Bjella 425-259-6057 Fax:425-259-7120 Page 3 of 15 `"SCI SUBCONTRACTOR ON THESE SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK W1 ENGINEER] OWNER/AGENCY ARCHITECT PROJECTTITLE AMOUNT WORK PERFORMED COMPL'D OWN FORCE Rainier General Development SCA Consulting Tahoma Terra Projects 0 $ 1,000 000 00 Srtework&Grading 2007 100% PO Box 637 Engineers F 2464692 Rainier,WA 98576 Doug Bloom 360-446-3063 ey View Terrace O $ 215,000.00 Infrastructure&Excavation 2007 100% New Care Development, LLC (Owner} Cascade Design, Inctiai 301Val18 Valley View Terrace F $ 142,500.00 1of Development,LLC 9 WA 98404 1015 PaciticRve{PO Bx 1096) 102 S 26th St Tacoma, Tacoma,WA 98401 Tacoma,WA 98402 Bryan Brown(253-572-1730) ** Coughlin Porter Lundeen Microsoft Temp Parking O $ - T&M-Site Wor% 2007 100%Microsoft(Owner) 9 F $ 32,827,00 Seren Construction Co. PO Box 9970 227 Westlake Ave N Seattle,WA 98109-0970 Kurt Hordan(205)682-7770 Fax:206-623-5206 Sound Transit-Owner ** Rosewater Engineering Fire Line @Sound Transit O $ 10,900.00 install 6"underground fire line 2007 100% McKinstry Construction 164th St,Tukwila F $ 10,900.00 5505 Third Ave S PO Box 24667(98124-0567) Seattle,WA 95134 David Roe(206-762-3311) Fax:206-762-2524 Mirabella(Pacific Retirement Sews) Ankrom Moisan Mirabella CCRC Turner Construction Company Associated Architects 116 Fairview Ave N 0 $ 99,000.00 Right-of-Way Demo,Grading&Utilities 2008 100% 1916 Boren Ave-Suite 300 Seattle,WA 98109 F $ 294,856,00 Seattle,WA 98101 Cliff Lingren(206)334-4111 Heather Ross 206.505.6600 ** NIA-per subcontract GREEN EFFECTS PH 2 0 $ 275,19,193,00 Earthwork&Utilities 2008 100% DON,LLC(Owner) Ryan General Contractors,Inc a Roy Road F $ 275300 P 20250 144th Ave NE Suite 300 Pacific,WA 98047 Woodinville,WA 98072 Dori Requa(Contract Admin) ph: 425488-4489 N.Shore Sch Dist#417(Owner) ** Dykeman Bethel HS-Structural EX 0 $ 135,000.00 00 Structural Ex,BE and Cap Break 2007 100% Cornerstone General Todd Bullock 11807 N Creek Prkway S 1716 W Marine View Or Bothell,WA 98011 Everett,WA 98201 Contact&Ph (425)259-3161 Port of Olympia Cargo Yard 0 $ 2,563,35&50 Road Improvement Project 2008 95% Port of Olympia Reid MiddletonF $ 3,029,632,00 (Owner&Contractor) 915 Washington St NE Olympia,WA 98501 John Thompson-360-528-8000 Fax: 360-528-8090 --SCI SUBCONTRACTOR ON THESE Page 4 of 15 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK W! ENGINEER/ OWNER/AGENCY ARCHITECT PROJECT TITLE AMOUNT WORK PERFORMED COMPUD OWN FORCE King County(Owner) "* King County Contract KCIA S.Arrivals Building Demo O $ 118,028.00 Demo&Excavation 2007 100 Epic Construction #000073C05 &Renovation F $ 160,726.00 40 Lake Bellevue,Suite 100 Bellevue,WA 98005 Doug Zylstra (425- Fmc 425-284-1449 Steilacoom Historical Sch.Dist. *' DLR Group,Inc. Steilaccom HS Moderdaition 0 $ 801,500.00 Erosion Control,demolition,earthwork, 2008 100% John Korsmo Construction,LLC 901 Fifth Ave.,Suite 700 Addition F $ 952,577.00 structural excavationlbackfill,metal building, 1940 East D St,Suite 300 Seattle,WA 98164 storm drain,waterline,sanitary sewer,paving Tacoma,WA 98421 and PO Box 1377 KJM&Assoc. Tacoma,WA 98401 No.10 Post St,Suite 305 Kim Lewis (253.405.4170-cell) Spokane,WA 99201 Fax: 253.582,6788 Westfield-South Center Westfield Design&Con. South Center Vaults&Pipe Install O $ 595,000.00 Install grease interceptor vaults and 2008 100% (Omer&Contractor) F $ 965,069,00 6"sanitary sewer pipes. 633 Southoenter Parkway Tukwila,WA 98188 (Office: 206-246-0423) First Corp Inc. None listed. County Line 50 Business Park O $ 56,613.00 270 LF of 8"sewer,(1)48"SSMH,Test, 2008 76% 899 W.Main Street- F $ 56,613.00 TV,Pipe Bedding,trench bkfill,export Auburn,WA 98001 spoils&dewatering. Yvonne Harmer Ph: 206-715-1446/253-939-9495 Fax: 253-939-9628 Corps of Engineers(owner) ** BCRA Ft.Lewis Phase II-FY07 Brigade Coi O $ 2,130,070.00 Utilities,Road Improvements,Relcoa5on 2009 85% NIA Mortenson Construction F $ 3,795,969,00 9,000 LF Sanitary Sewer,including 30" PO Box 428 Dupont,WA 98327 Bill Roberts(ph:763-287-5398) Fax: 253-912-4377 Corps of Engineers(owner) ** BCRA Ft.Lewis Phase II-FY07 Brigade Complex $ 352,189.05 Electrical Trenching/Excavation 2009 100% Totem Electric of Tacoma PO Box 1093 Tacoma,WA 98401 Roger Palfenier. 253-383-5022 Fax 253-272-5214 UPS(owner) *' None listed Concrete Slab at UPS 0 $ 3B,500.00 2008 100% Sellen Construction F $ 38,500,00 PO Box 9970 Seattle,WA 98109 Kirt Winje (ph:206-682-7770) Fax:200-623-6206 *"SCI SUBCONTRACTOR ON THESE Page 5 of 15 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK WI ENGINEER OWNER/AGENCY ARCHITECT PROJECTTITLE AMOUNT WORK PERFORMED COMPL'D OWN FORCE BMW of Seattle(Owner) ** Ned Nelson Architect BMW of Seattle O $ 1,570,000.00 Earthwork&Site Utilities 2009 100% Foushee Construction Airport Way&S Plummer(71h) F $ 1,848,384.00 PO Box 3767 3260 118th Ave BE(Bellevue 98005) Bellevue,WA 98009-3767 City of Bothell(Owner) Drawings prepared by N.Creek Non-Motorized Trail Phil. O $ 1,65D,432.OD Non-motorizetl Trail Construction 2008 48 Public Works Department Parametrix,Inc. Section 2 Stage 1-Fitzgerald Rd F $ 2,024,862.00 Dawson Building 9654 HE 182nd St Bothell,WA 98011 Ron Bennett(ph:425-486-2768) Fax:425-486-2489 SOUNDTRANSIT KPFF,PSTQ DSK&Assoc, Sound Transit C579 0 $ 21,317,635,00 Street Improvement and Utilities 2009 60% 601 S Jackson Street Contract No. RTAtLR 33-06 F $ 25,175,896,00 Seattle,WA 98104 Ginger Ferguson,206-398-5000 WSDOT Pasco Bakotich,PE SR 900-1405 to Harrington 0 $ 1,733,823.00 Storm installation&repair 2008 60% PO Box 47300 State Design Engineer F $ 2,544,388.00 Olympia,WA 98504-7300 Pedro Arango,253437-9753 Fax:253-872-2966 Union Gospel Mission ** Merrick Lentz Architect HOPE PLACE 0 $ 675,500.00 Earthwork&Utilities 2008 100% TURNER CONSTRUCTION 3800 S.Othello St F $ 762,473.00 830 4th Ave S Seattle,WA 98116 Seattle,WA 98134 Anne Scroggs(206-550-8129) Fax: 253-288-2417 WSDOT "' WSDOT SR 181 JAMES TO S 180TH O $ 39,550.00 Excavation 2008 100% ICON WSDOT C/N 7480 F $ 145,465.00 PO Box 86050 Tukwila,WA 98138 Ellen Roth(206-575-3200) Fax: 206-575-3207 Lazy Wheels,LLC Petra Engineering VEHICLESTORAGE 0 $ 1,325,750.00 Sitework,Utilities,Improvements 2009 80% 9617 120th Street 15502 Canyon Rd E F It 1,400,750.00 Puyallup,WA 98373 Puyallup,WA Steve Leonard 25$-370-4698 UNIV.OF PUGET SOUND(OWNER) `" KPFF UNIVERSITY OF PUGET SOUND 0 $ 228,000.00 Misc.Improvements 2008 100% Mortenson 15TH&ALDER F $ 350,125.00 AMERICAN HOME BUILDERS(Owner) Mimi MEADOWS APAR 1 MENT O 5 225,383.00 Earthwork&Site Utilities 2008 100% 110-110th Ave Nem Suite 550 Tacoma,WA F $ 244,658.00 Bellevue,WA 98004 Dan Bradley(425455-2433) Fax: 426-453-6787 - "*SCI SUBCONTRACTOR ON THESE Page6 of16 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORKWf ENGINEER FORCE OWNERIAGENCY ARCHITECT PROJECTTITLE AMOUNT WORK PERFORMED CO OW MARYSVILLE SCHOOL DIST.(OWNER; DLR Group MARYSVILLE GETCHELL HS 0 $ 2,945,000,00 Site Development 2010 5% W 95! Abater Construction Company 3301 84th St NE F S 5,426,754.00 PO Box 280 Marysville,WA Puyallup,WA 96$71 Foreman: Robbie H. Brock McNally,253-645-9544 WSDOT #7553(owner) ** WA Dept of Transportation SR 900 SE 78th to Newport Way O $ 5,380,800.00 Installation of 42-Inch Water Pipe, 2010 80% ICON &1-90 WB off ramp widening F $ 5,616,622.00 Site Improvements PO Box 88050 Tukwila,WA 98138 Carey Ross Ph: 206575-3200 Fax 206-575-0319 Snohomish Public Hosp Dist.3 *" Taylor Gregory Cascade Valley Hosp&Clinics $ 2,035,728.00 Demo,Earthwork,Utilities 2011 80% Hoffman Consruction Qb#3470007) Butterfield Architects Arlington,WA 1505 Westlake Ave N #500 Seattle,WA 98109 Jim Dill(Project Mgr)425-212-3402 Hank Olmstead(Prof Supt)206-618-8392 Fax:425-303-9613 WA STATE DEPT OF CORRECTIONS Skillings&Connolly TRU Sanitary Sewer Replacement 0 $ 209,000,00 Sewer Replacement 2006 100% PO Box 41100 Monroe Correctional Complex F $ 242,180.00 Olympia,WA 98504-11 DO Monroe,WA AnneMarie Bramert( Starfire Sports Expansion(owner) ** Bruce Dees&Assoc. Starfire Sports Expansion O $ - Grading 2009 100% Terra Dynamics 148DO Starfire Way F $ 115,881.00 PO Box 1876 Tukwila,WA 98188 _ Auburn,WA 98071 Ph:253-380-3100 Fax:253-860-3109 SOUND TRANSIT None listed Sound Transit-TPSS Site Work 0 $ 799,500-00 Utilities,Grading,Improvements 2009 90% 601 S Jackson Street C-431 F $ 721,693.00 Seattle,WA 98104 170th&International,Sea Tac,WA Ginger Ferguson,206-3985000 University of Washington(Owner) *' LMN Architects UW Foster School of Business O $ 705,500.00 Site Utilities 2009 95% Sellen Construction F $ 1,018,033.00 PO Box 9970 Seattle,WA 981 09-0 970 Ph:206-682-7770 Fx 206-623-5206 Port of Seattle(Owner)] "' Port of Seattle AV Warehouse $ 464,000.00 Water distribution,Sewer,Patching,Spoils Haul-off 2009 100% City Transfer,Inc. PO Box 1850 Sumner,WA 98390 Keith Benson,253-660-1775 "SCI SUBCONTRACTOR ON THESE Page 7 of 15 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK W/ ENGINEEF'J AMOUNT WORK PERFORMED COMPUD OWN FORCE OWNER/AGENCY ARCHITECT PROJECT TITLE 2ppg 9ui UPS Sanitary Sewer O $ 24765 00 Dirt one a utilities University of Pudget Sound(owner) AHBK atwheellock Bldg F $ 77,893.45 MA Mortensen Construction PO Box 428 Dupont,WA 98327 Bill Roberts(ph:763-287-5398) Fax: 253-912-4377 2008 100%WA STATE DEPT OF CORRECTIONS WA DOC TRU Water Main Replacement F $ P80,786 40 Water main replacement PO Box 41100 Olympia,WA 98504-1100 AnneMarie Bammert (360-725-8336) Fx: 360-586-8723 2008 100% City of Tacoma City of Tacoma PUD Tacoma Public Utility Service 0 13,399.00 Utilities work SCI 2008 100% Terra Dynamics ** None Listetl Overtake School Bridge Deck F $ 10,643.00 Dirt and site work SCI 2009 95% *" C011ison UW Tower Data Carter O $ 79,200.00 Inside Building Utility Upgrade University of Washington(Owner) 4310 12th Ave NE F $ 112,163,00 Mortensen Seattle,WA 14719 NE 29M PI Bellevue,WA 98007 Rob Nemec(206375-1080) fax:425-376-0300 2009 60% "• Port of Seattle Runway Reconstruction O $3,326,295.00 Runway reconstruction. Port of Seattle(Owner) Sea-Tac Airport-King County F 3302224 ICON City of Sammamish(Owner) Perteet East Sammamish Parkway NE O $ 6, 8.00 Road Improvement, 2010 60°° Public Works NE Inglewood Hill Road to NE 18th F F $ 6,37%45379,458.00 Sammamish,WA 801 228th Ave SE Sammamish,WA (425-295-0500) Fax. 425-295-0600) *' O $ 2,546,000.00 EarthWOrk and Site Civil JUN.2012 80°(° University of Washington(Owner) KPFF I NBBJ BP02.01 Skanska USA Building,Inc. University of Washington Med Ce F $ 3,278,121.00 221 Yale Ave N,Suite 400 Expansion 1705 Seattle,WA NE Pacific St (Columbia Rd) Seattle,WA 98109 Josh Sykes,206-494-5431 Seatt *' KPFF t NBBJ BP01.01 O $ 644,500.00 Earthwork,excavation,soils and site utilities 2009 90% University of Washington(Owner) University of Washington Medical Ce F $ 886,970.00 Skanska USA Building,Inc. Expansion 221 Yale Ave N,Suite 400 1705 HE Pacific St (near Columbia Rd) Seattle,WA 98109 Seattle,WA Bill Dettman, Hot Water P 2009 100 p $ 179,D00.6D Brought in portable showers and removed the WA STATE DEPT OF CORRECTIONS Monroe Monroe,Correctional Complex MCC TR Emergency gency Repair F $ 133,202.00 hospital loop. PO BOX 41112 - OLYMPIA WA 98604-1112 AnneMarie Hammed,Contracts Unit ph: 360-725-8336 _ fz:360-586-8723 Page 8 of 15 **SCI SUBCONTRACTOR ON THESE SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK WI ENGINEER/ OWNER/AGENCY ARCHITECT PROJECT TITLE AMOUNT WORK PERFORMED COMPL'D OWN FORCE Billings Middle School(owner) "* Briggs EngineeringBillings Middle School 0 $ 41 000.00 Earthwork,excavation,soils and site utilities. i 2009 70 Turner Construction 7217 Woodlawn Ave NE F $ 110,516.00 830 Fourth Ave S,Suite 400 Seattle,WA King County Seattle,WA 98134 206-647-4614 fx 205545-8505 Greg Meckling,PM fax 206-505-6601 Valley View Sewer District(owner) RH2 Engineers S 154th St Gravity Sewer Extension 0 $ 331,D29.00 Shoring&Trench Safety Systems 2009 70% 3460 S 148th Street- Suite 100 12100 NE 195th St Suite 100 SeaTtic WA F S 347,55B.00 Excavation,Site Utilities PO Box 69550 Bothell,WA 98011 Seattle,WA 98168-9550 John Hendron,PE/PM Tyson and Larry S Mr.Dana Dick(206-242-3236) Ryan Withers,Project Eng. ph: 425-951-5400 BAD Ventures(owner) Group Four RAD Ventures Parkingt Lot 0 $ 385,000.00 install Utilities,Demo and Site Work 2009 100% 15110 ne 95th Suite 102 Recrtond,WA F $ 365,000.00 Seattle,WA 98109 Bill Denman AT&T-Redmond(Owner) JPC Architect AT&T Redmond Mechanical O $ 51,500.00 Excavation&Site Work 2009 75% Seilen Construction Upgrade F $ 51,500.00 PO Box 9970(227 Westlake Ave N) Seattle WA 98109-0970 ph: 206-682-7770 fx:206-623-5206 City of Morton(Owner) Gray&Osborne Water Filtration Plant Supply Line 0 $ $8,665.00 ULlides 2009 100% PO Box 1089 Emergency Repair F $ 102,083.00 250 Main St Morton,WA 99356 Sherry B(36D-496-6881 fx 360-496-6899 Seattle Public Schools(Owner) "" NA Denny Middle School 0 S - Design Air Mach Excavation&Backfll F S 26,501.00 Excavation&Backfiil 2009 70% 8657 S 190th St Kent,WA 98031 Jeff Robinson(PM) 206-255-2564 Dan Boneil(Supt) 206-963-1250 fx:253-854-6131 City of Sammamish AECOM East Lake Sammamish Parkway NE 0 $ 2,741,688.0D Road Widening,Erosion Control,Paving, DEC.2010 66% 801 228th Ave SE 10900 NE 8th Street Phase ELSP- Phase 1 B F $ 3,589,546.00 Electrical,Utilities Sammamish,WA 98075 Bellevue,WA 98004 NE 18TH Place to 2200 Block Jeff Brauns,425-295-050D Sammamish,WA City of Kent-Public Wks Dept City of Kent Green River Levee Temporary O $ 243,811.00 Building a Levee(Sandbags) 2010 100% 400 W Giwe Flood Protection F $ 254,891.00 Kent,WA 98032 Kent,WA Paul Kuehne(253-856-5000) ""SCI SUBCONTRACTOR ON THESE Page 9 of 15 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK W/ ENGINEER? AMOUNT WORK PERFORMED COMPL'D OWN FORCE OWNER/AGENCY ARCHITECT PROJECT TITLE O $ - Umv.of Puget Sound(Owner) ** NA UPS Drainage Repair Work Excavation,Site Utilities&Asphalt paving 2010 100 F $ 38,405.00 MA MORTENSON 14719 NE 29TH PL BELLEVUE, WA 98007 Bill Kent(425-895-9000) Fax 425-376-0300 Pike Place Market(Owner) '* SRG Partnership Pike Place Market Renovation O $ 2 , .00 Install 200LF of storm sewer 2010 100% Seattle,WA $ 27575,558558.00 &associated restoration Turner Construction 830 Fourth AVe S Suite 400 Seattle,WA 98134 Renzo DiFuria(206-505-6600) fax: 206-505-6601 2010 100% Sound Transit(Owner) Sound Transit C755W Sound Transit Light Rail Clay O $ 616,000.00 S.Boeing Access Road to S 154 F $ 627,731.00 601$Jackson Street Tukwila WA 98188 Seattle,WA 98104 Ginger Ferguson,206-3965900 Sound Transit(Owner) Sound Transit Station Track Extension O $ 1,95 , 5 .00 Extension to Rail Track,including DEC.2010 75% F $ 1,950,967.00 improvements 601 S Jackson Street Seattle,WA 98104 Ray Fernandez,206-398-5093 City of Bremerton,Public Works Parametrix Borst Sewerage O S 3,413,183.D0 Install Sewer Conveyance System DEG 2010 60% PO Box 460 Bremerton WA F $ 3,462,800.00 Lowe LF Sanitary Sewer,in San,LF of 3027 Olympus Drive Lower Pressure Force Main San.Sewer Bremerton,WA 98310 Sumner,WA 98390 Gunnar Fritlrikssoo,360-473-2354 University of Washington/ NBSJ Structural of Washington Med Ctr O $ 442,000.00 Structural Excavation-backfill DEC.2012 100% Howard S Wright Structural Excavation F $ 542,211.00 501 Eastlake Ave SE Seattle,WA 98124-1449 Brad Phillips,206-447-7654 Multicare(Owner) ** NIA Muiticare Trench Drain Tie-in O $ 25,000.00 Elevate Trench for Elect.Conduit/vaults AUG.2010 100 King County F $ 25,000.00 BMWC Constructors,Inc. Ki PO Box 1316 Kent,WA 98035-1316 Kevin Flannery Ph: 425-251-9091 Fax: 425-251-9301 Lease Crutcher Lewis Sperling&Assoc. UPS 12KV Service Project O $ 115,000.00 147,77110,00 Gas Line Excavation,revisions SEP.2010 100% - 107 Spring St Tacoma : K Seattle WA 98104-1052 Foreman: Kirk Whitney Debbie Bergamo,206-622-0500 "*SCI SUBCONTRACTOR ON THESE Page 10 of 15 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK W/ ENGINEER/ OWNER/AGENCY ARCHITECT PROJECTTITLE AMOUNT WORK PERFORMED COMPLD OWN FORCE City of Redmond Reid Middleton NE 116th Street Interim Improves O $ 978,289.56 Road Improvements,Utilities, NOV.2010 70% 15670 HE 85th Street 728 134th Street SW and Abbey Pond No.2 F $ 849,050.00 Illumination,trail,and pond Redmond,WA 98073 Everett,WA 98204 Dennis Brunnelle,425-556-2701 Harold LeMay Properties(Owner)/ ** Pact-and LeMay Industrial Project O $ 825,000.00 Erosion control,mass excavation, NOV,2010 90% Rush Commercial 606 Columbia St NW Fredrickson,WA F $ 933,747.00 sitework,site utilities 2727 Hollycroft,Suite 410 Olympia,WA 98501 Gig Harbor,WA 98335 Chris Dewald,253-858-3636 University of Puget Sound(Owner)/ UPS Boiler Decentralization 0 $ 149,404.00 Trenching,Excavation 2010 100% M.A.Mortenson Company Tacoma,WA F S 149,855.00 14719 HE 29th Place Bellevue,WA 98007 Gary Rea,425-895-9000 City of Auburn Anchor QEA Peasley Canyon Road Culvert 0 $ 615,349.00 Building Culvert in Stream NOV.2010 68% 25 West Main Street 3304 Rosedale Street Replacement F $ 642,924.00 Auburn,WA 98002 Gig Harbor,WA 98335 Robert E.Lee,III,253-931-3010 253-8585552 Port of Seattle Port of Seattle 2010 Airfield Improvements $ 939,725.00 TESC,Handling Contaminated Soil, MAR.2011 80% 2529 S 194th Street Pond/pond liner,utilities SeaTac,WA 98188 Chris Sherwood,206-728-3237 Snoqualmie Ridge It Partners,LLC ESM Consulting Enngineers Swenson Ave SE-Road D $1,739,381.00 Sitework,Stripping,Utilities, JUN.2011 75% 14410 Bel Red Road Erosion Control,Concrete Flatwork, Bellevue,WA 98007 Paving Glen Maurer,425-644-2323 King County Airport/ ** HNTB KCIA Taxiway Alpha Rehabilitation S 3,697,098.00 Underground Utilities DEC.2012 90% ICON Materials 600 108th Ave HE 1508 Valentine Ave SE Bellevue,WA 98004 Pacific,WA 98047 425-455-3555 Bruce Harjehausen,206-574-3915 Snoqualmie Ridge It Partners,LLC ESM Consulting Engineers Swenson Ave BE-Phase II& $ 923,757.00 Sfework,Stripping,Utilities, JUN.2011 75% 14410 Bel Red Road Nye Ave Se&Alley Erosion Control,Concrete Flatwork, Bellevue,WA 98007 Paving Glen Maurer,425-644-2323 Skanska USA Perteet Snoqualmie Alley Sewer Rehabilita8t 0 $ 228,334,00 Sewer Rehabilitation and MAR.2011 90% 221 Yale Ave NE,Suite 400 2707 Colby Ave,Ste 900 F $ 340,040.00 property restoration Seattle,WA 98109 Everett,WA 98201 Dan Curtiss,206-494-5431 "*SCI SUBCONTRACTOR ON THESE Page 11 of 15 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK W1 ENGINEER OWNERIAGENCY ARCHITECT PROJECTTITLE AMOUNT WORK PERFORMED COMPL'D OWN FORCE Boeing Company/ ** Rupert Engineering,Inc. Boeing Plant 2-Demoliaon $ 925,000.00 Temporary Drainage&Grading for OCT 2011 90i Demolition Phase J.Harper Contractors/Silverado JV 17937 Cedar Grove Rd SE Maple Valley,WA 98038-6220 Jeff Slotta,425-413-9501 City of Longview Kenney/Jenks Mint Farm Water Treatment Plant O $ 901,460.00 Water Pollution/Erosion Control,Preload JAN.1011 50% 1525 Broadway 1191 2nd Ave,Suite 630 Preload F $ 921,554.00 fill,settlement plates Longview,WA 98632-7080 Seattle,WA 98101 Jeff Cameron,PE,360-442-5221 206-652-4905 Thurston County Thurston County Meridian/Cullen Road $ 455,405.00 Road Widening,Intersection MAY.2011 49% 2404-A Heritage Court SW Improvements Olympia,WA 98502-6045 Lucy Mills,360-754- 580 City of Tukwila City of Tukwila Andover Park West Emergency $ 332,146.00 Emergency Sewer Repair FEB.2011 85% 6300 Southcenter Blvd Sewer Repair Tukwila,WA 98188-2544 Michael Cusick,206-433-0179 The Boeing Company C/o ** Rupert Engineering Plant2Yard Electrical Ductbank O $ 180,760-00 Excavation,setting vaults,trenching, MAY.1011 100% J.Harper Contractors/Silverado F $ 185,822.00 concrete roadway restoration 17937 Cedar Grove Rd SE Maple Valley,WA 98038 Reef Anderson,425-413-9501 Port of Portland/ ** Port of Portland Runway OR-26L $ 3,817,098.00 Underground Utilities NOV.2011 95% ICON Materials 1508 Valentine Ave SE Pacific,WA 98047 Bruce Harjehausen,206-674-3915 Shoreline/ `* Meridian Park in Shoreline $ 373,451.00 Site Grading,Storm Drainage,Vaults DEC.2011 100% Terra Dynamics,Inc. PO Box 2479 Auburn,WA 98071-2479 Kevin Steiner,253-880-3100 Museum of History&Industry{MOHA *" LION Museum of History&Industry $ 105,000.00 Utility Demolition,Excavation,New APR.2012 100% c/o Sellen Construction Company 206-682-3460 Site Utilities PO Box 9970 Seattle,WA 98109-0970 Mike Morris,20M82-7770 Military Working Dog Kennel $ 74,000.00 Stripping,grading,water lines, MAY.2012 166% "*SCI SUBCONTRACTOR ON THESE Page 12 of 15 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK W/ ENGINEER/ OWNER/AGENCY ARCHITECT PROJECT TITLE AMOUNT WORK PERFORMED COMPL'D OWN FORCE US Army Corps of Engineers/ US Army Corps of W912DW-08-D-1020 storm drainage Doyon Project Services,LLC Engineers 33810 Weyerhaeyser Way S,Ste 100 Federal Way,WA 98001 Ian Black,253-344-5300 US Army Corps of Engineers, "" US Army Corps of Repair/Replace Clay Sewer lines $ 1,405,000.00 Demo and abandonment of existing sewer, DEC.2012 30% USA Engineer District,Seattle/ Engineers Joint Base Lewis McCord-FLM010 clear/grub,new sewer system Diversified Maintenance System 3165 S 300th West Salt Lake City,UT 84115 801-487-4043 Department of the Army US Army Corps of Replace Fuel Storage& $ 458,500.00 Hydrant Pits,Phillips System,Demo, FEB,2013 90%Seattle,Dist.Carps of Engineers/ Engineers Distribution Facility Utilities Garco Construction,Inc. Joint Base Lewis McCord E 4114 Broadway Spokane,WA 99202 Hollis Barnett,509-535-4688 Department of the Army "* US Army Corps of Repair Steam Line Phase IV $ 375,000.00 Excavate,Backfill,Vault,Connect OCT.2012 100% Seattle,Dist.Corps of Engineers/ Engineers JBLMtFA4620-07-D-B005/0021 to Existing Utilities Garco Construction,Inc. E 4114 Broadway Spokane,WA 99202 Hollis Barnett,509-535-4688 Cochran Electric,Inc. Liberty Mutual Electrical Trenching $ 170,000.00 Electrical Trenching JUN.2013 100% `" 12500 Aurora Ave N Seattle,WA 98133-0524 Paul Smiley,206-368-3243 Snohomish County Public Works KPFF Consulting Eng. 35th Ave SEt180th BE $ 2,382,623.00 Intersection Improvements,vault JAN.2014 75% 3000 Rockefeller Ave M/S 607 1601 5th Ave,Ste 1600 Intersection Improvements Everett,WA 98201-4046 Seattle,WA 98101 Megan Olson,425-388-6426 206-622-5822 F206-622-8130 City of Auburn Jacobs 2012 Local Street Pavement $ 1,231,167.86 Street Pavement Reconstruction AUG.2013 60% 25 W Main Street 600 108th Ave NE,Ste 700 Reconstruction,CP1201 Auburn,WA 98001 Bellevue,WA 98040 Seth Wickstrom,253-931-3000 Vinculums Services,Inc. AT&T Sunset Quarry Cell Tower $ 126,455.00 Electrical and trenching for Cell Tower SEP.2012 60% 10 Pasteur,Suite 100 Irvine,CA 92618 Luis Carbajal,949-825-6063 ""SCI SUBCONTRACTOR ON THESE Page 13 of 15 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK W/ ENGINEER! OWNER(AGENCY ARCHITECT PROJECT TITLE AMOUNT WORK PERFORMED DEC.201 OWN FORCE A&B Properties A& B Properties Interurhan Warehouse Preload $ 254,625.00 Preloading Site Ec 1o1e 100 i 6120 52nd Ave S Seattle,WA 98118 Louie Sant,206-930-9324 Safeway/PCL Contruction MWH Safeway Milk&Ice Cream $ 287,302.00 Sanitary Sewer,Waste Lift Station, JAN.2013 90% Services,Inc. Wastewater Treatment Facility Pipeline 15405 SE 37th Street,Suite 200 1723 124th Ave NE,Bellevue 98005 Bellevue,WA 98006 Nick Saraniecki,425-301-6410 US Army Corps of Engineers, US Army Corps of Repair/Replace Water Lines $ 10,000.00 Replacing Waterline SEP.2012 100% USA Engineer District,Seattle/ Engineers Joint Base Lewis McCord Diversified Maintenance System 3165 S 300th West Salt Lake City,UT 84115 801-487-4043 City of Kent City of Kent Engineering Horseshoe Bend Levee Improve- $ 4,361,316.00 UGIiGes,Retaining Walls,Paving, MAR.2014 55% 220 4th Ave S ments,East and West Concrete Work,Industrial Building Kent,WA 98032-5895 Riverbend Secondary Levee Jason Barry,253-856-5500 Phase 11 ICON Materiais(farga Sound Termin, TARGA Tank Farm $ 85,025.00 Replacing Drainage Structure, OCT.2012 100% 1508 Valentine Ave SE Renewable Fuels Expansion Connecting to Existing Utilities Pacific,WA 98047 Phase 1 Rick Maurstad,206-575-3200 Multicare Health System Covington Utility Vault $ 10,600.00 Install Vault OCT.2012 100% PO Box 5299 MS 315-PB-Eng Tacoma,WA 98415 David DeVous,253-403-1246 City of Auburn City of Auburn Emergency Repair T&M Emergency Repair OCT.2012 100% 25 W Main Street on"I"Street Auburn,WA 98002 Seth Wickstrom,253-931-3010 Port of Seattle Port of Seattle Engineering Utility Relocation for Sound Transit $ 666,300.00 Utility Relocation AUG.2013 60% 2711 Alaskan Way Link South Corridor Seattle,WA 98121 Ann Paustianm 206-787-5788 City of Issaquah/ `* Confluence Park-Phase 1 $ 31,650.00 Waterline&Sewer Installation FEB.2013 100% Terra Dynamics,Inc PO Box 2479 Auburn,WA 98071 Todd Wood,253-880-3100 **SCI SUBCONTRACTOR ON THESE Page 14 of 15 SCI INFRASTRUCTURE, LLC COMPLETED PROJECTS Completed Jobs as of March 2014 PROJECT YEAR %WORK WI - ENGINEER/ OWNER/AGENCY ARCHITECT PROJECT TITLE AMOUNT WORK PERFORMED COMPL'D OWN FORCE City of Kent City of Kent Engineering Road Levee Improvements $ 541,925 36 TESC,Roadway Improvements DEC 2013 Underground Utilities 400 West Gowe Kent,WA 98032 Jason Barry,253-856-5500 Guy F Atkinson 1 WSDOT `* WSDOT 1-405&S 518 Concrete Pavement $ 149,860.00 Earthwork to replace concrete OCT,2013 100% 707 S Grady Way,Suite 500 Rehabilitation panels Renton,WA 98057 Larry Smith,425-255-7551 R&B Properties/Louie Sanft Fuller-Sears Interurban Warehouse Preload $ 179,400.00 Preload Removal NOV.2013 100% 6120 52nd Ave S Removal Seattle,WA 98118 Louie Sanft,206-930-9324 City of Shoreline *' KPG North City Pole Repair Project $ 428,361.67 Repairs to Electrical Poles MAR.2014 15% 17500 Midvale Ave N Shoreline,WA 98133 John Vincente,206-801-2400 Mark Huett General Contractor,Inc.l ** Ferndale Intermodal Site $ 78,533.00 Erosion Control,Underground Utilities, DEC.2013 85% Regional Disposal Company Stormwater Improvements Curb and Gutter PO Box 488 Clarkston,WA 99403 Chance Chacon,509-243-7855 Farallon Consulting,Inc.1 Farallon Consulting Con Global T108 $ 88,895.00 Shoring,Excavation,and Pump Station DEC.2013 100% Conglobal Industries, Inc. 975 5th Ave NW Issaquah,WA 98027 Jerry Portele,425-295-0800 The project listed above were successful projects. Our performance for Quality Control,Safety Record,Timeliness of Performance,Use of Skilled Personnel,Management of Subcontractors,Availability of and use of Appropriate Equipment,Compliance with Contract Documents;and Management of the Submittals Process and Change Orders were what made these project successful. We have been in business for over 59 years. Many of our employees are long-term;15-20 years win the company. They know how to work and communicate well together. We use subcontractors that have been efficient and competent in the past;therefore we are assured of high-level work and product from them. Much of our equipment has been a staple in our work and therefore our field personnel are very familiar with each individual piece of equipment and know its highest and best use. When a specific task or unique situation arises,we rent equipment suitable for the needs of the activity to supplement our owned fleet of equipment. Our staff is very familiar with the submittals and change order processes and work to insure a smooth operation on the administration of each job to adhere with the contract documents. '*SCI SUBCONTRACTOR ON THESE Page 15 of 15 REVISED: 06/30/2014 EQUIPMENT LIST ifd}>img'6uwZd.tlw NorL3twv/.,t EARTHMOVERS Caterpillar 623B Scrapers 3 Caterpillar 631 D Scrapers 4 7 j DOZERS Caterpillar D-9 Dozers 1 Caterpillar D-8 Dozers 1 Caterpillar D-5 Dozers 1 John Deere 700 Dozers 1 John Deere 650 Dozers 2 John Deere 450 Dozers 1 wAik 7 EXCAVATORS Linkbelt LX460 Excavator 1 Caterpillar EX330 Excavator 1 Volvo 21OLC Excavator 1 Komatsu 240LC10 Excavator 1 Caterpillar 320ELLR Excavator 2 Caterpillar 314DLCR Excavator 1 Komatsu PC128 Excavator 1 Komatsu PC138 Excavator 2 John Deere JD 50 Excavator 1 Yanmar V-1045 Excavator 2 Kubota U35 Excavator 1 TRACTOR/LOADER(BACKHOES John Deere 310 Backhoe 2 2 1 OF 2 REVISED: 06130/?-014 EQUIPMENT LIST I WHEEL LOADERS Caterpillar 930G,H Loader 2 i Caterpillar 962G Loader 1 Caterpillar 928G Loader 1 Caterpillar 95OG Loader 1 5 COMPACTORS Caterpillar 815 Pad Foot 1 .. Bomag 172 Compactor 1 `; -' Caterpillar CS563 Compactor 1 Wacker 1.5T Compactor 1 4 , MOTOR GRADERS Caterpillar 140H Grader 1 Caterpillar 140G Grader 1 2 TRUCKS Mack End Dump w/Trailer 4 Mack End Dump 2 ARTICULATED TRUCKS Volvo A-35 3 SWEEPER TRUCKS , Tymco 600 1 10 SPECIALTY EQUIPMENT 3-4000 Gallon Water Trucks Asphalt Grinder Light Plants, Generator Sets,Air Compressors Sweeper Broom 2OF2 PROPOSAL SIGNATURE PAGE I The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one hundred twenty (120) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s �_, to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 01 SCI INFRASTRUCTURE, LLO NAME OF TDDER BY: 11', ' Signature tizU (Print Name and Title) Address SR 516 to 23111 Way Levee South Reach/Nallock 35 June 24, 2014 Project Number: 09-3006.2 i BIB BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we,;SCI Infrastructure, LLC ®., �-w _ __ as Principal, and North American Specialty Insurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(6°!°)of the Total Amount Bid.— Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for SR 516 to S. 2311 Way Levee improvements ® Russell Road tipper Levee-South Reach d 3ames Street/Russell Road Realignment/Project Number: 09-3006.2 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter Into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain In full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF Julys _ 2014, SCI I nfrastructuure,LLC PRI CIPAL North American Specialty Insurance Company SUR Julie A. Craker,Attorney-m-Faci 20 Received return of deposit in the sum of _r..__._.-. SR 516 to 2314 Way Levee South Reach(Hallock 36 lung 19,2014 Project Number: 09.3006.2 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: THOMAS P.HENTSCI:IELL,BRADLEY A.ROBERTS,JULIE A.CRAKER, KAREN A.INGRAM,KAREN J.SMITH and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY ,I Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION(W,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9"of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attomey and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." n11111111111/l/ a"^`0ma°"wa e��OQl�p\Al1TPyySOg4 ��p'SteNq( i "t � By• SQL = SfevmtPSe Anderson,SmfarnteePrestdentofeanSpegtnnlniemanceCOMsortlnCeCompany qq=' SEALF' t A,Senior Vice Yresiden[ot Rorlh American Specialty Insurance Campany -Arno i �ry/I/I111111510.R\h B David At,Layman,Vice President of Washington lafemnnoaal rosarance Company &Vice President of North American Speoinity lasarance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this20th day of June 2012 _ North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: On this 20th day of June 2012 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "-MCMiLSEAL" DONNA D.SKLENS Notary Public,State of Illinois Donna D.Sklens,Notary Public My Conaoission Ss ires 10106/2015 I, Jetfrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International ham once Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. f ery-- IN WITNESS WIIEREOF,I have set my hand and affixed the seals of the Companies this day ofj u d u ,20 11l Jeffrey Goldberg Vice President&Assistant xxmtaryof Washino.o lal.no.ionol Woeonle Compmry&North American SpeciMe,insurance Company I I CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION under penay f perjury ndr laws of he United States lthat the following s atements a re true and ucorr e ect 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. SR 516 to S. 231" Way Levee Improvements Russell Road Upper Levee — South Reach James Street/Russell Road Realignment Project Number: 09-3006.2 n ®®$$��yyNAMEEaaOF®®P®®ggR��OJ��®E��CjjT gg NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER SR 516 to 231"Way Levee South Reach)Hallock 37 June 24, 2014 Project Number: 09-3006.2 i This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 I City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: P l ContraqChange cludingble alterWSST.ange byhange Orders $ pplicablt Contra $ revious ders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days rior Chan e Orders Days Required f for this Change Order -0- Working days Revised Time for Completion Working days SR 516 to 231"Way Levee South Reach(Hallock 38 June 24, 2014 Project Number: 09-3006.2 i �I In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. FBy: CITY OF KENT: By (signature) (signature) Print Name: Timothy J LaPorte, P.E. Its Public Works Director (Title) (Title) DATE: DATE: SR 516 to 231�`Way Levee South ReachlNallock 39 June 24, 2014 Project Number: 09-3006.2 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ...................r,� Orderof Contents................................................................................r cla Invitationto Bid..................................................................................6•®. Contractor Compliance Statement.......................................................a.>=1.,....' Date.......................................................................................... Have/have not participated acknowledgment........................... 0 Signature and address .....................................................I..........cef Declaration - City of Kent Equal Employment Opportunity Policy .......tE Date and signature ...................................................................�:CS.. Administrative Policy ..........................................................................to t-E Proposal..............................................................................................t0 First line of proposal - filled in .................................................. r Unit prices are correct ...............................................................iET f Minimum bid prices are correct..................................................kEY Subcontractor List (contracts over $100K) .........................................jj Subcontractors listed properly....................................................Ej' Signature ................................................................................... Subcontractor List (contracts over $1 million).................................... Subcontractors listed properly...................................................VE, Date and signature ................................................................... 0 Contractor's Qualification Statement ...................................................� Complete and notarized ............................................................. Proposal Signature Page.....................................................................�0' AllAddenda acknowledged ...................................................... Date, signature and address ...................................................... BidBond Form ....................................................................................� Signature, sealed and dated ......................................................tb- Powerof Attorney....................................................................... (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form................................................................i® Signature....................................................................................CJ� ChangeOrder Form.............................................................................!n, Bidder's Checklist ..............................................................................k.a-.m,. The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. SR 516 to 231"Way Levee South Reach/Hallock 40 June 24, 2014 Project Number: 04-3006.2 i PAYMENT AND PERFORMANCE BOND m 7" TO CITY OF KENT �C�TJ Bond Number 2185662 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, SCI Infrastructure, LLC as Principal, and North American Specialty Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 2,116,334.04 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of SR 516 to S. 2315t Way Levee Improvements — Russell Road Upper Levee-South Reach — James Street/Russell Road Realignment/Project Number: 09-3006.2 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect, IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. SR 516 to 231" Way Levee South Reach/Hallock 41 June 19, 2014 Project Number: 09-3006.2 I TWO WITNESSES: SCI Infrastructure, LLC _—,__-- --- - � PRINCIPAL (enter principal's name above) BY: ��� BY: _ - ---- TITLE: f�C P NT NAME DATE:-My 18, 2014 _ _ DATE: July 18, 2014 I BY: _ CORPORATE SEAL: PRINT NAME DATE: July 18, 2014_ North American Specialty Insurance Company SURETY CORPORATE SEAL: BY: _..— DATE: July 18, 2014 _ TITLE: Karen J. Smith, Attorney-In-Fact ADDRESS: c/o Hentschell &Associates, Inc. 621 Pacific Ave.#40D Tacoma, WA 98402 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that -ee-Z Who signed the said bond on behalf of the Principal SCI Infrastructure LLC of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. r 4 SECRETARY O SISTANT SECRETARY SR 516 to 23151 Way Levee South Reach/Hellock 42 June 19, 2019 Project Number: 09-3006.2 i NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE.COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,TT-[AT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester New Hampsinic,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of I Schaumburg,Illinois,each does hereby make,constitute and appoint: THOMAS P.BENTSCHELL,BRADLEY A.ROBERTS,JULIE A.CRAKER, KAREN A.INGRAM,KAREN J.SMLCH and JOANNE REINKENSMF.YER JOINTLY OR SEVERALLY Its true and lawful Atiorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its set and deed,bonds or other writings half of each Of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by obligatory in the nature of a bond on be dertaking or contract or suretyship executed tinder this authority shall exceed the law,regulation,contractor otherwise,provided that no bond or un amount of FIFTY MILLION($50,OW000.00 DOLLARS _,_..—— ------- 'this Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9"of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, tine Secretary or any Assistant Secretary be,and cach or any of them hereby is authorized to execute a Power of Attorney qualifying tine attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and may such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract Of surety to which it is attached." p\n11 A\$s TV,,g aw'vumu uurwnu \�\\\ /iiii ' aONA; pUY yN $�yQ.GbpPORdrAG,$i Ey \dY; SEA. tn> Steven P.Anderson,Senior Vice Preadentaf Nnsbington fitlernalluvvi lusvrvnce CamPvny a0' :n2 wiYx 1879 �ielq XSenior Vlce PrnldeN or R'mTh Amerl<vn SPedaldy lvsuronce Company �yt € .p •yh O� r1 ''4- i Hd\$ yy0/!/p�lllilt\l\\P\ ES na,mxmw Durl&Vice Preside ttof NO,'iil Amerirna Specialty I rsurnnce Qompaup a Company IN WITNESS W HEREOF,North American Specialty Insurance Company and Washington International Insurance C mpany have caused their official seals to be hereunto affixed,and these presents to be signed by thou authorized officers this_day of North American Specialty Insurance Company Washington International Insurance Company State of Illinois ss: County of Cook On this 20111 day of— Juno 20112,before me,a Notaty Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to one,who being by me duly sworn,acknowledged that they signed the above Power of Attornoy as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFF[CIALSEAI" DONNA D.SKLENS Notary Public,State of Illinois Donna D.Skims,Notary Public My Commission Expires 10/0612015 I, ieffrev Coldbere the ditty elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in fill force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies tinis`� y of, '20 / � )efsl y Oddbe g,Vicv 1'1'Wanl&Assisrant secramryoP Nnshington Inmmvdonal 6,smm�ce Company&Nm,h Americo,Spxoiahy insmwm Company i CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and SCI Infrastructure LLC organized under the laws of the State of Washington located and doing business at 2825 S. 154`h St. Seattle WA 98188 ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: SR 516 to S. 231" Way Levee Improvements — Russell Road Upper Levee-South Reach — James Street/Russell Road Realignment/Project Number: 09-3006.2 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2014 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues working Notice to Proceed and be completed within one hundred twenty ( 9 The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. SR 516 to 23111 Way Levee South Reach/Hallock 43 June 19, 2014 . . .. �___ n, 1fl , 9 i 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. SR 516 to 231" Way Levee South Reach/Hallock 44 June 19, 2014 Project Number: 09-3006.2 i CITY OF KENT BY: r SUZETTE COOKE, MA OR DATE: fY ATTEST f i .ARONALD F. M;IORE,-CITY CLERK APPRO#ED AS TO F'bRM: KENT LAW DEPARTMENT CONTRACTOR SCI IN RA "TRUCTURE9 LLC '41 - p BY: PRINT NAME: I"l `> TITLE: v� DATE: SR 516 to 231�Way Levee South Reach/Hallock 45 June 19, 2014 Project Number: D9-3006.2 i EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance i The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liabilitv insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 it 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liabilitv insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. SR 516 to 2315t Way Levee South Reach/Hallock 46 June 19, 2014 i EXHIBIT A (continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C: Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following II provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. O. contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. F. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. SR 516 to 231't Way Levee South Reach/Hallock 47 June 19, 2014 i EXHIBIT A (continued) � G. verification of coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. SR 516..to 231'`Way Levee South ReachJHallock 48 June 14, 2014 i DATE(MMIODMYY) A�' CERTIFICATE OF LIABILITY INSURANCE 66/26J2D14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to ID-or— the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). coNTAc PRODUCER .NAME --- LFAX Parker,Smith&Feek,Inc. PHONE 425 709-3600 {Ai�_No1:425-709-7460 SEE Exti- - — "— 2233 112th Avenue NE E-MAIL Bellevue,WA 98004 ADDRESS: — _ .— -- --- _ —INSURER(SI AFFORDING COVERAGE _NAICq INSURERA:.. Valley Forge Insurance Company -_.. INSURED INSURER e: National Fire Ins Hartford - ..— SCI Infrastructure,LLC IusuRERc, Liberty insurance Corporation— 2825 South 154th Street — Seattle,WA 98188 .INSURER D — .— — -- -- INSURER E — ,— —- — —' INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ —_._ ----- —"' — ADDL SUER — — -- POLICV EFF POLIC-- LIMITS IITS TYPE OF INSURANCE �— POLICY NUMBER MMIDDM� MMIODfYYYY GENERAL LIABILITY C4016281533 4/112014 4/1Q I EACH OCCURRENCE $ 1,000,000 —_ A DAMAGE TO RENTED 500,000 X COMMERCIAL GENERAL LIABILITY X PREMISES{Ee occurrence} $ — MEDEXP(Anyounesorson).=15000 _ CLAIMS-MADE LX]OCCUR 1 000 o —, PERSONAL&AOV INJURY'--fit$--' —"'— PGENERALAGGREGATE 5 2 000 000 J-"—' '" -- — PRODUCTS-COMPlOP A $ 2,000,000 G_EN'LAGGREGATE LIMIT APPLIES PER: $ POLICY X PRO XI LOC COMDINED SINGLE LIMIT 1,000,000 C4016281516 B AUTOMOBILE LIABILITY .� 4/1/2014 4/l/2015 Es ecciden�. — X, BODILY INJURY(Per Person) $ ANY AUTO X ALL OWNED F _ SCHEDULED BODILY INJURY(Per accident) $ — AUTOS AUTOS PROPERTY DAMAGE $ NON-OWNED eracmdent1_ HIRED AUTOS AUTOS $ UMPIRE LIAR X occuR TH7661066322014 I 411/2014 4/1/2015 EACHOCCURRENCE _ $ 2,000,000 C _ 20000 60 X EXCESSU a CIAIMS-MADE X AGGREGATE _�$ —_ OED X RETENTION 10,000 WC ETA U I X OTH- A WORKERS COMPENSATION C4016281533 4/1/2014 4/1/2015 �TQR Lift AND EMPLOYERS'LIABILITY YIN "*Washington Stop Gap E.L.EACH ACCIDENT $ 100Q000 ANYPROMEMBEWPARTNEWEXECUTIVE❑ NIAI EL DISCAGE-POLICY LIMIT $ 1,000,ODO OFFICEOPRIETEREXCLUDED9 _ - (MandatorylnNH) EL DISEASE-EA EMPLOYE _ Uyes,describe under ii $ 1,000000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS i VEHICLES lAHach ACORD 101,Additional Remarks Schedule,it more space is required) SCI Job No 1414-SR 516 to S 231st Way Levee Improvements Project No 09-3006.2.The City of Kent is included as additional insured and coverage is primary noncontributory per endorsement G-140331-D 01 13(GL),CA 20 48 10 13(Auto)and LC00001 1110 and LCU 29 08 11-10(Excess),attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent Public Works Department AUTHORIZED REPRESENTATIVE 400 West Gowe Kent,WA 98032 �/Y�Qf,I . ©O19�888-(2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD SCHNFRA(TLJ01) POLICY NUMBER: C4016281516 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: SCI Infrastructure, LLC Endorsement Effective Date: 04i01t2014 SCHEDULE Name Of Person(s)Or Organization(s): City of Kent Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is Autos Liability Coverage in the Business Auto and an "insured" for Covered Autos Liability Coverage, but Motor Carrier Coverage Forms and Paragraph D.2. of only to the extent that person or organization qualifies Section I — Covered Autos Coverages of the Auto as an "insured" under the Who Is An Insured provision Dealers Coverage Form. contained in Paragraph A.I. of Section II — Covered CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 SCIINFRA(TU01) i i G-140331-D (Ed.01113) CNA BLANKET ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS- WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE it is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE(OPTIONAL) Name of Additional Insured Persons Or Organizations City of Kent Locations of Covered Operations A. section II-Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by"written contract" to add as an additional insured on this Coverage Part;end 2. The particular person or organization,if any,scheduled above. B. The Insurance provided to the additional insured Is limited as follows: 1, The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage,"or"personal and advertising injury"caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your 9 ongoing operations specified in the"written contract";or N b. "Your work"that is specified in the"written contract"but only for"bodily injury"or"property damage" included in the"products-completed operations hazard;'and only If: (1) The"written contract"requires you to provide the additional insured such coverage;and (2) This Coverage Part provides such coverage. 2. If the"written contract"specifically requires you to provide additional insurance coverage via the 10101 edition of CG2010(aka CG 20 10 10 01),or via the 10101 edition of CG2037(aka CG 20 37 10 of), or via the 11185 edition of CO2010 (aka CG 20 10 11 85), then in paragraph 8.1. above, the words 'caused in whole or In part by' are IRM replaced by the words'arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than, ® a. The maximum permitted bylaw: K That required by the"written contract"; c. That described in B.I.above;or d. That afforded to you under this policy, whichever is less. G-140331-D (Ed.01113) Page 1 of 2 Copyright,CNA All Rights Reserved. I i G•140331-D (Ed.01113) I 4, Notwithstanding anything to the contrary in Condition 4.other Insurance(Section IV),this insurance is excess of all other insurance available to the additional insured whether on a primary,excess,contingent or any other basis. But if required by the"written contract"to be primary and non-contributory, this Insurance will be primary and non- contributory relative to insurance on which the additional Insured is a Named Insured, 5. The insurance provided to the additional insured does not apply to"bodily injury,""property damage."or"personal and advertising injury"arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including; (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,field orders,change orders or drowings and specifications;and (2) Supervisory,inspection,architectural or engineering activities;or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part, C, SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties in The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an 'Occurrenee,, or an offense which may result in a claim or "suit" under this Insurance,and of any claim or"suit"that does result; (2) Except as provided in Paragraph BA. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation,defense,or settlement of the claim or"suit';and surer or self nsurer whose Or (4) pTender rogram the to ase nlossIndemnity we ncover un of der)aim thisoCoverage Part.other But If the written)contract' requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit," D. Only for the purpose of the insurance provided by this endorsement,SECTION V—DEFINITIONS is amended to add the following definition: d insure on this contract" d Coverage Part,provid written erage edthe contract or agreement: to make a person or organization an additional 1. is currently in effect or becomes effective during the term of this policy;and 2. Was executed prior to: a. The"bodily injury"or"property damago';or b. The offense that caused the"personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties,Inc. G•140331•D (Ed.01113) Page 2 of 2 Copyright,CNA All Rights Reserved. i (it) Conduct and control the defense of the indemnitee in such"suit". So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Notwithstanding the provisions of Paragraph 2.b.(2) of SECTION I — COVERAGES, such payments will not be deemed to be damages for "bodily injury" and "property damage" and will not reduce the limits of Insurance. Our obligation to defend an Insured's indemnitee and to pay for attorneys' fees and necessary litigation expenses as Supplementary Payments ends when we have used up the applicable limit of insurance in the payment of judgments, or settlements, or the conditions set forth above, or the terms of the agreement described In Paragraph(6)above, are no longer met. SECTION II—WHO IS AN INSURED 1, If you are designated in the Declarations as; a. An individual, you and your spouse are Insureds but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an Insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture, or limited liability company, you are an insured. Your"executive officers"and directors are Insureds, but only with respect to their duties as your officers or directors, Your stockholders are also Insureds, but only with respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. 2. Each of the following is also an insured: a. Your"volunteer workers" but only while performing duties related to the conduct of your business, your"employees", other than either your"executive officers"(if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these"employees" or"volunteer workers"are Insureds for: (1) "Bodily injury"or"personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee" In the course of his or her employment or performing duties related to the conduct of your business or to your other"volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or"volunteer worker" LCU 00 01 11 10 O 2010 Liberty Mutual Group of Companies. All rights Page 15 of 30 reserved. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. i II as a consequence of Paragraph(1)(a)above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the Injury described In Paragraphs (1)(a) or(b)above; (d) Arising out of his or her providing or failing to provide professional health care services; or (a) Arising out of practicing for, or participating In, any sports or athletic contest or exhibition that you sponsor, unless the "employee" or "volunteer worker" is an insured for the "bodily Injury"or"personal and advertising Injury"on"underlying insurance". (2) "Property damage"to property: (a) Owned, occupied, used by, (b) Rented to, In the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees", "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member(if you are a limited liability company). (3) "Bodily injury", "property damage" or "personal and advertising Injury" arising out of the ownership,maintenance or use of an"auto", except as provided in Paragraph f, below. b. Any person (other than your "employee") or any organization while acting as your real estate manager, but this does not apply with respect to the use of any vehicle owned by such person or organization. c. Any person or organization having proper temporary custody of your property if you die, but only: (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative, if you die, but only with respect to duties as such. That representative will have all your rights and duties under this policy. e. Any person or organization Included as an additional insured under "underlying insurance", but not for broader coverage than is provided by the "underlying insurance". When coverage provided to an additional Insured is required by a contract or agreement, the most we will pay on behalf of that additional Insured is the minimum amount of insurance required by the contract or agreement, less any amounts payable by any"underlying insurance"or otherwise retained. f. Any person while using with your permission a "covered auto" for which Insurance is provided to you under this policy and any person or organization legally responsible for its use, but only if that person Is an insured with respect to liability arising out of the ownership, maintenance, use or entrustment to others of"covered autos"on"underlying Insurance". 3. Any organization you newly acquire or form, other than a partnership,joint venture, or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured under this policy if there Is no other similar insurance available to that organization and that organization is a Named insured under"underlying insurance". However: LCU 00 01 11 10 ©2010 Liberty Mutual Group of Companies. All rights Page 16 of 30 reserved. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Policy Number: TI-17661066322014 Endorsement 4: Issued by: LIBERTY INSURANCE CORPORATION End. Eff, Date: THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, OTHER INSURANCE REDEFINED This endorsement modifies insurance provided under the following' COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Definition 16. of SECTION V—DEFINITIONS Is replaced by the following:. 16. "Other Insurinco"moars: a, Any valid and collectible insurance (except "underlying insurance') that Insures any Insured, ever, if the coverage f5 unavailable or uncollectibie is a consequence of a breach, by any Insured under this policy, of terms or conditions of that insurance, This Includes any insurance whether primary, excess, umbrella, contingent or on any other basis, available to the insured covering liability for damages arising out of the premises or operations, or the products and completed operations, for which the insured has been added as an additional insured to any Policy, and any other insurance for that portion of any loss for which the insured has other valid and collectible insurance as an additional insured on a liability Insurance policy Issued to a subcontractor of the insured; plus b. Any amount retained under an established self-insurance program that is not"underlying Insurance". "Other insurance"does not Include: a. Any Insurance specifically written as excess over this policy; and b, Insurance issued to or on behalf of an additional insured on this policy if you have agi-ned in writing that your umbrella or excess liability Insurance will respond before any liability insurance policy Issued to or on behalf of that additional incurod, and we will not seek contribution from that Insurance. LCU 29 0811 10 @ 2010 Liberty Mutual Group of Companies. All rights page 1 of I reserved. Includes copyrighted material Of Insurance Services Office, Inc.,with its permission. i ENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ........................................1-1 1-01 Definitions and Terms ......................................................... 1-1 1-02 Bid Procedures and Conditions............................. 1-03 Award and Execution of Contract .......................................... 1_6 1-04 Scope of the Work .............................................................. 1-6 1-05 Control of Work..................................................... 1-06 Control of Material ............................................................ 1-17 1-07 Legal Relations and Responsibilities to the Public .................. 1-20 1-08 Prosecution and Progress................................................... 1-25 1-09 Measurement and Payment................................................ 1-29 1-10 Temporary Traffic Control .................................................. 1-31 DIVISION2 EARTHWORK.............................................................2-1 2-02 Removal of Structures and Obstructions ................................2-1 2-03 Roadway Excavation and Embankment..................................2-4 2-06 Subgrade Preparation-........................................................2-5 .............. 2-07 Watering .............................................................2-6 2-12 Construction Geosynthetic ......................................... ..........2-6 DIVISION4 BASES.......................................................................4-1 4-03 Gravel Borrow ....................................................................4-1 4-04 Ballast and Crushed Surfacing ..............................................4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-02 Bituminous Surface Treatment .............................................5-1 5-04 Hot Mix Asphalt .........................................................I.....1.15-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS..................7-1 7-01 Drains ................................................................ .......... ...7-1 7-04 Storm Sewers ....................................................................7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells .........................7-2 7-08 General Pipe Installation Requirements................................. 7-7 7-09 Water Mains..................................................................... 7-13 7-12 Valves for Water Mains...................................................... 7-19 7-14 Hydrants ......................................................................... 7-21 7-15 Service Connections.......................................................... 7-23 7-17 Sanitary Sewers ............................................................... 7-29 7-18 Side Sewers ..................................................................... 7-34 DIVISION B MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control ...........................8-1 SR 516 to 231"Way Levee South Reach/Hallock .tune 19, 2014 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE 8-02 Roadside Restoration...........................................................8-9 8-04 Curbs, Gutters, and Spillways............................................. 8-13 8-06 Cement Concrete Driveway Entrances .................. 8-09 Raised Pavement Markers .................................................. 8-14 8-12 Chain Link Fence and Wire Fence........................................ 8-15 8-13 Monument Cases .....:........................................................ 8-17 8-14 Cement Concrete Sidewalks ............................................... 8-17 8-18 Mailbox Support ............................................................... 8-19 8-20 Illumination, Traffic Signal Systems, and Electrical................ 8-19 8-21 Permanent Signing............................................................ 8-22 8-22 Pavement Marking ............................................................ 8-23 8-23 Temporary Pavement Markings........................................... 8-26 8-24 Rock Wall ........................................................................ 8-26 8-26 Bollards........................................................................... 8-27 8-27 Handrails ......................................................................... 8-28 8-28 Pothole Utilities ................................................................ 8-29 8-30 Project Signs.................................................................... 8-30 8-32 Undergrounding of Electrical Facilities ................................. 8-31 8-33 Concrete Retaining Wall..................................................... 8-36 DIVISION 9 MATERIALS...............................................................9-1 9-03 Aggregates ........................................................................9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock For Erosion and Scour Protection and Rock Walls .........................9-3 9-14 Erosion Control and Roadside Planting...................................9-3 9-16 Fence and Guardrail ............................................................9-9 9-28 Signing Materials and Fabrication..........................................9-9 9-29 Illumination, Signal, Electrical ..............................................9-9 9-30 Water Distribution Materials ............................................... 9-14 KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 TRAFFIC CONTROL PLANS ............................................................... A-3 NEW WATERMAIN CONNECTION PROCEDURES ............................... A-4 ENVIRONMENTAL PERMITS ............................................................. A-5 PRODUCTINFORMATION................................................................. A-6 CONSTRUCTION SEQUENCING AND MILESTONES............................ A-7 PREVAILING WAGE RATES............................................................... A-S SR 516 to 2315`Way Levee South Reach/Hallock June 19, 2014 Proiect Number: 09-3006.2 KENT SPECIAL PROVISIONS The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. I DIVISION 1 ® GENERAL. REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj, Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: SR 516 to 231"Way Levee South ReachJHallocl< 1 - 1 June 19, 2014 1. what work will be done, and by when; 2. Who provides labor and materials; and 1 How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "Incidental to the involved.bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITION SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. if the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SR 516 to 231"Way Levee South Reach/Hallock 1 - 2 June 19, 2014 Prniprf Number: 09-3006.2 SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: i 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: i 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized SR 516 to 231"Way Levee South ReachfHallock 1 - 3 June 19, 2014 Prnierf Numher: 09-3006.2 i Insurance List in the State of Washington published by the Office of the Insurance Commissioner. i The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING- 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: I 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SR 516 to 231"Way Levee South Reach/Hallock 1 - 4 June 19, 2014 Project Number: 09-3006.2 i SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: i 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. I 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-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 City. SR 516 to 2315h Way Levee South Reach/Hallock 1 - 5 June 19, 2014 Project Number: 09-3006.2 i) No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans SR 516 to 2315'Way Levee South Reach/Hallock 1 - 6 June 19, 2014 Project Number: 09-3006.2 S. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. SR 516 to 23150 Way Levee South Reach/Hallock 1 - 7 June 19, 2014 Project Number: 09-3006.2 I Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. Potential locations for a staging and storage area are shown on the plans. The City has obtained all permits and approvals necessary for the Contractor's use of this site within the limits shown on the plans and specified herein. Should the Contractor choose not to use the City-provided staging and storage area(s); the Contractor may pursue a different location. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose not to use the City-provided staging and storage area, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SR 516 to 23111 Way Levee South Reach/Hallock 1 - 8 June 19, 2014 Project Number: 09-3006.2 DIVISION i IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS' i 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections ] -05.5(2) through 1-05.5(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $150Jhr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. SR 516 to 231s'Way Levee South ReachfHallock 1 - 9 June 19, 2014 Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(3) Bridge, Structure and Retaining Wall Surveys For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations match the plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the City. 1. Sufficient horizontal control points to allow the Contractor to establish centerline, abutments and pier centerline positioning and stationing. 2. Up to 6 bench marks in close proximity to the work area. 3. Permanent monuments as shown on the drawings or as given by the City. SR 516 to 231't Way Levee South Reach/Hallock I - 10 June 19, 2014 Proiect Number: 09-3006.2 The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the City. Survey work shall be within the following tolerances: 1. Stationing +.01 foot 2. Alignment +0.1 foot (between successive points) 3. Superstructure Elevations +0.1 foot (from plan elevations) 4. Substructure Elevations +0.5 foot (from plan elevations) I During the progress of the work, the Contractor shall make available to the City all filed books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements within appropriate dimensions of structural members being fabricated. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $150Jhr for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or"down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) staking Services Work requests must be made at least .3 working daM in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One SR 516 to 23V Way Levee South Reach(Hallock 1 - 11 June 19, 2014 Project Number: 09-3006.2 i set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. i 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults, junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above SR 516 to 231"Way Levee South Reach/Hallock 1 - 12 June 19, 2014 DrniorY NIImhPr. n9-3006.2 i i shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 1-05.8 City's Right to Correct Defective and Unauthorized Work 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, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. 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 the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City 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 may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without SR 516 to 231n Way Levee South Reach/Hallock 1 - 13 June 19, 2014 i 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 City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of city facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical 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. However, 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, notify the Contractor giving the reasons for the Engineer's determination. SR 516 to 231� Way Levee South Reach/Hallock 1 - 14 7une 19, 2014 Project Number: 09-3006.2 i Upon receipt of written notice from the Engineer 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. li This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, 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 all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor, 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 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 City 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 of signal systems, building 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. SR q1.6 to 231s4 Way Levee South Reach/Hallock 1 - 15 June 19, 2014 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. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that 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 various contract bid item prices unless specifically set forth otherwise in the contract. 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. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing j or known to be pending at the time of bid. I SR 516 to 231� Way Levee South Reach/Hallock 1 - 16 June 19, 2014 Project Number: 09-3006.2 i Details of known projects are as follows' The Contractor shall coordinate with PSE on relocation of overhead power and underground 2" gas main. The Contractor shall plan for PSE's contractor(s) to be onsite for 10 days for relocation of the gas main. The Contractor shall also coordinate with PSE, Centuryl-ink, j Comcast and other utilities for relocation of the overhead utility lines. The Contractor shall plan for these utility contractors to be on site for 3 days to relocate their services. i The City also expects to have a construction contract for additional levee improvements adjacent to this project during the spring and summer of 2015. The new levee improvement project will take place directly north of James Street on the Green River, just north of this project's limits. The new contractor will be granted access to the site via James Street. The Contractor shall coordinate with the new contractor and not hinder access by the new contractor. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power 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 or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures SR 516 to 231� Way Levee South ReachJHallock 1 - 17 June 19, 2014 All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. S. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. SR 516 to 231" Way Levee South Reach/Hallock 1 - 18 3une 19, 2014 Project Number: 09-3006.2 II 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. �I Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. 'APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or SR 516 to 231"Way Levee South Reach/Hallock 1 - 19 June 19, 2014 i required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. I Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City 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 bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. SR 516 to 231st Way Levee South Reach/Hallock 1 - 20 June 19, 2014 Proiert Number: 09-3006.2 The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax 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(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair 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; sewers and sewage disposal systems unless those 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 the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City 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 City 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. SR 516 to 2315t Way Levee South Reach/Hallock 1 - 21 June 19, 2014 Project Number: 09-3006.2 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). j SECTION 1-07.6 IS SUPPLEMENTED BYADDING THE FOLLOWING; II 1-07.6 Permits and Licenses The City has obtained the following permits: SEPA Mitigated Determination of Non Significance WDFW Hydraulic Project Approval Shoreline Conditional Use Permit Shoreline Substantial Development Permit NPDES Construction Stormwater General Permit US Fish and Wildlife Bald Eagle Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION 1-07,13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the SR 516 to 2315`Way Levee South Reach/Hallock 1 - 22 June 19, 2014 D-4—t hh�mhor• nQ-9nn6.9 i I Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.17IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH. 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS. 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or, monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property SR 516 to 231s`Way Levee South Reach/Hallock 1 - 23 June 19, 2014 I� affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturvLink Comcast Tom Mahedy Bill Walker (206) 345-1060 (253) 288-7538 (360) 281-2926 (cell) Pug etSound Energy Anita Yurovchak (253) 476-6304 (206) 276-3635 (cell) SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. 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. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to SR 516 to 231n Way Levee South Reach/Hallock 1 - 24 June 19, 2014 . I —...vl_... nn 1nna o act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to five copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. 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 verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. i The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SR 516 to 23V'Way Levee South Reach/Hallock 1 - 25 June 19, 2014 Project Number: 09-3006.2 i SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work I Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence 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 working days of the Notice to Proceed Date, The Work thereafter shall be prosecuted diligently, vigorously, and without II unauthorized interruption until physical completion of the work. 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. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. SR 516 to 23V`Way Levee South ReachjHallock 1 - 26 June 19, 2014 I The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1. If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. i SR 516 to 231"Way Levee South Reach/Hallock 1 - 27 June 19, 2014 Project Number: 09-3006.2 The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING; 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. I I SR 516 to 231"Way Levee South Reach/Hallock 1 - 28 June 19, 2014 Project Number: 09-3006.2 I I SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: I 1-08.8 Extensions of Time I The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets i Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Contract number. 8. Unit of measure. SR 516 to 231s'Way Levee South Reach/Hallock 1 - 29 June 19, 2014 Prniart Niimhcrf nQ-'mr, 2 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City`s Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor SR 516 to 231" Way Levee South ReachjHallock 1 - 30 June 19, 2014 Project Number: 09-3006.2 shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to j Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING, 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 SR 516 to 231"Way Levee South Reach/Hallock 1 - 31 June 19, 2014 n.,.;....F M—F,— nn_2 nnG � 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(l) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. SR 516 to 231"Way Levee South Reach/Hallock 1 - 32 June 19, 2014 Project Number: 09-3006.2 The unit contract price for"Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for"Portable Changeable Message Sign (PCMS)' per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Type III Barricade" per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". When the proposal does not include a bid item for a specific bid item I listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. I When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: i 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. SR 516 to 231"Way Levee South Reach/Hallock 1 - 33 June 19, 2014 Project Number: 09-3006.2 II 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. SR 516 to 231� Way Levee South Reach/Halleck 1 - 34 June 19, 2014 Project Number: 09-3006.2 DIVISION 2 -- EARTHW RK 1 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the SR 516 to 231� Way Levee South Reach/Hallock 2 - 1 .June 19, 2014 Proiect Number: 09-3006.2 i cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions, 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement Where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. S. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City`s stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unitnche s ce 6i che _additional j compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: SR 516 to 231s0 Way Levee South Reach/Hallock 2 - 2 June 19, 2014 Project Number: 09-3006.2 1 (8 — 6) x $2.00= $0.67/SY in addition to the unit price. No other compensation shall be allowed. i The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. "Removal of Traffic Islands and/or Traffic Curb", lump sum. The unit contract price per lineal foot for "Remove Existing Storm Sewer Pipe or Culvert" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. The unit contract price per lump sum for "Remove Existing Drainage System" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing drainage system as shown on the plans, described in the specifications and directed by the Engineer. The unit bid price shall also include but not be limited to excavation, removal, disposal, backfilling with gravel borrow, and compaction. The unit contract price per each for "Remove Existing Catch Basin or Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling, with gravel borrow and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. The unit price contract price per lineal foot for "Saw Cut Existing Asphalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: SR 516 to 231"Way Levee South Reach/Nallock 2 - 3 June 19, 2014 1 Proiect Number: 09-3006.2 (Encountered thickness - 6 inches) x unitnche s ce 6iche additional compensation I For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/LF then its additional compensation for the extra thickness would be: (8 - 6) x $600= $0.67JLF in addition to the unit bid price. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BYADDING THE FOLLOWING: I 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications, The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. 2-03.3(14)B Earth Embankment Construction Prior to placement of the levee Embankment and other earthen fill, the subgrade shall be stripped of asphalt, top soil and vegetation, aerated and proof-compacted with a self-propelled compactor with lug attachments of a sheeps-foot roller. Following proof-compaction of the subgrade, the fill shall be placed directly onto the irregular ground surface created by the lug wheel. No surface grading shall be performed before or between placing lifts of fill as continuous smooth surfaces could create seepage channels for water. Any smooth areas should be scarified 1 to 2 inches deep prior to placing the next lift. Maximum lift thickness shall be 12 inches. The embankment material shall be compacted to 95 percent of the maximum dry density as determined by ASTM D-1557 test procedures. Once the embankment has reached maximum height as shown on the plans, the Contractor shall grade the surface to the final subgrade before applying top soil. Refer to Levee Sections on the drawings. SR 516 to 231"Way Levee South Reach/Hallock 2 - 4 June 19,2014 Project Number: 09-3006.2 i See Section 4-03 for Low Permeability Fill for Levee. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. SECTION 2-03.3(14)3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)E Unsuitable Foundation Excavation An inspection trench shall be excavated under all levees as shown on the plans. Undesirable underground features such as abandoned utilities, animal burrows, buried logs, debris, or otherwise unsuitable material or potential seepage paths should be removed or intercepted as directed by the Engiener. Backfill should be placed only after inspection of the trench by the Engineer. Backfill should be placed and compacted as specified in 2-03.3(14)B. Native material shall be used for Backfill if excavated material is deemed satisfactory. Should the inspection trench reveal undesirable underground features, additional excavation to remove said features shall be paid as Unsuitable Foundation Excavation. The inspection trench (if unsuitable materials are found) and unsuitable foundation excavation will be backfilled with Low Permeability for Levee Embankment in accordance with Section 2-03.3(14)B. All of the above specified unsuitable excavated material shall be hauled and disposed by the Contractor. See Section 2-03.3(7)C of the Kent Special Provisions for disposal sites. SECTION 2-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.5 payment The unit contract price per linear foot for "Inspection Trench" constitues complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate the trenches as shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation, inspection, backfilling, compacting, removal, hauling and disposal of unsuitable excavated materials. See Section 4-03.5 for payment for levee embankment and construction. 2-06 SUBGRADE PREPARATION SR 516 to 231"Way Levee South ReachfHallock 2 - 5 June 19, 2014 Proiect Number: 09-3006.2 SECTION 2-06.3(Z) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(i) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. j 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street (253) 856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not SR 516 to 231s`Way Levee South Reach/Hallock 2 - 6 June 19, 2014 Project Number: 09-3006.2 be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 2-12 CONSTRUCTION GEOSYNTHETIC i SECTION 2-12.1 IS SUPPLEMENTED SYADDING THE FOLLOWING. I 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: I 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the WSDOT Standard Specifications for high survivability, separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECTION 2-12.3 IS SUPPLEMENTED SYADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12,5IS SUPPLEMENTED BY ADDING THE FOLLOWING. 2-12.5 Payment "Geotextile Fabric Non-Woven" "Non-Woven Filter Fabric" The unit contract price per square yard for the above items constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. SR 516 to 231"Way Levee South Reach/Hallock 2 - 7 June 19, 2014 Project Number: 09-3006.2 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) Low Permeability Fill.................. 9-03.14(5) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. The unit contract price per ton for "Low Permeability Fill for Levee Embankment, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish, grade, and compact the low SR 516 to 231" Way Levee South Reach/Hallock a - 1 June 19, 2014 Project Number: 09-3006.2 i permeability fill as shown on the plans and described in the specifications, 4-04 BALLAST AND CRUSHED SURFACING I 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for "Crushed Surfacing Top Course, 5/8 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications, These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. SR 516 to 231n Way Levee South Reach/Hallock 4 - 2 June 19, 2014 Project Number: 09-3006.2 j DIVISION 5 ® SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests s specified herein for the type of utility p yp y prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 5-02.5 Payment Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT MIX ASPHALT SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: SR 516 to 2315'Way Levee South Reach/Hallock 5 - 1 June 19, 2014 Project Number: 09-3006.2 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Asphalt concrete Class 1/2" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1-1/2 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. SR 516 to 231"Way Levee South Reach/Hallock 5 - 2 June 19, 2014 o...;o,+ Nnmhar- n4-anna 7 Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). HMA Class 3/8 inch PG 64-22 preleveling mix shall be compacted to 92 percent of the maximum density. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(12) .joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: i 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SR 516 to 231"Way Levee South Reach/Hallock 5 - 3 June 19, 2014 Project Number: 09-3006.2 5-04.3(22) Fabric Reinforcement The Contractor shall construct an approved fabric reinforcement consisting of a single coat of asphalt cement and one ply of polypropylene fabric over the existing pavement before the placement of the hot mix asphalt pavement overlay between the limits designated by the Engineer, in accordance with the WSDOT Standard Specifications, the affected plans and the following Kent Special Provisions: Materials Asphalt cement AR-4000W shall meet the requirements specified in Section 9-02 of the WSDOT Standard Specifications. The fabric shall be non-woven polypropylene material having the following properties: Weight.................................. ............3.5 oz. per sq. yd. Tensile strength, either direction...........Min. 80 lbs. Minimum width ...................................751nches Construction Requirements All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms and distributor as required. The distributor shall have a capacity of not less than 1,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. Surface Preparation Preleveling, if necessary, shall be done prior to placing fabric reinforcing. The pavement surface to be fabric reinforced shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as SR 516 to 231"Way Levee South Reach/Hallock 5 - 4 June 19, 2014 Project Number: 09-3006.2 specified elsewhere under "Crack Sealing." Holes shall be repaired with asphalt emulsion patching mix or hot mix. Application The asphalt must be sprayed uniformly over the area to be fabric covered at the rate of 0.25 to 0.30 gallons per square yard. To avoid laps and ridges at transverse junctions of separate applications of asphalt, the Contractor shall shield the preceding asphalt application in a manner satisfactory to the Engineer. Application of the asphalt should be accomplished with an asphalt distributor wherever possible. Inaccessible or small areas may be shot with a suitable hand sprayer. The asphalt shall be spread at a temperature of at least 290°F. The Contractor shall not begin application of the fabric reinforcement until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the fabric are either on hand or readily available. Initial alignment of the fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. All joints shall be overlapped a minimum of 6 inches and in the direction of traffic. For lapped joint, the top fabric shall be folded back to allow application of a light coat of asphalt (0.05 gallons per square yard should be adequate). The top fabric shall then be folded back onto the asphalt, broomed, and squeegeed out smoothly. Rolling and brooming of the fabric into the asphalt shall be accomplished in such a way that any air bubbles which form under the fabric will be removed. This can be accomplished best by brooming from the center of the fabric toward the outer edges. The fabric shall be neatly cut and contoured at all joints. Weather and Moisture Limitations Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 60°F. The pavement shall be surface-dry at the time of the application of the asphalt. Membrane Curinci The entire surface of the fabric shall be pneumatically rolled until the fabric is well embedded into the asphalt as approved by the Engineer. Hot Mix Asphalt Overlay of Fabric A representative for the manufacturer of the fabric shall be on the project to work with the Contractor's personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the fabric and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the fabric satisfactorily. SR 516 to 231't Way Levee South Reach/Hallock 5 - 5 June 19, 2014 Project Number: 09-3006.2 The Contractor shall not place more fabric on the traveled roadway than can be overlaid the same day with or Hot Mix Asphalt. No fabric except that which is required for normal lapped joints shall be exposed to traffic. In the event of breakdown of the paving operation, the fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1(2)B of the WSDOT Standard Specifications. 5-04.3(23) Fabric Crack Stabilizer The Contractor shall install an approved fabric crack stabilizer consisting of a rubberized, asphalt backed polypropylene fabric over the existing pavement cracks before the placement of the asphalt concrete overlay. Location shall be as shown on the plans, and as designated by the Engineer. Materials The fabric shall be a non-woven polypropylene fabric such as "Petrotac" or an approved equal having the following minimum properties: Grab Tensile 200 Ibs Elongation 40 percent Strip Tensile 50 lb./in. Puncture Resistance 200 Ibs. Permeance 0.10 Perm (max.) Pliability (1/4 inch Mandrel 1800 blend at 250F) No cracks in fabric or rubberized asphalt Width 24 inches Primers and adhesives shall be from those approved by the fabric manufacturer. Installation Follow manufacturer's printed installation procedures. SECT2'ON 5-04.4 .tS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.4 Measurement Fabric reinforcement and fabric crack stabilizer will be measured by the square yard for the surface area, which is satisfactorily covered, sealed and accepted. SR 516 to 2315'Way Levee South Reach/Hallock 5 - 6 June 19, 2014 Proiert Number: 09-3006.2 SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: I 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "HMA Class 3/4", PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, raised crosswalks, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per ton for "HMA for Full Width Overlay Class 112", PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for the full-width overlay at the locations shown on the plans, as specified herein and as directed by the Engineer. This work shall include the cost to install an asphalt thickened edge in the areas identified on the plans. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction I i SR 516 to 231s`Way Levee South Reach/Hallock 5 - 7 June 19, 2014 Project Number: 09-3006.2 DIVISION 7 ® DRAINAGE STRUCTURES, STORM S RSe SANITARY SEWERS WATER MAINS AND CONDUITS 7-01 DRAINS SECTION 7-01.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: j I 7-01.2 Materials I Materials for this project shall meet the requirements of the following sections: Geotextile Fabric..................................................... 2-12.2 Gravel Backfill for Drains,.........................................9-03.12(4) Perforated Polyvinyl Chloride (PVC) Underdrain Pipe....9-05.2(6) SECTION 7-01.4 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-01.4 Measurement The linear foot measurement will include the length of the cleanouts. All pipes, plugs and fittings, including those necessary to construct cleanouts, are incidental to the cost per linear foot of"Underdrain Pipe 6In. Diam." 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING. 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe (RCP) Class IV.........9-05.7(2) PVC Pipe .....................................................9-05.12(1) Ductile Iron Pipe Class 50 (Unlined) ...............9-05.13 7-04.3 Construction Requirements 7-04.3(i) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. SR 516 to 231't Way Levee South Reach/Hallock 7 - 1 June 19, 2014 Project Number: 09-3006.2 i The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: I 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and j approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment The unit contract price per lineal foot for "Storm Sewer Pipe, 12 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES INLETS CATCH BASINS AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1, 4-2, 5-1 and 5-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. Manholes under 5 feet in height shall conform to Kent Standard Plan 4-2. All manholes and Type II and III CB structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4-5. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed. SR 516 to 23Vt Way Levee South Reach/Hallock 7 - 2 June 19, 2014 Project Number: 09-3006.2 i I The sanitary sewer manholes shall be fully channeled to conform to the inside diameter of the sewer line from invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Plans as applicable: 4-3 Standard Manhole Frame and Locking Cover Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4 through 5-16 as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: "OUTFALL TO STREAM, DUMP NO POLLUTANTS" SR 516 to 231"Way Levee South Reach/Hallock 7 - 3 June 19, 2014 SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. SR 516 to 231"Way Levee South Reach/Hallock 7 - 4 June 19, 2014 Project Number: 09-3006.2 i On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(2) Abandon Existing Manholes Manholes being abandoned shall have the top four feet removed and the remainder of the structure filled with bankrun gravel for trench backfill or gravel borrow as included in the proposal and shall otherwise be in accordance with Section 7-05.3(2) of the WSDOT Standard Specifications. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cast to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(4) Drop Manhole Connection Drop manhole connections shall be in accordance with Kent Standard Plan 4-6. Inside drop connections are not allowed. SECTION 7-05.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 7-05.3(5) Manhole Installation on Existing Sewer The manhole will be placed on and channeled for the existing lines in their existing location. It shall be the Contractor's sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. SR 516 to 231"Way Levee South Reach/Hallock 7 - 5 June 19, 2014 Project Number: 09-3006.2 I I NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: No DUMPING ! DRAINS To STREAM The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material, 7-05.3(7) Relocate Existing Catch Basin The existing catch basin assemblies indicated to be relocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. SECTION 7-05.5IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-05.5 Payment The unit contract price per each for "Catch Basin, Type 2 72 Inch Diameter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compaction; surface restoration; referencing ! for future locates prior to final overlay; and storm drain stenciling. The unit contract price per each for "Catch Basin, Type 1" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. SR 516 to 231"Way Levee South Reach/Hallock 7 - 6 June 19, 2014 Project Number: 09-3006.2 i i "Adiust Existing Manhole Cover to Finished Grade" "Adjust Existing_ Catch Basin Grate or Curb Inlet Grate to Finished Grade" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Vaned Catch Basin Frame and Grate" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "30 Inch Inline Check Valve" constitutes complete compensation for furnishing all labor, materials, tools, supplies, connecting adapters, gaskets and equipment to install the appropriate size check valve where noted on the plans, or indicated by the Engineer. The check valve shall be a Tideflex Checkmate slip-in check valve or approved equal. See Appendix A-6. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BYADDING THE FOLLOWING; 7-08.2 Materials i All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ................................5-04.2 SR 516 to 231"Way Levee South Reach/Hallock 7 - 7 June 19, 2014 Project Number: 09-3006.2 Cement Concrete Pavement ...............5-05.2 Culverts...........................................7-02.2 Storm Sewers ..................................7-04.2 j Manholes, Inlets and Catch Basins ... 7-05.2 Sanitary Sewer.................................7-17.2 Side Sewers.....................................7-18.2 Crushed Surfacing ............................9-03.9(3) Gravel Backfill for Pipe Zone Bedding ..9-03.12(3) Gravel Borrow ..................................9-03.14(1) Foundation Material Class I and II.......9-03.17 Bank Run Gravel for Trench Backfill ....9-03.19 SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: � 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. SR 516 to 231"Way Levee South Reach/Hallock 7 - 8 June 19, 2014 ' Project Number: 09-3006.2 I it 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-55,20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless SR 516 to 23V'Way Levee South Reach/Hallock 7 - 9 June 19, 2014 otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF Styrofoam cushion between the pipes, The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. i It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary, All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(2)J Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end'. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. SR 516 to 231"Way Levee South Reach/Hallock 7 - 10 June 19, 2014 Project Number: 09-3006.2 SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader SR 516 to 231"Way Levee South Reach/Hallock 7 - 11 June 19, 2014 Project Number: 09-3006.2 after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING. 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.S IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for `Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference WSDOT Standard Plan B-55.20-00. The unit contract price per ton for "Foundation Material Class I and II" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. SR 516 to 231't Way Levee South ReachfHallock 7 - 12 June 19, 2014 Project Number: 09-3006.2 Ili The unit contract price per each for "Abandon Existing Storm Sewer Pipe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to abandon the existing pipe as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to concrete plugging the pipe at both ends, backfilling with gravel borrow, and compaction. The unit contract price per ton for "Gravel Borrow for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place j the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench Backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. 7-09 WATER MAINS SECTION 7-09.2 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-09.2 Materials All water main pipe shall be ductile iron and shall meet the requirements of the following sections of the Kent Special Provisions: Ductile Iron Water Pipe.............. 9-30.1(1) Fittings for Ductile Iron Pipe ....... 9-30.2(1) The following aggregates shall meet the requirements of the following sections of the Kent Special Provisions: Bedding Material ....................... 9-03.12(3) Foundation Material................... 9-03.17 7-09.3 Construction Requirements j SECTION 7-09.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(8) Removal and Replacement of Unsuitable Materials Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance to Section 7-09.3(8) of the WSDOT Standard Specifications except that the foundation material shall meet the requirements of Kent Special Provisions 9-03.17. I Excavation and disposal of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. SR 516 to 231"Way Levee South Reach/Hallock 7 - 13 June 19, 2014 i SECTION 7-09.3(9) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.3(9) Bedding the Pipe In most cases, imported bedding is not required for water main installations. The native material shall be worked to form a continuous and uniform trench bottom for all buried pipe. Bedding material shall be tamped in layers around the pipe and to a sufficient height above the pipe to adequately support and protect the pipe, compaction shall be 95 percent of Maximum dry density per ASTM D-1557. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material, so as to provide j firm and uniform support for the full length of the pipe, valves and fittings. Care shall be taken to prevent any damage to the pipe or its protective coatings. Material larger than 1 1/2 inch diameter found in the trench shall be removed for a depth of at least two inches around the pipe. When specified, imported bedding material shall be used. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor. NOTE: Pea gravel will not be allowed as a bedding material. Bedding shall be placed 6 inches under and 6 inches over the pipe where, in the opinion of the Engineer, existing material is found to be unsuitable. SECTION 7-09-3(13) IS REVISED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: 7-09.3(13) Handling of Pipe In addition, all installed lengths of pipe shall have a suitable swab or "pig" drawn continuously through them to remove all possible debris prior to flushing and disinfection. SECTION 7-09.3(19)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(19)A Connections to Existing Mains Also see Appendix 4 New Water Main Connection Procedures. Connections to existing mains which require turning off the water, shall not be made without at least five (5) working days notice to the Engineer, the City Water Department, and affected water customers. Prior to purchase of materials, the Contractor shall field inspect the connection points to verify the exact fittings, adaptors, etc. required to make an approved connection. The Contractor shall furnish and install SR 516 to 231"Way Levee South Reach/Hallock 7 - 14 June 19, 2014 � Project Number: 09-3006.2 materials approved by the City. The City shall not be responsible for incorrect or unapproved materials purchased by the Contractor. Where various methods are possible, or if doubt exists as to what is required, the Contractor shall coordinate with the City prior to construction. i The Contractor shall not make a connection to a live water main until after satisfactory pressure and purity tests. SECTION 7-09.3(19) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 7-09.3(19)C Connection to Existing Concrete Cylinder Mains The connections to an existing concrete cylinder water main shall be made in accordance with the Kent Standard Plans 3-5 and 3-6 and these Kent Special Provisions. The connection shall be made by the installation of a hat flange with tapping valve onto the existing main paying particular attention to the following: 1. All welding is to be done by a certified welder. 2. The hat flange shall have a special connection flange welded to the connection end (end connecting to existing main) as shown on the details. 3. The connection flange and end of the hat flange shall be checked for proper contour of its mating surface to the existing main. Any connections required shall be made before installations. 4. The outer concrete coating on the existing main shall be cleaned away to expose the steel portion of the pipe. The extent of concrete removal shall be no more than two inches from the outer weld of the hat flange ring in its installed position. Before cutting the concrete reinforcing wire mesh the mesh shall be secured by welding it to the pipe. 5. The weld to the existing main shall be made with the main shut down and pressure released. 6. After the weld has been accepted and the reinforcing wire mesh reconnected to the pipe and hat flange, the joint area and exposed portion of the existing pipe shall be recoated with cement concrete. SECTION 7-09.3(20) IS DELETED AND REPLACED WITH THE FOLLOWING; 7-09.3(20) Detectable Marking 'Tape Instead of tracer tape, 12 gage solid copper wire protected with plastic shall be installed over all non-metallic water lines including service lines. The tracing wire shall be placed as shown on Standard Plans and shall extend the full length of the line. I I SR 516 to 231s0 Way Levee South Reach/Hallock 7 - 1S June 19, 2014 SECTION 7-09.3(23) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-09.3(23) Hydrostatic Pressure Test Hydrostatic pressure tests shall be made at a minimum pressure of 250 psi. SECTION 7-09.3(24) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-09.3(24) Disinfection of Water Mains Following the pressure test, flushing procedure and disinfection of the pipe, the Contractor shall arrange with the Public Works Inspector for coliform (purity) tests to be taken by the Water Department. Two samples taken 24-hours apart, with no flushing between samples is required to be taken from each apparatus. The Contractor may elect to contract with a City-approved lab for the tests. Contractor shall pay for purity tests as required by the City. The Contractor shall install corporation stops at all locations required to take bacteriological test samples. If the original test sample proves unsatisfactory, an additional charge will be assessed to the Contractor for processing each additional sample. SECTION 7-09.3(24)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-09.3(24)A Flushing The Contractor shall be responsible for disposal of treated water flushed from mains. The sanitary sewer shall be the preferred option for disposal of all flushed water. The City shall approve disposal into available sanitary sewers, provided that the rate of disposal will not overload the sewer. All discharges to the storm system shall be tested for total residual chlorine using a portable "HACH" kit or equivalent, prior to discharge. NO DISCHARGE TO SURFACE WATERS OR THE STORM SYSTEM IS ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 UG/1 (.02 MG/1). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field testing may lack precision.) If no acceptable discharge for the treated water is identified, the Contractor shall be required to dechlorinate the water prior to discharge. Water for testing and flushing, when taken from the City water mains shall pass through an approved reduced pressure backflow valve assembly. This activity must be coordinated with and approved by the City. SR 516 to 2315'Way Levee South Reach/Hallock 7 - 16 June 19, 2014 Project Number: 09-3006.2 I, SECTION 7-09.3(24)B IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-09.3(24)0 Requirement of Chlorine I All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C651. This Specification includes detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. SECTION 7-09.3(24)M IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service Connections After the new piping has been flushed, pressure tested, disinfected, and all purity test sample results are satisfactory, connections to the existing main can be made. All closure pieces and fittings shall be swabbed with an appropriate chlorine solution (5-6 percent Cl), in accordance with AWWA Standard C651. Maximum length of swabbed section of water main pipe shall be less than 18 feet (1 section of pipe). SECTION 7-09.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-09.4 Measurement Measurement for payment of pipe for water mains will be by the linear foot of pipe laid, tested and approved and shall be along the pipe through fittings, valves, and couplings. SECTION 7-09.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "Pipe Zone Bedding for Water Main" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Foundation Material Class I and II for Water Main" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. SR 516 to 231"Way Levee South Reach/Hallock 7 - 17 June 19, 2014 i The unit contract price per ton for "Bank Run Gravel for Trench Backfill for Water Main" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected native materials will be used wherever possible. The City has entered a quantity in the proposal for j the purpose of providing a common proposal for all bidders. The unit contract price per lineal foot for "12 Inch Diameter Ductile Iron Cl 52 Water Main Pipe" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, cement concrete thrust blocking, risers, elbows, disinfecting, flushing, testing, temporary blowoffs, tapping and corporation stops required for testing, and additional costs for overtime work when working on weekends. The unit contract price per each for "2 Inch Blowoff Assembly" shall be full pay for all work to install the Blowoff assembly, including but not limited to excavating, backfilling, laying and jointing the pipe, tapping the main, corporation stop, pipe and fittings, gate valve, meter box, testing, and cover and cleanup. Reference Kent Standard Plan 3-2, Temporary Hydrant Connection. The unit contract price per lump sum for "Abandon Existing Water Main" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to abandon the existing water main as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, removal of pipes, concrete blocking, or fittings, plugging and capping the main, backfilling and compaction. The cost to.coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit bid price per each for "12 Inch Connection to Existing Water Main" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to wet tap the main or cut into the main and make the connection, complete in place as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, dewatering, all fittings, couplings, adapters, tapping valve with tapping sleeves, concrete blocking and disinfection. Costs for connection to the ends of existing pipes (water main extensions) including removal of existing SR 516 to 231" Way Levee South Reach/Hallock 7 - 18 June 19, 2014 Project Number: 09-3006.2 concrete blocking, and connections to existing valves, crosses, and tees and similar fittings shall be included in this bid item. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit contract price per each for "Combination Air/Vacuum Valve and Vault" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to supply and install the air release valve and vault including, but not limited to: excavating; backfilling, supplying, laying and joining the ductile iron Cl 52 pipe; pipe, fittings (i.e., bends, tees, reducers, adapters, flanges), restrained retainer glands, supplying and installing the gate valve, valve box and nut extender, discharge riser, stainless steel screen, Styrofoam insulation, thunderline link seal, pipe support, and concrete blocking; core drilling; testing; supplying and laying washed rock; providing hole in vault floor for drainage; cover and cleanup. The unit contract price per lineal foot for "Remove Water Main" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing water main as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves................................... 9-30.3(l) Valve Boxes .................................. 9-30.3(4) Valve Marker Posts......................... 9-30.3(5) Valve Stem Extensions ................... 9-30.3(6) SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.3 Construction Requirements All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. SR 516 to 23V'Way Levee South Reach/Hallock 7 - 19 June 19, 2014 SECTION 7 12.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.3(1) Installation of Valve Marker Posts Valve marker posts conforming to Kent Standard Plan 3-4 shall be located opposite each valve as directed by the Engineer. The 18 inches of exposed post shall be painted with two coats of approved white concrete paint, and then the size of the valve, the type of valve, and the distance in feet from the post to the valve shall be painted on the face of the post, using approved black paint and stencils which produce letters 2-inches high. SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid See Section 9-30.3(4) of the Kent Special Provisions for material. specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and. base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. SR 516 to 231'Way Levee South Reach/Hallock 7 - 20 June 19, 2014 Project Number: 09-3006.2 All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit bid price per each for "12 Inch Gate Valve MJ x FL or MJ x MJ or FL x FL" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to install the type and diameter of valve complete and in place, including but not limited to: verifying existing pipe type, location and fittings; furnishing and installing the gate valve and all necessary fitting and appurtenances; furnishing and installing the valve box top section, lid, and base section; tapping valve with tapping tee where shown on the plans; valve nut extenders where needed; trenching; dewatering; backfilling and compacting selected materials; jointing; painting; disinfecting; flushing; hydrostatic and purity testing; furnishing and installing valve box with cover and a valve marker post; running a pig through valve. Water disconnect may be required after hours or on a weekend. Additional costs for weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. DIVISION 7IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-14 HYDRANTS SECTION 7-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: I 7-14.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Fire Hydrants............................ 9-30.5 Hydrant Dimensions .................. 9-30.5(2) Fire Hydrant Guard Posts ........... 9-30.5(6) SR 516 to 231"Way Levee South Reach/Hallock 7 - 21 June 19, 2014 i 7-14.3 Construction Requirements SECTION 7-14.3(1) IS REVISED BY DELETING THE FOURTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 7-14.3(1) Setting Hydrants After all installation and testing is complete, the exposed portion of the fire hydrant shall be painted with one field coat of metal primer and two coats of oil based white colored paint. The white hydrant paint shall be Farwest Wonderglow Quickset 1100 white high gloss, oil base fast drying paint or equal approved by the Water Department. SECTION 7-14.3(2)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.3(2)C Hydrant Guard Posts Concrete fire hydrant guard posts shall be furnished and installed with fire hydrants as directed by the Engineer. Guard posts shall be buried to a minimum depth of three feet (3'). Guard posts shall not be set higher than the top of the fire hydrants, they shall be plumb, and where more than one post is used at a hydrant, they shall be set with their tops at the same elevation. Posts shall be located to leave a minimum 3-foot radius of unobstructed working area around the face of the fire hydrant. Final location of guard posts is subject to the approval of the Engineer. The exposed portion of the guard post shall be painted with two coats of approved white concrete paint. SECTION 7-14.3(3) IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 7-14.3(3) Resetting Existing Hydrants Where existing hydrants are shown on the plans for adjustments to conform to new street alignment or grade or installation of new utilities or all three, the hydrant shall be relocated without disturbing the location of the hydrant lateral tee at the main. SECTION 7-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit bid price per each for "Hydrant Assembly" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnishing and installing fire hydrant assemblies, including, but not limited to: the 6-inch fire hydrant, the 6-inch resilient wedge gate valve, the valve box, the 6-inch diameter ductile iron pipe joining the gate valve to the fire hydrant, furnishing and installing the main line tee, all costs for shackles, rods, concrete blocking, gravel backfill, SR 516 to 231't Way Levee South Reach/Hallock 7 - 22 June 19, 2014 Project Number: 09-3006.2 painting, guard posts and anything else required for the complete installation and testing of the hydrant assembly as specified. Reference Kent Standard Plan 3-1. Guard post installation for fire hydrants shall be considered incidental to fire hydrant work of all kinds, unless a specific bid item for guard posts is listed in the proposal. The unit bid price per each for "Remove Existing Fire N dy rant Assembly" shall constitute complete compensation for all labor, materials, tools, and equipment necessary to remove the existing fire hydrant and riser pipe, remove the existing gate valve near,,the main line, cap and plug the existing tee and plug the existing pipe with concrete at each end. This bid item includes trenching, backfill, compaction, shoring, dewatering and salvaging any items necessary to the City Water Department or disposing of these items as directed by the Engineer, and any overtime work required for the main shutdown including weekend work. SECTION 7-15 IS DELETED AND REPLACED WITH THE FOLLOWING. 7-15 SERVICE CONNECTIONS 7-15.1 Description This work consists of installing the service connections from the water main to the customer's service meter including meter setter; from the customer's service meter to the property or easement line; and where shown on the plans, from the service meter to the customer's service line. Service connections for commercial users as well as residential users are included. This work also includes replacing existing service lines including new service connections, new pipe, new meter boxes and setters as required and relocating meters or combinations thereof. Also included is abandonment and disconnection of service lines being replaced at the City main line. �I 7-15.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Saddles ................................. 9-30.6(1) Corporation Stops................... 9-30.6(2) Polyethylene Pipe.................... 9-30.6(3)B Service Fittings....................... 9-30.6(4) Meter Setters ......................... 9-30.6(5) Meter Boxes........................... 9-30.6(7) Water Meters ......................... 9-30.7(8) I SR 516 to 231"Way Levee South Reach/Hallock 7 - 23 June 19, 2014 7-15.3 Construction Details 7-15.3(i) General Service lines from the water main to the meter setter and from the meter setter to the property or easement line shall be one piece and at least 1 inch in diameter iron pipe size (IPS). Meter setters shall be of the appropriate size for the size of the meter to be installed and reducing bushings shall be installed when the existing meter size is less than 1 inch. Pipe materials used for service lines shall be either Type K copper tubing without sweat-joints, or ultra-high molecular weight, high density polyethylene (PE) plastic pipe, only. Pipe materials used for water service lines on private property, and installed by the customer shall conform to the Uniform Plumbing Code. It is the customer's responsibility to install and maintain the service line between the property or easement line and the facility being served. The Contractor shall notify all customers affected, the City Water Department, and the Engineer at least two working days prior to working on live services. The Contractor is responsible for planning and coordinating its work such that water service will be resumed with the least possible inconvenience to the water users. The location of existing water service laterals and service lines between the water main and the water meter shall be determined and marked in the field or otherwise located by the City Water Department. Unless otherwise approved by the City Water Department, new service lines from the water main to the meter shall be perpendicular to the water main, i.e. the meter shall be located directly opposite the corporation stop. 7-15.3(2) Flushing, Disinfection and Testing All service pipe and appurtenances shall be prechlorinated prior to installation. After installation, the service connection shall be flushed prior to connecting the meter and tested after connection to the meter. 7-15.3(3) Service Connections This work shall consist solely of connecting 1 inch or greater diameter service lines to the water main pipe by installing new corporation stops and service line adaptors at the water main pipe and shall include saddles. Corporation stops and saddles shall be of the size shown on the plans and shall be installed with a 22 degree vertical angle from the water main pipe centerline as shown in the Standard Plans. Direct taps shall not be allowed, a double strapped saddle must be used as shown in the Standard Plans. SR 516 to 231st Way Levee South Reach/Hallock 7 - 24 June 19, 2014 Project Number: 09-3006.2 i, Particular care shall be exercised to ensure that the main is not damaged by the installation of the service line. 7-15.3(4) Relocating Existing Water Meter Assembly This work shall consist solely of disconnecting and removing the existing meter, setter and meter box (the meter assembly) from their existing location, cleaning the meter assembly, relocating the meter assembly to the location shown on the plans, and reconnecting the used meter assembly to the service line pipe. 7-15.3(5) Water Service Lines This work shall consist of installing new water service line pipes from the corporation stop at the water main pipe to the water meter setter and from the water meter setter to the water service line. Water service lines shall be the size shown on the plans, but shall in all cases be at least 1 inch in diameter iron pipe size (IPS). Water service lines shall be either copper tubing type K or polyethylene plastic (PE) pipe and shall be installed with a minimum of 2 feet of cover over the top of the line. Whenever PE pipe is installed, 12 gage solid copper tracing wire with plastic coating shall be installed over the pipe for its entire length as shown in Kent Standard Plans 3-10 and 3-11. The wire shall be bared and connected between the corporation and the angle stop on the meter setter so as to maintain continuity. Water service line pipes shall not exceed 60 feet in length from the water main pipe to the meter setter. When water services lines are installed for future use, the work shall include a "tail run" section of service pipe two feet long from the water meter setter to the property or easement line. This "tail run" section shall have a union fitting on the end of the "tail run", shall be indicated with a 2 x 4 stake marked with the legend "WATER" and shall otherwise be marked in conformance with Section 7-18.3(5) of the WSDOT Standard Specifications. When new water service lines are to be connected to existing service lines smaller than 1 inch in diameter, the new water service lines behind the meter shall be the same diameter as the service line from the water main to the meter and shall be suitably reduced at the connection. 7-15.3(6) Water Meters Water meters S/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. All water meters larger than 2 inch shall be provided and installed by the Contractor. The Contractor shall reinstall existing water meters where shown on the plans regardless of meter size, unless otherwise stated in the Kent Special Provisions. SR 516 to 2315'Way Levee South Reach/Hallock 7 - 25 June 19, 2014 I I Water meters shall be located behind City sidewalks when sidewalks are present or scheduled for immediate construction. If in case the water meter must be located within the sidewalk, as determined by the Engineer, no portion of the water meter box shall be closer than 6 inches to any edge of the sidewalk. In the case when City sidewalks are not present or scheduled for immediate construction, new water meters shall be located 2 feet from the right-of-way or easement line and inside the right-of-way or easement. In all cases the angle stop shall be installed 9 inches below finished grade. 7-15.3(7) Compound Meter Assemblies Compound meter assemblies shall be installed where shown on the plans. Compound meter assemblies shall conform with Kent Standard Plan 3-12 in all respects and shall include a water meter of the specified size unless otherwise stated in the Kent Special Provisions. The utility vault for the compound meter and by-pass shall be sized to allow access to all gate valves when the cover is removed, shall be rated for H-20 traffic loading, and shall otherwise conform to Kent Standard Plan 3-12. This work includes connection to the customer's service lateral when they exist. 7-15.3(8) Excavation, Bedding and Backfilling Excavating, bedding and backfilling for service connections shall be as specified in Section 7-09-3(10). Bedding of water service lines is omitted and backfill material shall consist of selected materials, as outlined in Section 2-03.3(10), unless otherwise specified in the Kent Special Provisions or directed by the Engineer. 7-15.3(9) Meter Boxes and Vaults Water meter boxes shall be installed directly opposite the main line connection; shall be generally perpendicular to the street; and shall be within City sidewalks when they are present. Meter boxes. installed within City sidewalks shall be located so that no portion of the meter box is closer than 6 inches to any edge of the sidewalk. Water meter boxes installed outside of City sidewalks shall be located within the easement or right-of-way with the near edge of the box being 1 foot from the property or easement line and set to finished grade. Water meter boxes are specified for varying meter sizes and for varying j locations. Water meter boxes within driveways or other traffic areas shall meet the requirement for a H-20 traffic loading. Water meter boxes within sidewalks shall be concrete or cast iron. Water meter boxes within planting or similar nontraffic areas may be plastic. Water meter boxes shall be of sufficient size to contain the water meter. With the exception of plastic lids for plastic meter boxes, all lids and covers of meter boxes shall be steel. I SR 516 to 2315t Way Levee South Reach/Hallock 7 - 26 June 19, 2014 Project Number: 09-3006.2 i Water meter vaults shall be adequately sized to contain the meter assembly; shall be set flush to the finished grade; and shall be rated for a H-20 traffic loading unless otherwise shown on the plans. 7-15.3(10) Replace/Abandon Existing Water Service Where the plans call for an existing water service to be abandoned, the corporation stop at the water main line shall be exposed and shut off. The service pipe shall then be removed from the corporation stop and a plug installed on the corporation stop. For service being replaced, the procedure specified above shall be used except that the new service pipe shall be connected to the corporation stop and the stop turned on. Use appropriate adaptor, when necessary, for connecting new pipe to existing corporation stop. Should the existing corporation stop be of the improper size, it shall be abandoned as specified above and a new corporation stop shall be installed on the water main line. SECTION 7-15.4 IS DELETED AND REPLACED WITH THE FOLLOWING., 7-15.4 Measurement Measurement of service connections, relocating existing water meters, meter setters, compound meter assemblies, water meters, meter boxes and abandon water service will be made per each. Measurement of new water service line will be made per linear foot. SECTION 7-15.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: "Service Connection 314 Inch Diameter" "Service Connection 1 Inch Diameter" "Service Connection 2 Inch Diameter" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, tools, equipment, and materials necessary for installing the service connection to the water main pipe including, but not limited to, double strap saddle installation, installation of the corporation stop, connection to the water service line, gate valve with valve box, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection, and testing of the service connection. Reference Kent Standard Plans 3-10 and 3-11. SR 516 to 231"Way Levee South Reach/Hallock 7 - 27 June 19, 2014 Project Number: 09-3006.2 i The unit contract price per each for "Adjust Existing Meter Box to Finished Grade" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to adjust the meter box to final grade at the locations shown on the plans and described in the specifications. "Water Service Line 3/4 Inch Diameter" "Water Service Line 1 Inch Diameter" "Water Service Line 2 Inch Diameter" The unit contract price per linear foot for the above items constitutes complete compensation for the labor, materials, and equipment necessary or incidental to the installation of new water service lines including, but not limited to trench excavation, bedding, laying pipe, fittings and adaptors, connection to existing meters and corporation stops, backfilling, restoration, marking of"tail runs", testing, flushing, and disinfection. "314 Inch Water Meter" "2 Inch Water Meter" The unit contract price per each for the above items constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of new water meters including, but not limited to excavation, backfill, fittings and adaptors, testing, flushing and disinfection. "Meter Box for up to 1 Inch Diameter Service" "Meter Box for 1-112 Inch to 2 Inch Diameter Service" The unit contract price per each for the above items constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install new meter box and cover including, but not limited to excavation, backfill, and setting to grade at the location shown on the plans or as directed by the Engineer. The unit contract price per each for "Abandon Existing Water Service" shall be full pay for performing the work as specified including excavation, backfill and compaction. The Contractor shall expose, shut off, and plug the corporation stop at the main, and remove the service line. Bank run gravel, crushed surfacing and asphalt shall be paid under their appropriate contract items. "3t4 Inch Meter Setter" "1 Inch Meter Setter" "2 Inch Meter Setter" The unit contract price per each for the above items constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of new meter setters including, but not limited to connecting the new service lines, connecting to "tail runs," excavation, backfill, fittings and adaptors, testing, flushing and disinfection. SR 516 to 2315'Way Levee South Reach/Hallock 7 - 28 June 19, 2014 Project Number: 09-3006.2 The unit contract price per each for "Meter Box for Up to 1 Inch Diameter Service" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install new meter box and cover including, but not limited to excavation, backfill, and setting to grade at the location shown on the plans or as directed by the Engineer. The unit contract price per each for "Remove Existing Air Vac/Blowoff Assembly and Vault, Complete" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing air vac/blowoff and vault from the water main as shown on the plans. The unit contract price shall include but not be limited to excavation, removal, installation, shutting off and plugging corporation stop, backfilling, compacting, disposal and cleanup. 7-17 SANITARY SEWERS SECTION 7-17.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.2 Materials All sewer pipe for this project shall be solid wall PVC (Polyvinyl Chloride), SDR 35, conforming to Section 9-05.12(1) of the WSDOT Standard Specifications or ductile iron pipe, Class 50 conforming to Section 9-05.13 of the WSDOT Standard Specifications, All sewer pipe fittings shall be of the same materials as the pipe. 7-17.3 Construction Requirements SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(1) Protection of Existing Sewerage Facilities The Contractor shall have the sole responsibility for providing and maintaining an adequate sewage bypass system through the project for the duration of the sanitary sewer construction. The adequacy of the bypass system shall be determined by the Engineer and corrected by the Contractor as directed by the Engineer. The connection between the new sewers and the existing sewer mains shall be plugged and tied off to the top manhole step and left in place until the new piping and the plugged manhole have been cleaned, pressure tested, TV camera inspected, and ready for City Council acceptance. 7-17.3(2) Cleaning and Testing SR 516 to 231't Way Levee South Reach/Hallock 7 - 29 June 19, 2014 Project Number: 09-3006.2 i SECTION 7-17.3(2)A IS SUPPLEMENTED BY ADDING THE FOLLOWING. j I 7-17.3(2)A General All sewer pipe shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe during construction b et cleaning or flush and pigging as approved by the City. Y j 9 p�99� 9 Pp Y. The Contractor shall be responsible to insure that material flushed from sewers are trapped, and do not enter the downstream system. The City shall approve the Contractors method prior to cleaning sanitary sewer mains. The rate of flushing shall be such that the flow will not overload the downstream sewers. The flushing of a sewer main tributary to a lift station shall be coordinated with the Operations Division to insure that the lift station is not overloaded. City water used for cleaning sewer lines is not metered, but shall pass through an approved double check valve assembly. SECTION 7-17.3(2)F IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air Permeable Materials All testing shall be verified by the City Inspector. All sewer mains and appurtenances shall be air pressure tested for leakage in accordance with Section 7-17 of the WSDOT Standard Specifications as modified by the following: Procedure for Air Testing Sanitary Sewer Lines For PVC and Ductile Iron Pipe - The Contractor shall furnish all facilities and personnel for conducting the test under the observation of the Engineer. The equipment and personnel shall be subject to the approval of the Engineer. The Contractor may desire to make an air test prior to backfilling for its own purposes. However, the acceptance air test shall be made after backfilling has been completed and compacted. All wyes, tees, or ends of side sewer stubs shall be plugged with flexible-joint caps, or acceptable alternates, securely fastened to withstand the internal test pressures. Such plugs or caps shall be readily removable, and their removal shall provide a socket suitable for making a flexible-jointed lateral connection or extension. Immediately following pipe cleaning, the pipe installation shall be tested with low-pressure air. Air shall be slowly supplied to the plugged pipe installation until the internal air pressure reaches 4.0 pounds per square inch greater than the average back pressure of any ground water that may submerge the pipe. At least two minutes shall be allowed for temperature stabilization before proceeding further. Then, SR 516 to 231"Way Levee South Reach/Hallock 7 - 30 June 19, 2014 Project Number: 09-3006.2 disconnect the air supply and wait until the pressure drops to 3.5 psig greater than the average back pressure of groundwater. The pressure shall be held to the time indicated on the attached tables. Groundwater Pressure p = 0.4332 (z) z = Distance between groundwater surface and centerline of pipe in feet. p = Average back pressure of groundwater above the centerline of the pipe in psi. If the pipe installation fails to meet these requirements, the Contractor shall determine at its own expense the source or sources of leakage, and he shall repair (if the extent and type of repairs proposed by the Contractor appear reasonable to the Engineer) or replace all defective materials or workmanship. The completed pipe installation shall meet the requirements of this test before being considered acceptable. Caution - When air testing adequate bracing is required to hold plugs in place to prevent the sudden release of compressed air. A pressure of 4 psig against an 8-inch plug will cause a force of approximately 200 lbs.; against a 12-inch plug, 450 lbs, The compressed air acts as a spring. Proper precaution must be taken to prevent this force from propelling the plug from the pipe like a bullet. For systems where groundwater is negligible, at the inspector's discretion, pressure shall be maintained at 4.0 psig with no drop at the time indicated on the attached graphs. LENGTH OF 6 INCH PIPE (FEET) -----T---o—T- 0 so I ioo iso 20 250 300 350 400 0 0 40 so 118 158 1 198 238 278 316 z r so 70 110 150 190 228 268 308 348 356 oo LU 100 140 180 220 260 300 338 374 372 368 LL U3 LL 150 212 250 290 330 370 390 386 382 378 0 v Uj 200 282 322 360 400 404 398 394 390 386 0. 250 352 392 428 418 410 404 400 396 392 z 300 422 440 430 422 416 410 404 400 396 Uj 350 454 442 434 426 420 414 410 404 40 .j 00 436 428 422 —418 1-412 408 404 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SR 516 to 2315t Way Levee South Reach/Hallock 7 - 31 June 19, 2014 LENGTH OF 6 INCH PIPE (FEET) 0 50 100 1 150 200 1 250 1 300 350 400 Z0 0 40 80 118 158 198 238 278 316 50 110 150 190 228 268 308 348 384 380 w 100 220 260 300 338 378 418 420 414 406 It U. U. 150 330 370 410 448 466 454 444 434 428 O W 200 440 480 514 496 482 470 460 450 444 j N 250 550 542 522 506 494 482 472 464 456 (DCL 300 566 544 528 514 502 492 482 474 466 J350 566 548 534 520 508 494 490 482 474 400 566 550 538 526 514 504 496 488 482 I Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) = 0 50 100 150 200 250 300 350 400 Z 0 0 40 80 118 158 198 238 278 316 H h 50 158 198 238 278 316 356 396 416 408 W 100 316 356 396 436 476 492 476 464 454 14 G .UW.. 150 476 514 554 566 544 526 510 496 486 W 200 634 642 612 584 566 550 534 522 510 250 680 650 624 602 582 566 552 540 528 Lo a. 300 680 654 632 612 596 580 566 554 544 J350 680 658 638 620 604 590 578 566 556 400 1 680 660 642 626 612 600 588 576 566 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) y 0 50 100 150 200 250 300 350 400 Z 0 0 40 80 118 158 198 238 278 316 NF 50 248 288 326 376 406 446 486 476 462 Ln W 100 496 534 574 614 624 596 572 552 530 O u 150 742 782 742 704 672 646 624 604 586 UJ 200 850 804 766 732 704 680 658 640 624 250 850 812 780 752 726 704 684 666 652 300 850 818 1 790 766 742 722 704 688 672 J350 850 822 798 776 756 736 720 704 690 400 850 1 826 804 784 1 766 1 748 732 1 718 704 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SR 516 to 231s`Way Levee South Reach/Hallock 7 - 32 June 19, 2014 Project Number: 09-3006.2 LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 M 0 0 40 80 118 158 198 238 278 316 w 50 356 396 436 476 314 554 566 544 526 j U. U. 100 712 752 792 794 748 710 680 654 632 a 150 1020 952 896 850 810 778 748 722 700 a 200 1020 968 922 884 850 820 794 770 748 Z 250 1020 978 940 906 876 850 826 804 784 Lu U 300 1020 984 952 922 896 872 850 830 810 Z 350 1 1020 990 960 916 912 890 1 868 1 850 832 b 400 1020 992 1 968 1 944 1 --4-221 902 1 884 866 850 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 d W 0 0 40 80 118 158 198 238 278 316 N W 50 634 674 712 752 792 794 748 710 680 U. L 100 1268 1246 1156 1082 1020 968 922 884 850 = a 150 1360 1282 1214 1156 1106 1060 1020 984 952 - H 200 1360 1300 1246 1200 1156 1118 1082 1050 1020 C Z 250 1360 1312 1268 1228 1190 1156 1124 1096 106$ J U 300 1360 1320 1282 1246 1214 1184 1156 1130 1106 Z 350 1360 1324 1292 1262 1232 1206 1180 1156 1134 N 400 1360 1330 1300 1272 1246 1222 1200 1178 1156 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)H Television Inspection All new sanitary sewer extensions shall be TV camera inspected by the City Operations Division prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection. All manholes shall be channeled, and grade rings set in place prior to TV inspection by the City. The casting and top grade ring, do not have to be mudded in until after the final grade is established. SECTION 7-17.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: I 7-17.3(2)I Vacuum Testing of Sanitary Manholes All new sanitary sewer manholes shall be vacuum tested by the City Operations Division prior to acceptance to ensure it is air-tight and not susceptible to infiltration. On projects with more than one manhole, the Contractor shall have all of the manholes ready for testing prior to scheduling the air-testing with the project inspector. Manholes will not be considered ready for testing until all grouting has been performed and the frame and cover have been grouted in place. It is the responsibility of the Contractor to ensure all manholes are ready for,, SR S16 to 23111 Way Levee South Reach/Hallock 7 - 33 June 19, 2014 Project Number: 09-3006.2 i testing prior to scheduling the testing through the inspector. Manholes not ready for testing shall receive a failing mark and a re-test shall be scheduled through the inspector once the manhole is ready. .All retests after failure shall be at the Contractor's expense. The Contractor shall bear all costs for correction of deficiencies found during the vacuum testing, including the actual or overtime costs of city crew for additional vacuum testing to verify the correction of deficiencies. SECTION 7-17.5IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.5 Payment "PVC Sewer Pipe, 2 Inch Diameter" The unit contract price per lineal foot for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications, The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; coordination for TV inspection, additional costs for overtime work when working on other than normal working hours, and any sewage bypass systems used. 7-18 SIDE SEWERS 7-18.3 Construction Requirements SECTION 7-18.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.3(1) General For new construction the Engineer will contact all property owners in advance of any construction of either lateral or side sewers, and shall, for the convenience of the Contractor, locate them in the field. Such locations shall be marked by a stake or other suitable marker. The Contractor shall be responsible for locating a "tee" in the main line opposite each marker and shall construct a side sewer to terminate, as nearly as practical at the property line or permanent easement line as shown on the plans. All side sewers shall terminate as specified above and shall be capped and blocked to the satisfaction of the Engineer. In the event the side sewer is a common side sewer, each branch shall be made and capped as described above. SR 516 to 231�'Way Levee South Reach/Hallock 7 - 34 ]one 19, 2014 Project Number: 09-3006.2 l i SECTION 7-18.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. T-18.3(6) Existing Side Sewers For sewer replacement projects where side sewer locations have not been indicated on the plans, it shall be the Contractor's responsibility to field verify the location of existing side sewers. Also, the Contractor shall verify the actual location of existing side sewers that are indicated on the plans. Once the existing side sewer is exposed, the Contractor shall field inspect the side sewers to determine the size and type of pipe and then furnish the required pipe, adaptors, couplings and fittings that are necessary to make the reconnections. All openings to any abandoned side sewer that is exposed during construction, shall be plugged by the Contractor. The plug shall be watertight and shall meet with the approval of the Engineer. SECTION 7-18.5IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.5 Payment The unit contract price per lineal foot for the side sewer pipe of the various kind and size specified shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also includ fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; vacuum testing coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used. I I SR 516 to 231't Way Levee South Reach/Hallock 7 - 35 June 19, 2014 I i DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city`s municipal separate storm sewer system (MS4) as required by law. I SECTION 8-01.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed.....................................8-01.3(2)B and 9-14.2 Fertilizer ...............................8-01.3(2)B and 9-14.3 Mulch and Amendments..........8-01.3(2)D and 9-14.4 Tackifier................................8-01.3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. SR 516 to 23V'Way Levee South Reach/Hallock 8 - 1 June 19, 2014 Project Number: 09-3006.2 i The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited SR 516 to 231'`Way Levee South Reach/Hallock 8 - 2 June 19, 2014 i 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. i If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. SR 516 to 23111 Way levee South Reach/Hallock 8 - 3 June 19, 2014 Project Number: 09-3006.2 i Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. SR 516 to 2315`Way Levee South Reach/Hallock 8 - 4 June 19, 2014 Proiect Number: 09-3006.2 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of"Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching i Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section SR 516 to 2315'Way Levee South Reach/Hallock 8 - 5 June 19, 2014 Project Number: 09-3006.2 i 8-01.3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on i seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REMISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING. 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets SR 516 to 231"Way Levee South Reach/Hallock 8 - 6 June 19, 2014 Project Number: 09-3006.2 i and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become j damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection i Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. i Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) j of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. I SR 516 to 231s'Way Levee South Reach/Hallock 8 - 7 June 19, 2014 Project Number: 09-3006.2 SECTION 8-01.5 IS SUPPLEMENTED BYADDBNG THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and - equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This,.en, item also includes: maintenance throughout the project; and rem q ,al and ,•t disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT. Standard Specification and as directed by the Engineer. The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control. (ESC) Lead) in per hour increments. SR 516 to 231"Way Levee South ReachJNallock 8 - 8 June 19, 2014 Project Number: 09-3006.2 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING; it 8-02.1 Description Drawings and Specifications: i Definitions: The word 'provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C .............9-14.1(1), (2), (3) Seed ........................................................9-14.2 Fertilizer...................................................9-14.3 Mulch and Amendments .............................9-14.4 Wood Cellulose Fiber..................................9-14.4(2) Special Planting Mixture..............................9-14.4(9) Erosion Control Devices..............................9-14.5 Plant Materials...........................................9-14.6 Street Trees..............................................9-14.6(1)A Stakes, Guys and Wrapping ........................9-14.7 SR 516 to 23V Way Levee South Reach/Hallock 8 - 9 June 19, 2014 Project Number: 09-3006.2 i i Tree Ties ..................................................9-14.7(1) Water for Plants.........................................9 25.2 i Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. i 8-02.3 Construction Requirements SECTION 8-02.3(i) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work; the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(5) Planting Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Refer to Section 8-02.3(4) of the WSDOT Standard Specifications, SECTION 8-02.3(7) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(7) Layout of Planting The location of plantings shall be according to the landscaping details, unless otherwise directed by the Engineer. The Contractor shall layout tree, shrub and herbaceous plant locations and receive the approval of the Engineer before planting begins. SR 516 to 231s'Way Levee South ReachjHallock 8 - 10 June 19, 2014 Project Number: 09-3006.2 i I SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-02.3(8) Planting i All plants shall be carefully placed in excavated holes to prevent damage to fibrous root systems during placement and backfilling operations, with burlap or container removed. Plants shall be set vertically in the center of the pits, backfilled with native soil, watered and settled so that the crown of the root ball will have the same relation to finished grade as it bore to the grade of the ground from which it was dug. All street trees shall be planted in general conformance to Kent Standard Plan 6-55. SECTION 8-02.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9) Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. SECTION 8-02.3(11) IS REVISED AS FOLLOWS. 8-02.3(11) Bark or Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "compost or xylem wood chips". SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves SR 516 to 231"Way Levee South Reach/Hallock 8 - 11 June 19, 2014 Project Number: 09-3006.2 during the maintenance period at its sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period I� The Contractor shall: I 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment "Douglas Fir (Pseudotsuga menziesii) 5 gal" "Red Alder (Alnus rubra) 5 gal" "Black Cottonwood (Populus trichocarpa SSP Trichocarpa) 6` live cutting, 6" diameter maximum" "Western Red Cedar (Thuja plicata) 5 gal" "Bitter Cherry (Prunus emarginata) 2 gal" "Paper Birch (Betula paapvrifera) 2 gal" "Big Leaf Maple (Acer macrophyllum) 5 gal" "Cascara (Rhamnus purshiana) 2 gal" "Vine Maple (Acer circinatum) 1 gal" "Serviceberry (Amelanchier alnifolia) 1 gal" "Red Osier Dogwood (Corpus sericea) 1 gal" "Red Flowering Currant (Ribes sanquineum) 1 gal" "Nootka Rose (Rosa nutkana) 1 gal" "Salmonberry (Rubes spectabilis) 1 gal" "Snowberry (Svmphoricarpos albus) 1 gal" "Low Oregon Grape (Mahonia nervosa) 1 gal" "Subalpine Spirea (Spirea densiflora) 1 gal" "Baldhip Rose (Rosa gymnocarpa) 1 gal" "White Spirea (Spirea betulifolia var. lucida) 1 gal" The unit contract bid price per each for the above items shall be complete compensation for all materials, labor, tools and equipment necessary to furnish and install the plants. This item includes but is not limited to mulch, fertilizer, watering, planting mixture, tree ties and stakes, and for watering and maintaining for a period of not less than two calendar years. SR 516 to 231"Way Levee South Reach/Hallock 8 - 12 .June 19, 2014 Proiert Number: 09-3006.2 i The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-04 CURBS GUTTERS AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways i The City will provide control staking in accordance with Section 1- 05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the WSDOT Standard Specifications: "Cement Concrete Curb and Gutter" "Cement Concrete Extruded Curb" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. The unit contract price per each for "Wheel Stops for Parking Stalls" constitutes complete compensation for all materials, labor and equipment required to install the wheel stop in accordance with the plans and specifications. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-43. SR 516 to 231"Way Levee South Reach/Hallock 8 - 13 June 19, 2014 Project Number: 09-3006.2 Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. SECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.5 Payment The unit contract price per square yard for "Cement Concrete Driveway, 6 Inch Depth" constitutes complete compensation for all materials, labor and equipment required to install 6" thick cement concrete driveway in accordance with the plans and specifications. Reference Kent Standard Plan 6-42. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73 and/or 6-74. SECTION 8-09.3(Y) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73, RPM Substitution Patterns. SECTION 8-09.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: SR 516 to 231� Way Levee South Reach/Hallocl< 8 - 14 June 19, 2014 Proiect Number: 09-3006.2 i 1. Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-09.5 Payment The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 8-12 CHAIN LINK FENCE AND WIRE FENCE I SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. Temporary Secure Fencing shall consist of installing a temporary 8-foot high fence adjacent to private property to meet security needs as determined by the Engineer. i SR 516 to 231"Way Levee South Reach/Hallock 8 - 15 June 19, 2014 Project Number: 09-3006.2 SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING. I 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. Security fence shall meet WSDOT Standard Plan L-40.20-01; Glare Screen Type 2 (black, vinyl coated chain link with slats) with 3 strands of black vinyl coated wire with galvanized barbs. Includes 18" wide, 6" thick, concrete mow strip with medium j brush finish. SECTION 8-12.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the WSDOT Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.4 Measurement Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall be included in the fence measurement. Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.5 Payment I "Remove Fence," per linear foot. "Remove and Relocate Fence," per linear foot. "Temporary Secure Fencing," per linear foot. "Install New Fence," per linear foot. "Install New Chain Link Fence," per linear foot. SR 516 to 231"Way Levee South Reach/Hallock 8 - 16 June 19, 2014 Project Number: 09-3006.2 i 8-13 MONUMENT CASES SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING; 8-13.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Install New Monument Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the new monument, case, and cover to finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, backfilling, compacting, surfacing and restoration. Reference Kent Standard Plan 6-72. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. This work shall also consist of construction of cement concrete mow strip with medium broom finish and scour protection slab of the kind and design specified, at the locations shown on the plans and where designated by the Engineer in accordance with these Specifications and in conformity to the lines and grades as staked. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After trawling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the SR 516 to 231"Way Levee South Reach/Hallock 8 - 17 June 19, 2014 Project Number: 09-3006.2 i same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. SECTION B-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.4 Measurement Cement concrete mow strip will be measured by the linear foot of finished surface. SECTION B-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: x "Cement Concrete Sidewalk," per square yard "Cement Concrete Sidewalk RamiType Perpendicular A," per each "Cement Concrete Sidewalk Ramp Type Single Direction A." per each The unit bid per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and= equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power pales. Contractor shall note that some power poles will need to remain in- place until completion of the electrical conversion. This bid item shall include all costs associated with discontinuing sidewalk at pole locations, remobilization after pole removal, and completion of sidewalk system. SR 516 to 231"Way Levee South Reach/Hallock 8 - 18 June 19, 2014 Prmect Number: 09-3006.2 I The unit bid per linear foot for "Concrete Mow Strip" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete mow strip as shown on the drawings and in accordance with the Kent Special Provisions or as directed by the Engineer. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements i THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING. I The existing mailboxes are to be relocated to accommodate the new construction. Within 24 hours of being removed, existing mailboxes shall be reset at a temporary or permanent location. See Kent Standard Plan 6-70. THE THIRD PARAGRAPH IS REPLACED WITH THE FOLLOWING: New mailbox supports which are not to be installed within sidewalks or walkways, shall be backfilled with adjacent native material and compacted to the satisfaction of the Engineer. Mailbox supports which are to be installed within sidewalks or walkways shall be enclosed within 8 inch diameter PVC sleeves and then backfilled with adjacent native material and compacted to the satisfaction of the engineer. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL SECTION 3-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: i 8-20.2(1) Equipment List and Drawings 3. Photometric curve data provided in electronic format IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. S. Catalog Cuts and/or ordering information clearly showing selected luminaire options. SR 516 to 231"Way Levee South Reach/Hallock 8 - 19 June 19, 2014 Project Number: 09-3006.2 8-20.3 Construction Requirements SECTION 8-20.3(5) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: j The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS "Galvanized steel conduit shall be installed at the following locations:" Item 1. Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets SR 516 to 231st Way Levee South Reach/Nallock 8 - 20 June 19, 2014 Project Number: 09-3006.2 THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. SECTION 8-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 12 foot centers. i ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION. Loop sealant shall be CrafcoTm Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer's recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B - A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C - A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS: 8-20.3(14)E Signal Standards ITEM 8 IS REVISED AS FOLLOWS. 8. All tenons shall be field installed using Astro-BracTM AB-3008 Clamp Kits, or pre-approved equal. SECTION 8-20.5IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment i The lump sum contract price for "Illumination System" constitutes complete compensation for all materials, labor and equipment required to install the illumination system as shown on the plans including but not limited to: aluminum lighting standard, luminaire including SR 516 to 23V'Way Levee South Reach/Hallock 8 - 21 June 19, 2014 Project Number: 09-3006.2 hardware, photoelectric control, conduit, wiring to the fuse holder, fuse kits, breakaway coupling, concrete foundation, excavation, backfilling compacting and other items as specified. Also included in this bid item is the trenching, conduit, wiring, trench backfill, connection to the service cabinet, modifying and removal of existing systems. Labor and Industries electrical, and any other items required for the fully functional Illumination System. Payment under this item shall include compensation for testing and miscellaneous items necessary to provide a complete and fully operational lighting system. The lump sum contract price for "Underground Power Connection" constitutes complete compensation for all materials, labor and equipment required to underground the power service to the City owned facility as shown on the plans and described in the specifications. Payment under this item shall include compensation for testing miscellaneous items necessary to provide a complete and fully operational power service. The lump sum contract price for "Securing Lighting" constitutes complete compensation for all materials, labor and equipment required to install and connect the security lighting system as shown on the plans and described in the specifications. Payment under this item shall include compensation for testing miscellaneous items necessary to provide a complete and fully operational security lighting system. 8-21 PERMANENT SIGNING SECTION 8-22.3(4) IS REVISED 6Y DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 240th Street (a.k.a. West .lames Street.) All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. SR 516 to 231"Way Levee South Reach/Hallock 8 - 22 June 19, 2014 Project Number: 09-3006.2 i i SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new wood posts unless otherwise specified on the plans, or by the Engineer. I SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: I 8-21.5 Payment The unit contract price per lump sum for "Remove and Replace Traffic Signs" constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove and install new traffic signs as shown on the plans and described in the specifications. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches wide, aligned parallel with the direction of traffic, with an 8 inch space between the lines. Pairs are located as shown in Kent Standard Plan 6-75. THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. SECTION 3.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white or yellow paint j as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint - Low VOC SR 516 to 231s'Way Levee South Reach(Hallock 8 - 23 June 19, 2014 Project Number: 09-3006.2 Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8- 09.2. SECTION B-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION. 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION B-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION B-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SR 516 to 2315'Way Levee South Reach/Hallock 8 - 24 June 19, 2014 Project Number: 09-3006.2 SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow curb, white edge line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING. 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: "White Edge Line Paint Stripe," per linear foot. "Double Yellow Center Paint Stripe," per linear foot. SR 516 to 23V Way Levee South Reach/Hallock 8 - 2S June 19, 2014 Project Number: 09-3006.2 The unit contract price per lump sum for "Permanent Parking Lot Channel ization" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install permanent channelization at the locations shown on the plans and described in the specifications. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING. 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. SECTION 8-24 IS DELETED AND REPLACED WITH THE FOLLOWING. 8-24 ROCK WALL 8-24.1 Description Where shown on the plans or where directed by the Engineer, the Contractor shall construct the rock wall, gravity block wall or gabion cribbing in accordance with the details shown on the plans and as specified herein. Exact limits shall be determined in the field during construction. i SECTION 8-24.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-24.3 Construction Requirements Rock walls shall be started by excavating the existing ground as staked by the Engineer and digging a trench for the bottom rocks not less than 1.5-feet below the subgrade. Gravity block walls or gabion cribbing shall be started in accordance with the approved plans. I All excavation for the rock wall shall be completed before beginning placement of rock. Rock selection and placement shall be such that at least 80 percent of the exposed face of the wall is rock. A six-inch tolerance will be permitted for the exterior slope plane and grade in the finished surface of the structure. The overall slope of the face of the wall shall be 6V:1H. SR 516 to 231"Way Levee South ReachJHallock 8 - 26 June 19, 2014 Project Number: 09-3006.2 The wall shall be constructed of rock ranging in size from 300 pounds to 900 pounds and shall have a uniform range of size in between. The minimum rock weight shall increase from top to bottom with the top three (3) feet consisting of rock having a minimum weight of 300 pounds and with a minimum rock weight for each succeeding three (3) foot zone increasing by an additional 300 pounds over the zone above. The stones shall be selected rocks approximately rectangular in shape. Before placing the rock wall, the slopes of the embankments shall be dressed true to the lines and grades required by the plans. I Each horizontal row of rocks shall be seated and bedded by tamping and compacting the backfill material behind the rock to provide a stable condition for the entire wall. Each rock shall rest firmly on previously placed courses and shall be keyed into adjacent rocks by utilizing the natural irregular shape of the rocks. Rocks shall be individually placed. Placement by dumping will not be permitted. No payment shall be made for improperly placed rock. Shoulder ballast shall be used for backfill directly behind the rock wall. Underdrain pipe and gravel backfill for drains shall be placed in accordance with the plans. The Contractor shall follow the construction requirements as stated in this section and in the Construction Guide notes on construction plans. SECTION 8-24.5I5 SUPPLEMENTED BY ADDING THE FOLLOWING. 8-24.5 Payment The contract price per square foot for "Gravity Block Retaining Wall 4 Foot and Less in Height' constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to install the'rock wall in accordance to the plans and specifications. The cost for excavation, backfill with quarry spalls, fabric, and under drain pipes, shall be included in this bid item. i DIVISION 8 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-26 BOLLARDS 8-26.1 Description This work shall consist of pick-up and transport of the City supplied fixed or removable bollards from the City Parks Maintenance Office at 5821 South 240th Street (253) 856-5120, then installing them at the locations shown on the plans and described by the specifications and details. The Contractor shall notify and make arrangements for pickup with the Parks Department a minimum of 2 weeks prior to installing the bollards. SR 516 to 23V'Way Levee South Reach/Hallock 8 - 27 June 19, 2014 Project Number: 09-3006.2 i 8-26.2 Materials I Foundation shall be cement concrete class 3000 and repar shall be A60 steel. Bedding shall by 5/8 inch crushed gravel. If the Contractor damages the painted finish of the bollards, the Contractor shall retouch the bollards with a paint type specified by the design detail. 8-26.3 Construction Requirements i The bollard shall be installed plumb, plus or minus 1 1/2 degrees, and spaced a minimum of 3 feet or a maximum of 5 feet apart. The foundation shall not be less than 12 inches in diameter and 24 inches deep. If the Contractor damages the bollards during pickup, transport, or installation, the Contractor shall repair or replace the,bollards to a condition satisfactory to the Engineer. 8-26.4 Measurement Fixed or removable bollards shall be measured per each bollard furnished and installed. 8-26.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Install City Supplied Fixed or Removable Bollard" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the fixed or removable bollards as shown on the plans and described in the specifications and details. The unit contract price per each for "Remove Existing Bollard" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to remove and dispose of the existing bollards as shown on the plans and described in the specifications. 8-27 HANDRAILS 8-27.1 Description Black powder coated steel handrails shall be installed at locations as shown on the plans or as directed by the Engineer. 8-27.2 Materials The handrail shall be constructed of 1-1/2 inch I.D. Schedule 40 #6063-T6 Aluminum structural pipe. All connections shall be joined together by using Nu-rail or equivalent fittings with cadmium-plated steel alloy screws. SR 516 to 2315t Way Levee South Reach/Hallock 8 - 28 June 19, 2014 Project Number: 09-3006.2 8-27.3 Construction Requirements The handrail posts shall be placed in a vertical position and shall be spaced 8 feet (center-to-center) apart. Spacing shall be measured parallel to the slope of the sidewalk. Post shall be slipped into the 2 inch barrel in the foundation and held secured with 1/4 inch galvanized bolt and nut. See Kent Standard Plan 6-41. The foundation shall be of 5 sack Cement Concrete mix (Class 3000) and the diameter shall not be smaller than a post-hole digger and at least two feet deep. The 2 inch I.D. barrel shall be cast at the center of the foundation. 8-27.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per lineal foot for'Handrail" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the handrail as shown on the plans and described in the specifications. Reference Kent Standard Plans 6-4. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. SR 516 to 231"Way Levee South Reach/Hallock 8 - 29 June 19, 2014 Project Number: 09-3006.2 i 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. I 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: .The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, and hardware and installation and maintenance of City-furnished project signs where shown in the plans or where directed by the Engineer. Contractor shall pick up signs at the City Maintenance Shop on West James Street, telephone (253) 856-5600. Contractor shall provide two weeks notice to the Shops prior to installation to schedule pickup. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials Sign posts shall be 4 inch x 6 inch Fir. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts I All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. SR 516 to 231"Way Levee South ReachJHallock 8 - 30 June 19, 2014 Project Number: 09-3006.2 i 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Project Sign Installation" constitutes complete compensation for furnishing all labor and materials, to pick up sign(s) from the City Shops, installation and j maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. 8-32 UNDERGROUNDING OF ELECTRICAL FACILITIES 8-32.1 Description The work to be performed shall consist of excavating the joint trench for installation of conduits, and vaults as required for the installation of PSE, CenturyLink and Comcast facilities, removal of obstructions, bedding the conduit and vaults, installation of PSE, CenturyLink and Comcast furnished conduit, installation of PSE, CenturyLink and Comcast furnished vaults and pedestals as shown on the City's, PSE, CenturyLink and Comcast plans. Work shall include, but not be limited to: 1. Pothole locations prior to excavation of trench and vaults to verify the adequacy of the selected location. 2. Saw cut concrete pavement as required by the plans and excavate for conduit and vault installation. 3. Excavate the trench and vault locations. 4. Protect and support all exposed utilities. S. Coordinate with PSE to support poles during excavation. 6. Coordinate with PSE, CenturyLink and Comcast for the delivery of conduit and vaults. Contractor shall provide secure area to store materials provided to the utility companies. 7. Install PSE, Comcast and CenturyLink furnished conduit, bends, connections, pole risers, handholes and vaults as shown on the plans. 8. Furnish, place and compact conduit and vault bedding. 9. Furnish and install identification tape. SR 516 to 231"Way Levee South Reach/Hallock 8 - 31 June 19, 2014 Project Number: 09-3006.2 10. Connect conduits to new and existing vaults, including all bends and fittings required. 11. Installing PSE ground rods, ground plates, conduit risers and other electrical hardware as required by the plans and specifications, 12. Cutting and capping of conduit as required to provide temporary and permanent terminations. 13. Proofing of conduit by blowing clean with compressed air and pulling a cleaning mandrel correctly sized for each conduit to ensure that no deformities are present in the conduit. 14. Furnish, place and compact backfill, surface restoration for trenches. 15. All other work as required to provide a complete system as shown on the Plans and Specifications. PSE, CenturyLink and Comcast will be furnishing and installing cable, conductors and other electrical and cable equipment. Contractor is responsible for coordinating with PSE, CenturyLink and Comcast for their installation of cables. Contractor is responsible for reviewing PSE, CenturyLink and Comcast drawings and determining the quantity of each conduit size required in the trench. Contractor shall anticipate that water will be found in the excavation for the trench and vaults and shall include costs for dewatering in his unit bid prices. Reference Section 1-05.14 "Cooperation With Other Contractors" of the Kent Special Provisions for additional requirements. The Contractor shall anticipate that final utility conversions and pole removal shall not be completed for 150 days after completion of the underground utility installation. 8-32.2 Materials Conduits, elbows, bends, vaults, handholes and manholes shall be furnished by PSE, CenturyLink and Comcast. The identification tape shall be polyethylene, 5 mil tape with 1/2 mil aluminum center core. Electrical tape shall be 6 inch wide, red in color, with non-ferrous metal conductor sandwiched in the tape to allow detection. The words "Caution - electrical utilities below" shall be printed on the tape. Telecommunication tape shall be 6 inch wide, orange in color, with non-ferrous metal conduction sandwiched in the tape for detection purposes. The words "Caution - telecommunication line below" shall be printed on the tape. The backfill material for trench and vault excavations shall conform to the requirements of Crushed Surfacing Top Course 5/8 Inch Minus. See Section 9-03.9(3) of the WSDOT Standard Specifications. SR 516 to 231"Way Levee South Reach/Hallock 8 - 32 June 19, 2014 Project Number: 09-3006.2 Sand for conduit bedding shall meet the requirements of Section 9- 03.13 (backfill for sand drains) of the WSDOT Standard Specifications. Foundation material to replace unsuitable material removed from unstable trench bottoms as directed by the Engineer shall conform to the requirements of Section 9-03.17 of the Kent Special Provisions. 8-32.3 Construction Requirements j 8-32.3(1) Vault Excavation See Section 2-09 of the WSDOT Standard Specifications, except as herein modified and/or supplemented. Where indicated on the plans or where directed by the Engineer, excavation and foundation preparation required for the installation of electrical and telephone vaults and electrical and telephone handholes by the serving utility, shall be performed by the Contractor. The foundation shall consist of a six (6) inch thick layer of crushed surfacing top course (5/8 minus) compacted to 95 percent maximum density measured in accordance with Section 2-03.3(14)D of the WSDOT Standard Specifications by use of compaction equipment specified in Section 2-09 of the WSDOT Standard Specifications. The excavation shall be backfilled in conformance with the requirements of Section 2-09 of the WSDOT Standard Specifications. 8-32.3(2) Trench Excavation and Backfill for Electrical, Telephone and TV The excavation required for the installation of electrical, telephone and TV conduit shall be performed by the Contractor. The trenches shall not be excavated wider than necessary for the proper installation of the electrical, TV and telephone appliances. Locations of conduit and vaults shown on the plans are approximate. The Engineer, utility company, representative and the Contractor will coordinate actual location of vault handholes, manholes and conduits as necessary to avoid conflicts with existing utilities and appurtenances. Contractor shall adjust the depth and width of the trench as required at utility crossings. The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these Kent Special Provisions and WSDOT Standard Specifications. Typical trench details are shown on the plans. The Contractor shall use crushed surfacing top course, 5/8 inch minus for backfill and shall dispose of all excess material as directed by the Engineer. SR 516 to 231'`Way Levee South Reach/Hallock 8 - 33 June 19, 2014 Project Number: 09-3006.2 i It shall be the Contractor's responsibility to coordinate his work with the serving utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. i 8-32.3(3) Trench Bottom Stabilization Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. 8-32.3(4) Backfill for Electrical, Telephone and TV Trench Wherever a trench is excavated in a paved roadway, sidewalk or other areas where minor settlement would be detrimental and where the native excavated material is deemed not suitable for compaction as backfill by the Engineer, the trench shall be backfilled with crushed surfacing top course, 5/8 inch minus. The Backfill material shall be placed in successive layers, not exceeding twelve (12) inches in loose thickness, each layer shall be compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557. 8-32.3(7) Conduit Installation Contractor is responsible for the installation of PSE, Comcast and CenturyLink-furnished conduit. Conduit shall be installed by the Contractor in accordance with NEC and these specifications. Contractor shall be responsible for all coordination work between PSE, CenturyLink and Comcast. All conduit shall be proofed by being blown clean with compressed air and pulled with a mandrel correctly sized for each conduit. The Contractor shall furnish and install 1/4" diameter nylon rope in all City conduit runs. PSE, CenturyLink and Comcast shall supply all conduit material including all bends, radius conduits, brackets and collars for stacking the conduit. 8-32.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: SR 516 to 231't Way Levee South Reach/Hallock 8 - 34 June 19, 2014 Project Number: 09-3006.2 The unit contract price per lineal foot for "Joint Utility Trench (4 Ft. Wide, 3 Ft. Cover)" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate and backfill for trenches as shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), cleanup and all other work described in Section 8-32.1 of the Kent Special Provisions. Cost to coordinate with utilities to place their facilities in the trench and to obtain utility supplied conduit shall be included in this bid item. "PSE - Vault Excavation and Installation (507)" "PSE - Vault Excavation and Installation (504)" "PSE - Vault Excavation and Installation (3642)" "CenturyLink - Vault Excavation and Installation (264 TA)" "CenturyLink - Vault Excavation and Installation (24" x 36")" "Comcast - Vault Excavation and Installation (253-TA)" The unit contract price per each for the above items of the size specified shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to excavate, and install the utility vaults as shown on the plans and as described in the specifications. The bid price includes, but is not limited to: backfill (when native material is to be used), dewatering, and clean up and all other work described in Section 8-32.1 of the Kent Special Provisions. "PSE - Installation and Proofing of 6 Inch Diameter PSE Gas Conduit" "PSE - Installation and Proofing of 2 Inch Diameter PSE Conduit" "PSE - Installation and Proofing of 3 Inch Diameter PSE Conduit" "PSE - Installation and Proofing of 4 Inch Diameter PSE Conduit" "PSE - Installation and Proofing of 6 Inch Diameter PSE Conduit" "Comcast - Installation and Proofing of 2 Inch Diameter Comcast Conduit" "Comcast - Installation and Proofing of 4 Inch Diameter Comcast Conduit" "CenturyLink - Installation and Proofing of 2 Inch Diameter CenturyLink Conduit" "CenturyLink - Installation and Proofing of 4 Inch Diameter CenturyLink j Conduit" The unit contract bid price per linear foot for the above items shall constitute full compensation for all materials, supplies, labor, equipment and tools required to install the utility company supplied conduit as shown on the plans. Also included in this bid item are all costs associated with proofing the conduit and all other installation requirements outlined in Section 8-32.1 of the Kent Special Provisions, i The unit contract bid price per ton for "Sand for Conduit Bedding" shall constitute complete compensation for all materials, equipment, tools and supplies necessary to furnish and install the sand for bedding the conduit as shown on the plans and as specified herein. SR 516 to 231" Way Levee South Reach/Hallock 8 - 35 June 19, 2014 Project Number: 09-3006.2 I 8-33 CONCRETE RETAINING WALLS 8-33.1 Description The work covered by this section consist of furnishing all materials labor and equipment to install the new concrete retaining wall as shown on the plans. Concrete placement, curing, finishing and other items not specified in this section shall be installed and provided in accordance with the applicable sections of 6-02 of the WSDOT "Standard Specifications for Road, Bridge and Municipal Construction" 8-33.2(i) Materials Concrete Class 4000 Section 9-01 and 9-03 All concrete shall have a minimum of 4% air entrainment Steel Reinforcing Bar Section 9.07 ASTM A706 Grade 60 Gravel Backfill for Walls Section 9-03.12(2) Gravel Backfill for Foundation Class ASection 9-03.12(1) Underdrain pipe Section 9-05.2(7) Pigmented Sealer Section 9-08.3 Waterstop Section 9-24 8-33.2(2) Submittals Submit detailed shop drawings of the steel reinforcement, used for the retaining walls. Submit the proposed concrete mix design per Section 6-02.3(2)A of the Standard Specifications. 8-33.3 Construction Requirements The wall dimensions, reinforcing and construction shall be in accordance with WSDOT Standard Plan D-10.10-01 except as noted on the plans. Wall joints as shown on the plans shall be installed at a maximum spacing of 24 feet. The wall thickness shall be increased to provide the minimum concrete cover over all steel reinforcement. I The surface of the exposed area of the retaining wall shall receive a pigmented sealer accordance with Section 6-02.3(14)C of the Standard Specifications. SR 516 to 231'Way Levee South Reach/Halleck 8 - 36 June 19, 2014 Project Number: 09-3006.2 i 8-33.4 Measurement "Retaining Wall" will not be measured for payment. The "Retaining Wall" contains the following approximate quantities of materials and Work: Class 4000 concrete 109 C.Y. Steel Reinforcing Bar Grade 60 12,500 Lbs. Gravel Backfill for Walls 200 Tons Gravel Backfill for Foundation Class A 70 Tons Structural Excavation Class A 170 C.Y. Underdrain Pipe with Gravel Backfill for Drains 143 L.F. The quantities are listed only for the convenience of the Contractor in determining the volume of Work involved and are not guaranteed to be accurate. The prospective Bidders shall verify these quantities before submitting a Bid. No adjustments other than for approved changes will be made in the lump sum Contract price for"Parking Lot Retaining Wall" and "Trailhead Retaining Wall" even though the actual quantities required may deviate from those listed. 8-33.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The lump sum bid price for"Retaining Wall" constitutes complete compensation for all materials, tools and equipment necessary to install cement concrete retaining wall including upper barrier as shown on the drawings and in accordance with the Kent Special Provisions. The lump sum price shall include but not be limited to: restoration of areas adjacent to the wall that are disturbed from forms; and all other materials, and the labor, tools and equipment to fulfill the restoration requirements as directed by the Engineer. Also included is reconstruction of the side sewer if a conflict exists. The cost for the underdrain pipe, weep holes, pigmented sealer, wall joint material and waterstops are considered incidental and to be included in the lump sum contract price for "Parking Lot Retaining Wall" and "Trailhead Retaining Wall." The handrail will be paid for under the separate bid item "Handrail". li I SR 516 to 231"Way Levee South Reach/Hallock 8 - 37 June 19, 2014 Project Number: 09-3006.2 Ii DIVISION 9 - MATERIALS 9-03 AGGREGATES j SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING. 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: i Sieve Size Passing 3/4 Inch 10011/0 5/8 Inch 95 - 1000/0 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent j (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. it SR 516 to 231"Way Levee South Reach/Hallock 9 - 1 .June 19, 2014 Prniect Number: 09-3006.2 * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. i SECTION 9-03.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-03.14(5) Low Permeability Fill for Levee Embankment Material for the levee embankment shall be clay or silty/clayey sand either naturally occurring or processed, and shall be homogenous in nature consisting of at least 30% by weight passing the No. 200 sieve, a minimum plasticity index of 8, a maximum liquid limit of 45 and be free of deleterious materials. The Allowable Unified Soil Classification System (USCS) classifications acceptable are CL, SC or SM. A sieve analysis (ASTM D 422) and Atterberg limits (ASTM D 4318) shall be used to verify that these requirements are met. Compaction requirements shall be a maximum lift thickness of 8 inches and at least 92 percent of the maximum dry density determined in accordance with ASTM D 1557. The compaction moisture content shall be between 1 percentage point below and 3 percentage points above the optimum water content. The material shall be blend adequately during placement such that the compacted material forms a uniform, homogeneous, stiff, void free, and relatively impervious compacted fill. Recycled materials such as broken concrete or asphalt shall not be allowed. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. SR 516 to 2315'Way Levee South Reach/Hallock 9 - 2 June 19, 2014 Project Number: 09-3006.2 i Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max I i Soundness 5% max loss I Density (solid volume) 155 pcf min Specific Gravity 2.48 min SECTION 9-03.21(1)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-03.21(1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 9-13.8 Rock for Ditches Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3J4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING. 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(9) of these Kent Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SR 516 to 231"Way Levee South ReachjHallock 9 - 3 June 19, 2014 Project Number: 09-3006.2 SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.1(1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. j 9-14.1(1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing l less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 9-14.1 (1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ..........100% Passing 1 mm sieve ...................................80% minimum Passing 0.15 mm sieve...............................15% maximum SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix B (Landscaped Area Grass): Weight Seed Mix"B" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 959/, 90°fo 0.5% 40% Perennial R e rass 950/. 909I° 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 900/0 0.5°fo The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. SR 516 to 231't Way Levee South Reach/Hallock 9 - 4 June 19, 2014 Project Number: 09-3006.2 The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: SR 516 to 2315'Way Levee South Reach/Hallock 9 - 5 June 19, 2014 Proiect Number: 09-3006.2 9-14.4(9) Special Planting Mixture Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) .100% Passing 1 mm sieve ..........................80% minimum Passing 0.15 mm sieve................. ....15% maximum The sandy loam shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. SR 516 to 23Vt Way Levee South Reach/Hallock 9 - 6 June 19, 2014 Project Number: 09-3006.2 i I 9-14.6 Plant Materials 9-14.6(1) Description SECTION 9-14.6(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 9-14.6(1)A Street Trees The following table provides both the list of approved street tree species, and some of the characteristics associated with each street tree species at maturity: Common Name Scientific Name Height Width Shape Min. (feet) (feet) Spacing (feet) Small Street Trees For planting under 30' or owerlines less Trident Maple Acer buer eranum 20' 20, Round lowspreading 30' Flame Maple Acer ginnala 'Flame' 20' 20' Round w/ spreading low 30' branches Flamingo Box Elder Acer negundo 20, 15' Oval to round 25' 'Flamingo' A olio Maple Acer saccharum 25' 10' Narrow to columnar 20' Tatarian Maple Acer tataricum 25' 20' Oval to round, often low 30' branched Lavalle Hawthorn Cratae us x lavallei 28' 20' Irregular vase shaped 30' Washington Hawthorn Crataegus 25' 20' Broadly oval to round 30' phaenopyrum Golden Desert Ash Fraxinus excelsior 20' 18' Rounded, compact 30' 'Aureafolia' Leprechaun Ash Fraxinus pennsylvanica 18' 16' Dense, compact, round 25' Johnson' Amur Maackia Maackia amurensis 25' 20' Vase shaped becoming 30' round Golden Raindrops Malus transitoria 20' 15' Upright, vase shaped 25, Crabapple 'Schmidt cutleaf Red Barron Crabapple Malus 'Red Barron' 18, 8' Narrow, columnar 20' Red Jewel Crabapple Matus 'Jewelcole' 15' 12' Upright, pyramidal 25' Tschonoskii Crabapple Malus tschonoskil 28' 14' Upright, narrowly oval 25' Cascade Snow Cherry Prunus 'Bert ' 25' 14' Upright, spreading 25' Amanogawa Cherry Prunus serrulata 20' 6' Columnar, fastigiate 20' 'Amano awa' branches Red Cascade Mountain Sorbus Americana 18, 8' Compact oval 20' Ash 'Dwarfcrown' I SR 516 to 231"Way Levee South Reach/Hallock 9 - 7 .June 19, 2014 Project Number: 09-3006.2 l Medium Street Trees Plant when 30' to powerlines are not 45' resent trees Fragrant Snowbell Styrax obassia 25' 15, Pyramidal to upright 25' narrow oval Ivory Silk Japanese Syringa reticulata 'Ivory 20' is, Upright spreading 25' Silk' becoming round Armstrong Maple Acer rubrum 45' 15, Narrow, upright 25' 'Armstron ' columnar j Queen Elizabeth Maple Acer campestre 'Evelyn' 35' 30' Upright, becoming 40' round Sensation Box Elder Acer negundo 30' 25' Rounded 35' 'Sensation' Pacific Sunset Maple Acer truncatum x Acer 30' is, Upright spreading, 25' plantanoides rounded crown 'Warrenred' Frans Fontaine Carpinus betulus 'Frans 30' 15, Columnar 25, Hornbeam Fontaine' American Hornbeam Carpinus caroliniana 25' 25' Oval 35' Tricolor Beech Fagus sylvatica 'Rosen 30' 20' Pyramidal when young, 30' — Mar inata' rounding wJ age Raywood Ash Fraxinus oxycarpa 35' 25' Oval, dense crown 35' 'Raywood' Imperial Honeylocust Gleditsia triacanthos 35' 35' Rounded 45' 'Impcole' Galaxy Magnolia Ma nolia 'Galax ' 30' is, Pyramidal to oval 25' Edith Bogue Southern Magnolia grandiflora 30' 15' Pyramidal tight 25' Magnolia 'Edith Bo ue' American Hophornbeam Ostrya Virginian 40' 25' Upright oval 35' Spire Cherry Prunus x hillieri 'Spire' 30' 10, Upright columnar, 20' narrowly vase shaped Columnar Sargent Prunus sargentii 35' 15, Upright columnar, 25' Cher 'Columnarls' narrowly vase shaped Edgewood Pear Pyrus calleryana x 30' 25, Rounded 35' betulaefolia 'Edgewood' Capital Pear Pyrus calleryana 35' 12' Columnar 20' 'Capital' Chanticleer Pear Pyrus calleryana 'Glen's 40' is, Columnar, narrowly 2S' Form' pyramidal Crimson Spire Oak Quercus alba x Quercus 45' is, Columnar, tightly 25' robur 'Crimschmidt' fasti fated Skyrocket Oak Quercus robur 45' 15' Narrow, fastigiated 25' 'Faso iata' Musashino Zelkova serrata 45' 20' Very narrow, upright 30' 'Musashino' vase shaped 9-14.7 Stakes, Guys, and Wrapping SECTION 9-14.7IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 9-14.7(1) Tree Ties Tree ties shall be patent "Tre-Ties" sufficient in size and number to adequately support the trees as determined by Quentin Poll, Nursery Supervisor at (253) 856-5127. SR 516 to 231n Way Levee South Reach/Hallock 9 - 8 June 19, 2014 Project Number: 09-3006.2 i � 9-16 FENCE AND GUARDRAIL SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1(1)B Chain Link Fence Fabric i Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be; Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT `ENO PARKING ANYTIME- SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. 9-29 ILLUMINATION SIGNAL ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BYADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THIS SECTION: 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. SR 516 to 231s`Way Levee South Reach/Hallock 9 - 9 June 19, 2014 Project Number: 09-3006.2 SECTION 9-29.3 IS REVISED AS FOLLOWS: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable I SECTION 9-29.3(2)I IS REVISED AS FOLLOWS: 9-29.3(2)I Twisted-Pair Communication Cable Replace "AWG 22" with "#AWG 19". THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-29.6 Light and Signal Standards SECTION 9-29.6(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.6(2) Slip Base Hardware INSERT THE FOLLOWING PARAGRAPH AT THE BEGINNING OF THIS SECTION: Unless otherwise specified on the Street Lighting Plans, street light standards shall not have slip bases. SECTION 9-29.6(5) IS SUPPLEMENTED AT THE END OF THE SECTION WITH THE FOLLOWING PARAGRAPH: 9-29.6(5) Foundation Hardware Breakaway supports for street light standards shall conform to Precisionform Inc. model PFI 200-1A Breakaway Supports, or approved equal. SECTION 9-29.6 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: i 9-29.6(6) Aluminum Light Standards Pole shafts shall be constructed of seamless extruded tubes of 6063 aluminum alloy per ASTM B221 and shall be full-length heat treated after welding on the base flange to T-6 temper. The shaft shall be free of longitudinal welds. The pole cap shaft, when required, shall be cast aluminum 443 or 356F aluminum alloy and attached utilizing stainless steel screws. i Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B 26 or 8108. The base flange shall be joined to the pole shaft by means of complete circumferential welds; externally at the top of the flange and internally at the bottom of the shaft tube. SR 516 to 231"Way Levee South ReachfHallock 9 - 10 June 19, 2014 Project Number: 09-3006.2 Single arm members shall be tapered and ellipsized from 6063-T6 aluminum alloy tubing. Arms shall be welded to an extruded mounting j plate of 6063-T6 aluminum alloy and attached to the pole shaft by means of four 1/2 inch diameter stainless steel bolts, nuts and washers. A grommeted 1 1/4 inch cable entry (1 inch I.D. rubber grommet) shall be provided in the pole shaft at the arm mounting location. Arms shall have 2 inch N.P.S. slipfitters at least 8 inches in length. 9-29.10 Luminaires SECTION 9-29.10(1) IS REVISED AS FOLLOWS: 9-29.10(1) Conventional Roadway Luminaires REPLACE THE FIRST SENTENCE OF THE FIRST PARAGRAPH WITH THE FOLLOWING: All luminaires shall come equipped for IES type III, medium cutoff light distribution unless otherwise specified on the Street Lighting Plans and/or Traffic Signal Plans when those signals include street lighting luminaires. I THE FOLLOWING PARAGRAPHS ARE ADDED TO THE END OF THIS SECTION: The only approved street lighting luminaires for this project are as follows: For 400 Watt Luminaires: GE Model M400A POWR/DOOR WITH CUTOFF OPTICS, Ordering number: MDCL 40 S 3 M 1 2 F MC3 2 N For 250 Watt Luminaires: GE Model M400A POWR/DOOR WITH CUTOFF OPTICS, Ordering number: MDCL 25 S 3 M 1 2 F MC3 2 N For 200 Watt Luminaires: GE Model M400A POWR/DOOR WITH CUTOFF OPTICS, Ordering number: MDCL 20 S 3 M 1 2 F MC3 2 N For 150 Watt Luminaires: GE Model M-250A2 POWR/DOOR WITH CUTOFF OPTICS, Ordering number: M2AC 15 S 3 M 1 G MC3 2 U For 100 Watt Luminaires: GE Model M-250A2 POWR/DOOR WITH CUTOFF OPTICS, Ordering number: M2AC 10 S 3 M 1 G MC3 2 U Other street lighting luminaires may be submitted for approval, PROVIDED that they possess the same serviceability characteristics as the pre-approved models, and the submittal is accompanied by photometric calculations showing that they are photometrically equivalent to the approved products. SR 516 to 23V Way Levee South Reach/Hallock 9 - 11 June 19, 2014 Project Number: 09-3006.2 i 9-29.12 Electrical Splice Materials SECTION 9-29.12(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors, Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchTm 2200/2210 Vinyl Mastic' products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied ScotchkoteT11 054007-14853 Electrical Coating. SECTION 9-29.24 IS REVISED AS FOLLOWS: 9-29.24 Service Cabinets ITEM L IS REPLACED WITH THE FOLLOWING: I, All service enclosures shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or B209 aluminum. The exterior of the aluminum service panel shall be unfinished. SECTION 9-29,24(2) IS REVISED AS FOLLOWS: 9-29.24(2) Electrical Circuit Breakers and Contactors REPLACE THE SECOND PARAGRAPH WITH THE FOLLOWING: Mercury contactors shall not be permitted. SUPPLEMENT THE END OF THIS SECTION WITH THE FOLLOWING THREE PARAGRAPHS: Electrical service will be 120 / 240 volts, 60 Hz. AC where and as noted on the Street Lighting and/or Traffic Signal Plans, and include a meter base to allow installation of a power meter. Service conductors shall be stranded copper wires. The smallest service wire shall be #2 AWG USE from the Puget Sound Energy (PSE) connection to the service cabinet. The electrical service cabinet and service point shall be installed by the Contractor where shown on the Street Lighting and/or Traffic Signal Plans. The service panel shall consist of a 2 pole, 240 VAC, 150 amp Main Breaker for control of all power. The panel shall be equipped with a single 1 pole, 120V, 40 amp branch breaker for a traffic signal, four 2 pole, 240 VAC, 20 amp branch breakers for the lighting circuits, a single 1 pole, 120 VAC, 15 amp lighting control breaker, and a single 1 pole, 120 VAC, 20 amp breaker for the GFI receptacle. See Kent Standard Plan 6-96 for service cabinet information. The service panel shall include a switch to bypass the photocell for street light testing. SR 516 to 231't Way Levee South Reach/Hallock 9 - 12 June 19, 2014 Project Number: 09-3006.2 The electrical service cabinet shall be weather tight. The cabinet shall be equipped with a blue core Best`m lock in the cabinet door. See Kent Standard Plans 6-96 for additional information. SECTION 9-29 IS SUPPLEMENTED SYADDING THE FOLLOWING NEW SECTIONS: 9-29.26 Street Light Lamps Street light lamps shall be Lumalux PIusTM Plus / ECO high pressure sodium (HPS) lamps, or approved equal, unless otherwise specified on the Street Light Plans. Street light lamps shall: have an average rated life of 24,000 hours; be non-cycling; and contain no more than 5.0 mg/I for lead, and 0.2 mg/I for mercury. 9-29.27 Traffic Signal Battery Backup Power Unit 1. Features: 1.1. All traffic signal battery back-up power units shall employ a 12Volt DC parallel battery system. 24 and 48 Volt battery configurations will not be accepted. 1.2, All battery backup power units shall utilize the Xantrex® ProSineT" 2.0 2000 Watt Inverter/Charger unit, complete with associated remote control display panel. 1.3. Batteries shall be individually connected to the battery bus utilizing approved quick-connect modular battery connectors. Battery connection scheme must provide a "Hot-Swap" capability during operation. Battery cable sizing shall be appropriate for the type and quantity of batteries supplied. 1.4. Batteries shall be 12 Volts DC, Absorbed Glass Mat type, Group 27. Batteries shall meet or exceed Specification MIL B-8565J (Sec 4.6.22). The quantity of batteries to be supplied shall be specified in the contract, or by the project engineer. 1.5. All battery backup power units shall possess an AC voltage bypass/disconnect switch or relay. The bypass/disconnect method shall couple the normal AC power source directly to the signal controller cabinet, while completely isolating the inverter/charger unit from the circuit. 1.6. All battery backup power units shall possess a 0-4 hour Time Delay Relay, with both "delay on make" and "delay on break" contact sets. This relay shall be energized upon loss of AC input power, or"Inverter On" condition. Relay contacts must be easily accessible, and clearly labeled. 1.7. Cabinets shall be equipped with thermostatically controlled fan ventilation. 1.8. Equipment supplied shall be one of the pre-approved models listed below, or approved equal. I i SR 516 to 231n Way Levee South Reach/Hallock 9 - 13 June 19, 2014 Project Number: 09-3006.2 I Manufacturer/Vendor Model/Type Advanced Traffic Products, Inc. SH12000R Traffic UPS Brownfield Manufacturing, BMI-7000 Traffic Light Backup Power Inc. Unit 2. Installation/Cabinet Mounting Style: 2.1 Traffic UPS Cabinets shall not exceed 24 inches in width and 18 inches in depth. 2.1.1 Cabinet height shall be sufficient to accommodate the quantity of batteries required by the contract, or specified by the project engineer. 2.2 Installation shall be performed in accordance with City Construction Standards. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe SECTION 9-30.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1(1) Ductile Iron Pipe Pipe for water mains shall be cement mortar lined ductile iron Class 52 and conforming to the latest revisions to the ANSI specifications. Connections shall be mechanical or push-on joint with rubber gaskets unless otherwise specified on the plans. 9-30.2 Fittings SECTION 9-30.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.2(1) Ductile Iron Pipe Cast or ductile iron pipe fittings shall have the same coating, lining and strength as the pipes to which they are connected. Fittings shall be flanged or mechanical joint, Mechanical joint fitting gaskets shall be vulcanized styrene butadiene rubber gaskets (SBR) in accordance with the most current version of AWWA standard C111/A21.11. Flanged joint fitting gaskets shall be full face synthetic rubber gaskets appropriate to meet the required pressure rating in accordance with the most current versionof AWWA standard C115/A21.15. 9-30.3 Valves SECTION 9-30.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.3(1) Gate Valves (3 to 16 Inches) Gate valves shall be resilient wedge gate type as manufactured by Clow, American Darling, Waterous, Dresser M&H, Mueller or an SR 516 to 231"Way Levee South Reach/Hallock 9 - 14 June 19, 2014 Project Number: 09-3006.2 i approved equal, with epoxy-coated valve interiors. They shall conform to AWWA specifications C-509, and shall have a working pressure rating of 250 psi, unless otherwise specified in the Kent Special Provisions. They shall be iron bodied bronze mounted, non-rising stem, and counterclockwise opening. Valve stems shall be provided with O-ring seals. i SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(4) Valve Boxes Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word "WATER" cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-1C or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. SECTION 9-30.3(S) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(5) Valve Marker Posts Valve marker posts shall be constructed of Class 3000 cement concrete; shall be 4-inches by 4-inches by 42-inches long with a 6-1/4 inch by 4-inch base; shall contain one number 3 reinforcement bar; and shall otherwise conform to Kent Standard Plan 3-4. i The exposed portion of the marker posts shall be coated with two coats of WHITE concrete paint. The FOG-TITE valve marker post is the pre-approved marker post. SECTION 9-30.3(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(6) Valve Stem Extensions Valve stem extensions shall conform to Kent Standard Plan 3-7. Valve stem operating nuts shall be no shallower than one and one-half (1 1/2) feet. Valves with an operating nut more than 3 feet below finished grade shall have a solid steel valve stem extension rod assembly, with a rock guard, installed on the operating nut. SR 516 to 231"Way Levee South Reach/Hallock 9 - 15 June 19, 2014 Project Number: 09-3006.2 SECTION 9-30.5 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: i 9-30.5 Hydrants I Fire hydrants shall be compression type, break-away (traffic model) hydrants conforming to AWWA C502 except as modified herein. Hydrant types shall be, Clow Medallion, M & H 929, or Mueller Super Centurion. SECTION 9-30.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 9-30.5(2) Hydrant Dimensions I Hydrants shall conform with Kent Standard Plan 3-1. Valves and Nozzles - Fire hydrants should have a bottom valve size of at least five inches, one 4-1/2 inch pumper nozzle and two 2-1/2 inch nozzles shall have NST threads, with 1-1/4 inch pentagonal nuts. Painting - Public owned hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #1000 (white gloss alkyd enamel). Private hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #X 3472 (case yellow gloss alkyd enamel). SECTION 9-30.5(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.5(6) Guard Posts Guard posts shall be constructed of Class 3000 cement concrete; shall be 6-feet long and 9-inches in diameter; shall have 5 equally spaced number 3 reinforcement bars with a minimum of 1-1/2 inch cover; and shall otherwise conform to Kent Standard Plan 3-3. The FOG-TITS hydrant guard post is the pre-approved guard post. All other posts require the approval of the Engineer. SECTION 9-30.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6 Service Connections 9-30.6(1) Saddles The body casting of saddles for service connections shall be of malleable or ductile iron, extending at least 160 degrees around the circumference of the pipe at the maximum range and at least 180 degrees when the saddle is tightened on the water main. The saddle body and/or straps shall be stamped with the size range of the saddle. The saddle shall have a groove for the neoprene or nitril gasket in order to prevent gasket movement. The saddle is to be tapped with an I.P. thread. The "U" straps shall conform to the outside diameter of the range stamped on the saddle. SR 516 to 231�Way Levee South Reach/Hallock 9 - 16 June 19, 2014 Project Number: 09-3006.2 The service saddle shall be manufactured by Smith Blair, Romac, or Mueller. Service saddles shall be either double strapped or stainless steel full circumference band. 9-30.6(2) Corporation Stops i All corporation stops shall be Ford ballcorp style. The following Ford model numbers shall be used for the respective sizes stated. Ford Corporation Stops Size Ford Model Number 3j4inch FB500-3 1 inch FB500-4 1 1/2 inch FB500-6 2 inch FB500-7 Connection to service pipes shall be by Ford pack joints (Section 9- 30.6(4)) only. SECTION 9-30.6(3)B IS DELETED AND REPLACED WITH THE FOLLOWING. 9-30.6(3)B Polyethylene Pipe Polyethylene service pipe shall be iron pipe size (IPS) ultra-high molecular weight, high density polyethylene plastic meeting or exceeding the following standards: ID ASTM D-2239, SIDR-7, and PE 3408, AWWA C-901, AWWA C-800, and National Sanitation Foundation Standards and conforming to all other applicable standards. This polyethylene pipe shall be rated at or above a working pressure of 200 psi. Polyethylene plastic pipe shall have a manufactured stainless steel insert stiffener at all compression pack joints. Driscopipe 5100 Ultra-Lien water pipe is an approved product meeting the above specifications. All other products require approval of the City Water Department after submittal of a sample length of pipe and the manufacturer's product literature. The City is not responsible for the purchase of materials not meeting the above specifications. SECTION 9-30.6(4) IS DELETED AND REPLACED WITH THE FOLLOWING. 9-30.6(4) Service Fittings Ford Pack Joint Couplings (hereinafter Ford Pack Joint Couplings or Pack Joint Couplings) shall be used to connect the service line pipe to the corporation stop and meter setter at both ends. When the plans call for the installation of a new service line from the water main to the setter and/or new setter, the connection between the new service line on the private side of the setter and the existing private service line the Contractor shall use an adaptor. If the existing service line is long SR 516 to 2315'Way Levee South ReachfHallock 9 - 17 June 19, 2014 Project Number: 09-3006.2 i enough to connect to the setter directly without the need of an adaptor, a pack joint coupling shall be used for the connection to the setter. Pack joint couplings shall make a tight and permanent joint on type K copper tubing or polyethylene plastic pipe as appropriate. Pack joint couplings shall be made of bronze, and shall have a gasket or 0-ring. Fittings used for copper and/or polyethylene tubing shall be Ford pack joint type only. Ford stainless steel stiffeners shall be used when utilizing compression fittings on polyethylene tubing. Insert Stiffeners The following table is a summary of the insert stiffeners that shall be utilized for the respective pipe sizes stated. i Ford Insert Stiffeners Size Ford Model Number 3/4 inch Insert-71 1 inch Insert-72 1 1/2 inch Insert-74 2 inch Insert-75 Pack Joint Couplings The following table is a summary of Ford pack joint couplings that shall be utilized for the respective pipe sizes and types stated. Ford Pack Joint for Straight CTS Pipe Ford Model Number Male Iron Pipe R.J. for CTS C84-34 3/4 inch 1 inch C84-44 1 inch 1 inch C84-66 1 1/2 inch 1 1/2 inch C84-77 2 inch 2 inch Ford Pack Joint for Polyethylene Pipe Ford Model Number Male Iron Pipe P.J. for PEP C86-34 3/4 inch 1 inch C86-44 1 inch 1 inch j C86-66-IDR7 1 1/2 inch 1 1/2 inch C86-77-IDR7 2 inch 2 inch SECTION 9-30.6(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(5) Meter Setters Meter setters shall be manufactured and tested in accordance with all applicable parts of AWWA C800. i Meter setters shall have dual-purpose end connections for iron pipe thread male adapters on both ends. The meter setter shall have a brace pipe eye to hold the setter vertical. The setter shall be equipped with an angle shut off valve with padlock wings, and on the outgoing SR 516 to 231"Way Levee South Reach/Hallock 9 - 18 June 19, 2014 Project Number: 09-3006.2 i side a check valve to prevent backflow. The check valve shall be spring loaded, of brass and stainless steel construction with a removable back for maintenance purposes. In no case shall residential meter stops be equipped with a bypass. The following meter setters shall be used for the respective size meter setter listed: Meter Setter Size Type 3/4 inch Ford VH72-15W-11-33 1 inch Ford VH74-15W-11-44 1 1/2 inches Ford VBH76-15B-11-66 L/BP 2 inch Ford VFH77-15B-11-77 L/BP SECTION 9-30.6(7) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(7) Meter Boxes Meter box requirements vary with respect to water meter size and location of the meter box. Meter boxes shall be as follows: Meter Box Meter Size Location Type 3/4 inch 'Planters Carson 1220-12 Sidewalks, Olympic Foundry driveways, #SM29 pavements or adjacent to vehicle turning areas Meter Box Meter Size Location Type 1 inch 'Planters Carson 1220-12 Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 1 1/2 inch to 2 'Planters Carson 1730-15 inch Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 3 inch and larger Concrete vaults per Kent Standard Plan 3- 12 ' All plastic boxes shall be constructed of black polyethylene. SR 516 to 231"Way Levee South Reach/Hallock 9 - 19 June 19, 2014 Project Number: 09-3006.2 Irri ation Box DCVA or PRV Size Type 3/4 inch to 1 inch and Carson 1324-15G all PRV's Green solid lid 1324-21- Extension Boxes - 6 Carson 1324B-11- inch 1 1/4 inch to 2 inch Carson 1730C-1B for 15 inch high Carson 1730D-1B for 18 inch high Green solid lid 1730-P21- SECTION 9-30.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-30.6(8) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. The City Water Department will not provide or set the water meter(s) until the Contractor has obtained the necessary permit(s), paid all associated fees, and receives a request from the project inspector. All water meters larger than 2 inch shall be provided and installed by the Contractor. All 5/8 x 3/4 and full 3/4 meters shall be the short pattern. All water meters regardless of their respective size shall register in cubic feet. The following table is a list of respective meter sizes and meter types. Meter Size Type 5/8 inch x 3/4 inch Invens s SR 3/4 inch Invens s SR 1 inch Invens s SR 1 1/2 inch Invens s SR 2 inch Invens s SR 3 inch to 6 inch Invens s SRH Compound Compound meters for service connections 3 inches and larger shall be installed within a concrete vault and be constructed in accordance with Kent Standard Plan 3-12. After installation of the compound meter, a certified testing laboratory shall certify the accuracy of the meter. A copy of the certification report shall be provided to the Kent Water Department. SR 516 to 231"Way Levee South Reach/Hallock 9 - 20 June 19, 2014 Project Number: 09-3006.2 i p KNT STANDARD The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-1 Standard Fire Hydrant 3-9 Concrete Blocking 3-10 Service Connection 1" Service 3-11 Service Connection 1 112" and 2" Service 3-15 Irrigation Service Installation 3-20 Combination Air/Vacuum Valve and Vault SEWER 4-10 Low Pressure Grinder Pump STORM 5-1 Catch Basin Type I 5-2 Catch Basin Type II 5-3 Misc. Details for Drainage Structures 5-4 18" x 24" Catch Basin Frame 5-5 18" x 24" Vaned Grate 5-10 Round Solid Catch Basin Frame and Cover 5-22 Chain Link Fence, Type 1 5-24 Tree Planting 5-25 Shrub Planting 5-31 Filter Fabric Fence 5-35 Temporary Stockpiling I STREET I 6-33 Cement Concrete Curbs 6-35 Expansion and Contraction Joints 6-39 Cement Concrete Sidewalk Transition to Asphalt Shoulder 6-42 Residential Cement Concrete Driveway Approach 6-72 Standard Monument, Monument Case and Cover 6-73 Typical RPM Lane Markings 6-74 Typical Thermoplastic Lane Markings 6-75 Thermoplastic Crosswalk Markings 6-82 Sign Installation 6-83 Street Name Sign Installation 6-86 City Light Standard 6-89 Light Standard Foundation and Junction Box 6-90 Junction Box and Street Light Wire Runs 6-91 Street Light Trench for Conduit Runs 6-92 Street Light Schedule 6-93 Standard Junction Box, Types 1 & 2 (2 sheets) 6-96 Service Cabinet, Concrete Base and One-Line Diagram I < 0 u z U < u < <u C W =u z W,� uow w o R� - p , zmo n E o z u w W W u < �S WZ> 5 t�tA < w w n m < w 3t o << w o m � >p- < a x u z z N 0 0 x UN 12 u< Z� w - 0 > m a . w m �i � w o< �g Od lul w < n o z W, w >z 0 uo zgz 0 u u < < z z< < z K < 'no w> omJ mO w u < u u ,0 6 >0n lu z � 0< < § 0 < u o ui w z t > u <0 m 8 W- ct NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT T NOMINAL 0 AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE u �t ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT 0, CH31NEERING DEPARTMENT 0 < m 0O 4- KENT IT STANDARD FIRE HYDRANT 10 21493 ...... DESIGNED- Rmw DRAWN !!:IN!: �mvmo PLAN6�7ONAL CHECKW_ M 1APPRM0 3-1 B THRUST BLOCK - TABLE P MINIUM BEARING AREA AGAINST '..... UNDISTURBED SOILSQUARE FEET PIPE PRESSURE A B C D E X SIZE PST 100 PSI 4" 200 2/(1) 1/(NONE) 1/(NONE) NONE NONE NONE 300 3/(2) 2/(2) 2/(1) 1/(1) NONE 200 4/(3) 3/(2) 3/(1) 1/(Y) 1/(NONE) 61. 300 6J(4) 4/(3 3/(2) 2/(1 1/(NONE) NONE 81, 200 7/(5) 5/(3) 4/(3) 2/(2) 1/(1) 3/(2) 300 llJ(8) 8J(S) 6/(4) 3/(2) 2/(1) 90- BEND TEE 10" 200 11/(8) 8/(6) 6/(4) 31(2) 2/(1) 4/(3) 275 16/1Y 11 7 9/(6) 5j 3 3/(2) j 12" 200 16/(11) ll/(8) 9/(6) 5/(3) 3/(2) 5/{4) C 250 24/(16) 17J(11) 13J 9 7/(5) 41(3) 14" 250 22/(13 16/((11)) 12/(8) 6/(4) 3J(2) 7/(6) _ 200 33/(22� 23/{16) 18J(B 9/(6) 5 3 200 29J(19) 21/(14) 16/(YY) 81(6) 5/(3) SOJ{7) B 16" 225 32/(21) 23/(16) 17/(12 9/(6) S/(3) 18" 200 36/(24) 26/(17) 20/(13) 10/(7) 5J(4) 13/(9) CAP/PLUG 450 BEND 20" 200 45J{29) 32/(21) 24/(16) 13/(8) 7/(4) 16/(11) 24" 200 64/(43) 46/(30) 35/(23) 18/(12) 9/(6) 23j(16) E NOTE:ADDITIONAL BLOCKING MUST BE _ PROVIDED IF GATE VALVE IS AT END OF ' 1 . LINE DURING TESTING.ADDITIONAL —& ` BLOCKING SHALL ALSO BE PROVIDED UNDER TEES AND CROSSES. 2.3/4"DIA, RODS FOR 10" SIZE&SMALLER 2-i"DIA. RODS LARGER THAN 10"SIZE 22 1/2°BEND 11 1/4°BEND NOTES: L SQUARE FEET OF CONCRETE THRUSTS-BLOCK AREA BASED ON SAFE BEARING LOAD OF 2000/(3000)POUNDS PER SQUARE FOOT. " 2. AREAS MUST BE ADJUSTED FOR OTHER SIZE PIPE,PRESSURES& SOIL CONDITIONS, X 3. CONCRETE BLOCKING SHALL BE CAST IN PLACE,CLASS 3,000& GATE VALVE MIN. S"IMBED HAVE MINIMUM OF 1/4 SQUARE FOOT BEARING AGAINST THE FITTING.VALVES MAY ALSO BE SUPPORTED WITH 10"x10"x4" SAFE BEARING LOADS IN LB.ISO FT CONCRETE CINDER BLOCKS WITH COMPOSITE SHIMS. THE SAFE BEARING LOADS GIVEN IN THE FOLLOWING TABLE ARE FOR HORIZONTAL 4, BLOCK SHALL BEAR AGAINST FITTINGS ONLY&SHALL BE CLEAR OF THRUSTS WHEN THE DEPTH OF COVER JOINTS TO PERMIT TAKING UP OR DISMANTLING JOINT. OVER THE PIPE EXCEEDS 2 FEET. S. CONTRACTOR SHALL INSTALL BLOCKING ADEQUATE TO WITHSTAND SOIL SAFE BEARING LOAD FULL TEST PRESSURE AS WELL AS TO CONTINUOUSLY WITHSTAND LB.PER SQ. FT. OPERATING PRESSURE UNDER ALL CONDITIONS OF SERVICE. *MUCK, PEAT,ETC. 0 6. WRAP WATER MAIN WITH 4 MIL POLYETHYLENE SHEETING IN AREA SOFT CLAY 1,000 OF THRUST BLOCK, SAND 2,000 2*ii THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SAND&GRAVEL 3,000 CTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE SAND&GRAVEL SO"SEID ER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CEMENTED WITH CLAY 4,000 ,�" ' aV `NASy, �,p TY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. HARD SHALE 10,000 Fy .<,w Q tiQ Fi Go OCITY NO KENT w+ ZENGINEERING DEPARTMENT *IN MUCK OR PEAT,ALL THRUSTS SHALL B H y RESTRAINED BY PILES OR TIE RODS TO E,-+ tsj •SOLID FOUNDATIONS OR BY REMOVAL OF ENT CONCRETE BLOCKING,p 21493 O Q, ...i.o+ .MUCK OR PEAT AND REPLACEMENT WITH (`,. FGRwBALLAST OF SUFFICIENT STABILITY TO F �C� MW SCA1E NGNE STANDARD FLANRESIST THRUST. ` ONAL �N aDATEQ..= 3-9 f O a G dw y w m w p w O Z u W W Z Z O S a F wX ow }} >o U OJT O Yww C� KZ jG- m Z d>UI 40 Ez I-CL 00 OOO Q"" ZYO. N 7NI3 .o wa �ir� ouaio �d EOz u' 1N3W3SV u m w z .z+o. m u TO T'dgdO'dd Cw CCJ1 cL O W K J Y ao J^zG cD,U,� N �y Mfg inuw W � OS w0 V Q W w m Xo 4T 01„8 0 w m Yw a 4 a O U q w O O � t�/}� �-1 G N t+l a H ¢¢¢ \ Z O W o Y m W 1 n m w Q~ W .•8 ~ w KX OO ml7 K a ow Cii p�N }r m o � C3x mOz � E w on b C� w �� yyww z wx Sww uw �� K Z U O N �' a d E Q w Z U,z� o Mwz vi sw u� o �Wwwo Z 00 = W ZQQ >�< aw �w 1O1Uo--t: �ZQZ vWu}ya aE� J m a W � w �i NOTE:THIS PLAN[S NOT A LEGAL ENGINEERING DOCUMENT BUT 0 o. w dSE;i P AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �n S tz ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WAs THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. ~ cZ f CITY OF NT ENGINEERING DEPAA"M y f~� SERVICE CONNECTION F KENT t" SERVICE A 21493 O �- w..x�x r PQ,n ��IST�R`�` .`.``�� DESIGNED-UMW QNAL r``G�\ DRAWN 88 SCN.E NONE mmWD PLAN ONEOKEO DAME �� 0 APPROVED °wN� i �4 METER BOX w INSPECTION � LID(OPEN) IJ- z � w w E 6 W O ANGLE METER STOP a W/PADLOCK WINGS SIDEWALK SIDEWALK OR PLANTER STRIP 13-1/4"(1-1/2"MTR.) i OR PLANTER STRIP CURB o SPACER PIPE Y 6"MIN, o W/HOLE IN ' SPACER(DO NOT (TYP.} w INSTALL GASKETS) -V MAX.FROM STREET ( PROPERTY LINE N METER SETTER DRILL HOLE SINGLE CHECK ELL 3 8"TO Y?"OF 5j8"GRAVEL FOR DRAINAGE AND BOX SUPPORT o 1 O O CUSTOMER SERVICE LINE TO HOUSE OR BUILDING,INSTALLED PACKJOINT UNDER PLUMBING PERMIT ADAPTER(TYP.) END OF CITY OF KENT MAINTENANCE RESPONSIBILITY PER KENT CITY CODE SECTION 7.02.040 ADJUSTABLE BRACE 9 (NO BY-PASS) NOTES: I.P.S.HIGH DENSITY,CLASS DR O 12 GAUGE INSULATED SOLID COPPER LOCATING WIRE PLASTIC GREATER,POLYETHYLENE PIPEE T TO PROPERTY LINE.(SEE KENT WATER COATED BARE WIRE ENDS,FOR POLYETHYLENE PLASTIC PIPE ONLY,NO SERVICE CODE SECTIONS 3.5.1) SPLICES WILL BE ALLOWED. Z�.PERMANENCY CONNECT FORD NO.FB-500 CORPORATION STOP OR APPROVED EQUAL, BARE WIRE TO SADDLE OR O PERMANENTLY CONNECT BARE WIRE ENDS TO METER SETTER WITH CORPORATION STOP STAINLESS STEEL HOSE CLAMPS. QBALL TYPE CORP.STOP Wf M.I,P.T.ENDS Uq, SEE SEC. 3.10 FOR PRE-APPROVED METER SETTERS AND METER BOXES, S. SEE STANDARD PLAN 3-13 IF PRESSURE REDUCING VALVE IS DOUBLE STRAP 1 / REQUIRED. SADDLE 6. PROVIDE 8"CLEARANCE BETWEEN OUTSIDE EDGES OF ADJACENT METER BOXES, 7. CENTER METER SETTER IN METER BOX, 22° 8. REDUCERS INSIDE SETTERS ARE NOT ALLOWED, 9O. INSTALL AN 18"PIECE OF SCHEDULE 40 PVC PIPE IN EACH OF THE HORIZONTAL CL METER SETTER BRACE EYES. NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BU7 QS'EP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S `z ENGINEER AND APPROVED FOR PUBLICATION I5 KEPT ON FILE AT WATER MAIN ,�.�'E of WAS& �A. THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, F.I.P.X POLYETHYLENE PIPE- Ct co O CITY OF KENT PACK JO[N7 ADAPTER WITH Z ENGINEERING DEPARTMENT STAINLESS STEEL INSERT • SERVICE CONNECTION ,P�21493 Q �4 KENT 1-1 j2" dt 2" SERVICE � Off, OISTER F, G D Y(N ED 96 SC NONE STANDARD PUN �VONAL `� CHECKED DATE APPRWEO Di�RIWI 3-1 y i i TO LANDSCAPE P.R.V.IF REQUIRED IRRIGATION FOR IRRIGATION DOUBLE CHECK VALVE ASSEMBLY P.R.V.IF REQUIRED FOR BUILDING(SEE DEDUCT METER STANDARD PLAN 3-13) PROPERTY LINE OR EASEMENT LINE DOMESTIC WATER INSTALL TEE AFTER `.--"'—WATER IRRIGATION METER P/L METER TYPICAL DEDUCT TYPICAL IRRIGATION INSTALLATION ONLY INSTALLATION R/W METER BOX IRRIGATION BOX O 6"VALVE BOX FO, I UNION(TYP.) QUICK COUPLER SWING JOINT ANGLE CHECK METER ELL STOP DEDUCT METER DOUBLE IRRIGATION MAINLINE CHECK VALVE 6" (SIZE VARIES) ASSEMBLY METER SETTER PIPE BRACE(OPTIONAL) � �80�o8o�go°OpaO�o 'b PRESSURE REDUCING o�oo8K°bo "tf �$O yy��� VALVE LOCATION,IF �oo o0oa po�o O$Oy,w REQUIRED FOR SERVICE LINE 12"LAYER IRRIGATION,PER FROM DOMESTIC PEA GRAVEL STANDARD PLAN 3-13 WATER R/W INSPECTION LID (OPEN)(TYP) I i METER BOX NOTES: 1. DRAWINGS ARE ILLUSTRATIONS ONLY. SIZE OF METER AND BACKFLOW PREVENTER SHALL BE PER THE APPROVED PLANS NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 2. BOXES OR VAULTS SHALL BE PER S QSEP, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE SECTION 3.10. ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT of N`ASN �q, THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 3 SECTION 3,16.�BACKFLOW EN ENTION SHALL BE PER Na Pj cZ CITY FIN ePART�O br4eNNiTT 4. FOR IRRIGATION USE ONLY E^ IRRIGATION SERVICE INSTALLATION.THE DCVA AND A� ,P�21493 �� �Cr KENT INSTALLATION IRRIGATION BOX SHALL BE INSTALLED (2, RtSTER' <c, PRIOR TO THE METER BEING SET.THE FS OVAL �LyG�� D2AwN DaIGNED 8BW sauE NONE VANWD PLAN DCVA CAN BE CERTIFIED AFTER 3_, INSTALLATION OF THE METER. APPNOVED °Are o ,ffN i i i I N O > Q I 0 S O w i o }oo W w of w Q o m C W•n m Z ip C) [l�7 y F- NtUIt m .:IDS�-� QY O O O O duv� X - w J y J O M = ik N J LL' w rv�r a O Q > i m e v'o f in t9 O + N 1 "I K ski i Z m a O NC T iV iD 0 QW Z W Z W Q m I o o ' oo ry .8i 'NIW..6 / a a O O u w m O o iu ul- v z F- O ru N w N d Z Z 2 O W 1 � O 0 O m m 0 q z a' -!4 Z Q CCU-R O' 00 0 C ¢¢md ¢�¢ w�} O Q FW- N w Z� F�j Ow �no0 ww ° Ou o3 X £a mQ mivz OYk ox w �' F3z � MqQ �m� C01N^w Sao z 0 � mw m�u. ou z o• o� �q� I nw� w �N tea; 30 Z I... Jp .Zia u �Q 0 4 u S O oM E�Wo O O xaa �� a � z5 �oOma O S N o W Q NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT .d t w x z ' "'�yr� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE CITY x u ¢ m F S +I �. ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT m o z m ,h� oy WASN�,` .q THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, IS' 0 AT Iei co O CITY OF' KENT ENGINEERING DEPARTMENT E-^ COMBINATION AIR/VACUUM .off 21443 �� �Q .......... VALVE & VAULT ©,n GIS DESIGNED ow ONA� E� OFAWN BB SAE NDNE STANw FW CHECKED pAM 3-20 RPFROYED � FORCE LINE WYE 1/1 SLOPE 6"X4"ADAPTER 4"X2"REDUCER (TYP•) GASKET TO SW SOLVENT WELD 1' GRAVITY TO FORCE SIDE VIEW LINE CONNECTION BUILDING FOUNDATION DETAIL"C" a 4"MIN.CONC.WALL(3 SIDES TYP.) SQUARE PUMP TANK (RESIDENTIAL USE ONLY) AUDIO 'f VISUAL ALARM P/L REMOVABLE,WEATHER RESISTANT COVER 6"MIN. CLEAN OUT EX.GRADE SEE DETAIL"C" 1, 'N 1' FOR CONNECTION MAX 2'MIN. MIN' SAND FILL GRAVITY SEWER (SEE SEC.4.8.0 BUILDING FOR PRESSURE SEWER TESTING) FORCE LINE(SEE — — TRACER WIRE SEC.4.8.0 FOR MIN. — — — REQUIRED PRESSURE TESTING) SEWER MAIN P TYPE I NOTES: MANHOLE 1. ALL ELECTRICAL TO MEET WASHINGTON STATE ELECTRIC CODES. GRINDER FOUNDATION 2. GRINDER PUMP AND TANK TO BE INSTALLED IN ACCORDANCE WITH PUMP MANUFACTURES RECOMMENDATIONS, 4. TYPE 1 MANHOLES ARE BE FOR NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT COMMERCIAL USE ONLY.,S SEE STANDARD BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY PLAN 4-I AND 4-2.THE BASE OF THE THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON MANHOLE SHALL BE SLOPED AS SHOWN '1 oSEP IN THE"SIDE VIEW"ABOVE. -y WAS jT REQU FILE AT EST. CITY OF KENT. A COPY MAY BE OBTAINED UPON o� Hr 5. CLEAN OUT TO BE INSTALLED PER CITY OF KENT STANDARD PLAN 4-7 AND 4-8. rq y ENGINEERING DEPARTMENT H y LOW PRESSURE 6. FOUNDATION AND WALLS TO BE ^ \�.ir�KENT DESIGNED FOR SITE CONDITIONS, 10 P 21493 O �- Wu....... GRINDER PUMP � PpF�^((yyyy�GISTFR�`G���� DESIGNED DMw oA'AL E" DPAWN 89 SCALE NONE f4-1 PIAN �'YY CHECKED nE O APPROVED ttezxExn i i i i NOTES; 1. CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH AASHTO M 199, (ASTM C 478,&ASTM C 890)UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT STANDARD SPECIFICATIONS. 2. AS AN ACCEPTABLE ALTERNATE TO REBAR,WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. FRAME AND GRATE WELDED WIRE FABRIC SHALL COMPLY TO AASHTO M 221 (ASTM A 497). SEE STANDARD PLANS 5-4 THRU 5-8 AND 5-12 WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS, 3, PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. - THE KNOCKOUT DIAMETER SHALL NOT EXCEED 20". KNOCKOUTS SHALL 3A` 30.. HAVE A WALL THICKNESS OF 2"MINIMUM. PROVIDE A 1.5"MINIMUM GAP 1 7p BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE, 4. ALL JOINTS IN THE BRICKS,GRADE RINGS, RISERS AND CASTINGS SHALL 6` S" BE SEATED IN MORTAR,PICK HOLES,CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. 6" S. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST OR1Z" PIPE INVERT SHALL BE 5'. ONE#3 BAR HOOP FOR 6"HEIGHT TWO#3 BAR HOOPS FOR 12"HEIGHT RECTANGULAR ADJUSTMENT SECTION (WEIGHT-200 LBS,-6") (WEIGHT-580 LBS.- 12") PIPE ALLOWANCES tip" 22„ MAXIMUM PIPE MATERIAL INSIDE `�F DIAMETER p 3" 44" REINFORCED OR #3 BAR PLAIN CONCRETE 12 EACH CORNER 21" ALL METAL PIPE 15" MIN. #3 BAR SOLID WALL PVC EACH SIDE (WSDOT STD. SPEC.9-05.12(1)) 15" #3 BAR EACH WAY 4" PRECAST BASE SECTION (WEIGHT-2170 LBS.) NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT pSEP AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S Z ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT V THE.CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, QS'Q Soi �o O � CITY C OIF KENT r ur Z rp ENGINEERING DEPARTMENT ',-0 (CENT CATCH BASIN TYPE I ,P 21443 O fi .......... a E � DESIGNoF� ONAt�ENGl�� DRAWNED BB SCALE NONE SANpARDPAN CHECKED DATE C APPROVED vY��IERt J i w . r �3a m M v c v v a F JQy pV� rYw Zt6/] NN ppJ� �NyJJ W J U NQQp p �VZ0 > � m0, y �3a N N M M e�Yt M QZ{�o. J �Owm UWdN Cj F- xln� � ZQ�NN H WKti 0 � a2 V W Z ^yyy~yv' O Z_U FL U-L l Q /!,:' W Q O iD N V O iV Q .,�. . ,.� ... � .. MAX. S 0 ©© d Q µ± 12" V O OW. o 4" to p w ¢,-., 12" 1"MIN. m N a o MIN. o ��'. (TYP,) 2.5"MAX, w N N 16" .m V25 �z >aa p w MAX. ^ w a 24"MIN... m `v o iv 7 iv u N ID h w 9l 28"MAX. ' p W Z J 1 � Qu'O' r/( l W 9 (wll • rz ZZi - 4 O O O O o "B" 12'-0"MAX. (FOR MAINTENANCE) a p h z sH w F m ry W w 0 � Q m e V 1 `x" z3 m NEsrx3 rii J 0 �U w Z VCC F!2 dp �¢ LOZ� �JC.. F= UU lWl) ZZ1¢m-W 0 Q Ww OU o� W OJ N-1 .Ny .Ni Q Z"' p "' E-n0 ztQ3Q = uwQa~p¢ jw�¢ � Q N N>�a � om J4i' 5d W O W U X U N a p M1 m a coz 0 F'zQ 3 �' � w 'x � wm� rzn F4 a o n V z Dug �uiu.iu Q � 0°- ao °�'" . per Y Q¢ QQouu q' U n w O KK dF- S ow <G oTiE ¢% UWj JvT, Nw'- aEwt62n LLU O vmx J J o Q aZ , w � N Uj OWuO E � EE— W O"_i Oo,IOO VwWQt UU� pWo wQm Y~ vi V O W N W ux: = w 0 go SO2 Z -> v wO OZo.Ix- aZ w�i O U <COcn .. Ftn §�E Q O QLL QQ Z ['J QFx- H ry frj V: IA 1p ¢u z n w m NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �SEi'�7 AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S `s ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT pF WAS y�i THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, O0 eP Iei �o o CITY OF KENT Z ENOMEERI DEPARTMENT `✓ KENT CATCH BASIN TYPE II 2Y493 O �. w,, oESIGNEo DwN � fi"Jj�JNA� `vG\\ DRAWN BB SCALE- NONEf!UAMDMO FLAN 4 CHECKED 5-2 APPROVEm '� \, #6 BARS @ 7"CENTERS �'�� BOTTOM FACE WTTH � 20"x 24",OR \ ' '�•, 1. '^� 1"MIN.COVER 24"DIAM. \/; \r I\� •y4 1p„ 2„YP T 64 P• 20" 2"TYP. ONE#3 BAR HOOP FOR 6" TWO#3 BAR HOOPS FOR —r AS AN ACCEPTABLE ALTERNATIVE TO REBAR,WIRE MESH HAVING A MINIMUM AEA OF 0,12 96"TOP SLAB 1"MIN. USED FOR ADJUSTMENT SECQTIONS UARE INCHES PER FOOT MAY 6E 2 ij2"MAX. 20"x 24",OR #5 BARS @ 6"CENTERS RECTANGULAR ADJUSTMENT SECTION 24"DIAM. `y��` BOTTOM FACE WITH 2"CLR 'y1� / 1" MIN.COVER TYP. ` ONE#3 20"i --{ 2"TYP. BAR HOOP 4" S„ . . . . . . _ CIRCULAR ADJUSTMENT SECTION —r 72"TOP SLAB 1"MIN. 20"x 24",OR 2 1/2"MAX. 24" DIAM. 1CLR. #4 BARS @ 6"CENTERS2" BOTTOM FACE WITH Ti1"MIN.COVER ' 2'MTN. •���' 1 TYPICAL ORIENTATION FOR ACCESS AND STEPS 48"&54" TOP SLAB NOTES: 1. SLAB OPENING SHALL BE 24"X 2W NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT FOR RECTANGULAR AND 24" jc)SEP.� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DIAMETER FOR ROUND. .`qq �I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 'Y of WASy��2. SEE STANDARD PLAN 4-5 FOR STEP, THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. F`" '� ti �.�* O tiQ o O LADDER AND GRADE RING. y z ENGINEERING CITY INEERIONG D I{ENT epARrpEto 3.ONLY ONE STYLE OF CATCH BASIN `�✓ KET/.�,. MISC. DETAILS FOR DRAINAGE STEPS MAY BE USED IN A CATCH •A ,pfi 21493 �� act. W.."...,.. STRUCTURES BASIN. DO NOT MIX STYLES, 'Np�,f. GA1 Tg4,` \(v c�O�V ttL �l'G,\ r0RAWINt 88 SCAtE NDNE STANDAAO PWiDATE 5-3OVED �'� J i i i I i 5J8"41 UNC-2B HOLE (2 PLCS.TYP.) A A N ' N TYP. 3J14" TOP VIEW — 'I V, 1 5/8"TYP. MIN. 314" 3/ 17 3J4" 25" SECTION A-A NOTES: 1. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY. (PER ASTM A48 CL30 H-20 LOADING). - 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUE .5��"'FT jJrr AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED B ENGINEER AND APPROVED FOR PUBLICATION IS KEPT O op WASH/ "50. THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQ qea o O CITY NG KENENGINEERING DEPARTMEN" KENT 18"X 24" FF 21 TE Q « * « CATCH BASIN FRAMAt �� DRAWN BB WAt NONE STANDARD CHECKED DA7E APPROVED „� 5 -4 i 1 3J8" rT 5" 17 3(4" ' lja^ 1 s/a" TOP VIEW END VIEW 23 3/4" 1 3/8" oD � 1 1/4" 1 5j8" 1/2 INSET HEX HEX SOCKET 1/ 2 314" --.-I 4.�2 3J4" >/B 5f2^' w 16"R. PARTING LINE FRONT VIEW VANE DETAIL NOTES: 11/4" �3W 1. PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. j811 UNC-2A 2. PROVIDE 2-5/8" DIAMETER STAINLESS STEEL ALLEN TYPE STAINLESS STEEL BOLTS COUNTER SUNK FLUSH WITH COVER. fTTT SECURING BOLT 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", I + "OUTLET TO STREAM". 4. ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSED 1/2" UNLESS OTHERWISE INDICATED IN THE SPECIAL PROVISIONS. 5, DUCTILE IRON ASTM A-536 GRADE 80-55-06 H-20 RATED. SLOT DETAIL 6. GRATE SHALL BE LOCKING. SLOT FORMED AND RECESSED FOR 5j8"-11 NC x 2" S.S.SOCKET HEAD(ALLEN HEAD)CAP SCREW. �y�v A mDATE _ OT A LEGAL ENGINEERING DOCUMENT BUT ' (o) EP�' ICATE.THE ORIGINAL,SIGNED BY THE o WAS VED FOR PUBLICATION IS KEPT ON FILE AT . . E H 4, OPY MAY BE OBTAINED UPON REQUEST. O0 AP r>i cO O CITY OF KENT 'Z � ENGINEERING pEPARTMENT18" x 24",P zl+�a eo �� VANED GRATE�� Lf DESIG E NONE STANDARD PLANC APPROVED wc"am 5-5 i DRILL&TAP: 5/8"-11 UNC -1B (3 @ 1200 ON A 22-1/8" BOLT CIRCLE) 2"RAISED LETTERS B 2" ° RAISED LOGO/LETTERS Al00 IF � � kF 1/8"ROUNDED C' m RAISED TROUT FOR 5/8"-11 UNC- 1B S.S. M1 �'vinsxm"r'o O ! / 1/2"HEX. HE.CAP SCREWS (3 REQUIRED) ° O R A i (� 1"PICKHOLE(3 @ 120°) 2"RAISED LETTERS"DRAIN" B A FOR STORM DRAIN 1"HANDLING HOLE(3 26-1/2" PLCS) 25" 1 25-1/4" 1-1/2".. 2-3/16" 23-3 8" 1„ 1-3/16" 27-5/16" 3/8„ 34-1 W SECTION A-A SECTION B-B Ii I i i F- K N IS NOT A LEGAL ENGINEERING DOCUMENT BUT .S OSEi P DUPLICATE,THE ORIGINAL,SIGNED BY THE +Z APPROVED FOR PUBLICATION IS KEPT ON FILE AT NT,A COPY MAY BE OBTAINED UPON REQUEST, O Q {ca co OCITY OF KENT ENGINEERING DEPARTMENT ROUND SOLID CATCH BASIN 10 ,P 21483 0 W..„,...". FRAME AND COVER �0��(�,�G1 T R`�, DESIGNED DWH FISVO L �\�\\ DRAWN RB SC NONE STANDARD PUN CHECKED DATE C O APPROVED ° � J m x ui J ¢d W 05 VI H O Z d m LLd Q a o �'ad aEww < I� ¢W5 Jo<n o U y G 2 W W O= J LL' IS / zz� Ft.� w,Q,i� w m¢uwi � o �1f (p9=mmj F£ODd MOui dd WUmm 0wKr' �Cq ¢ wp O j- = > ¢ p i x ¢ m uW In R WOn tiM wl ¢w �zXazz ol~¢ fuEw ozocu'.� d .Zi m O d ¢m £.O W C f-�V1 V` 2 Z p 3 W O v 0 ttZj p W W \ Elti W O MdrZi N i O J w xOOw a ti w (w9 4 O LL Z J Y LL 9 I` Z w N z O w w z F m N uW z d F w m ZW2ao I ' z u in :o 1n V Z 00 mu H~N Q J oz X [L v 2"MAX. to W V Z �d6 nj 0 O) ZO ., O N m U W w � m Si u dS N v J O Vi O v ' � O w _ �'^, 1 7/8 0 ? w o W o o J W W x q V m O V J � LL w Too d � saa H in x NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT N=' at�+Eljp> AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT F F N � � Qp WASyf� �� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, x w cs /� CITY OF KENT Z =n w0 ^7 i 4 y i y�� ENGINEERING DEPARTMENT ' CHAIN LINK FENCE TYPE I R 21493 0 KENT FOR PONDS ONLY FGAI�SATER� aCK ANAL fNG\\ CHEM 88 SWGV-E NO 5(ANDARN PWJ Te h ROVED x�N 5-22 i i I I I TREE TIE SHALL NOT CONSTRICT TREE DEVELOPMENT PLACE TOP OF ROOTBALL 1"ABOVE THE LEVEL OF NATIVE SOIL, BEFORE MULCH, STAKE ONLY IF NECESSARY POTTING SOIL SHOULD BE VISIBLE (TYPICALLY IF TREE IS GREATER THAN 4'TALL) 3"DEPTH MULCH NOT TOUCHING STEM STAKE TREE AT 1(3 HEIGHT OF CUT CIRCLING ROOTS AND TREE,USE"TREE TIES"OR SPREAD OR"BUTTERFLY" ENGINEER APPROVED EQUIVALENT, ROOTBALL REMOVE STAKE AND TIE AFTER 1 YEAR NATIVE SOIL BACKFILL WITH TOPSOIL \\�\ ONLY,COMPACT MODERATELY HOW \ \ BY HAND ' REST BOTTOM OF ROOTBALL ON UNDISTURBED NATIVE SOIL WIDTH OF PLANTING HOLE SHALL BE AT LEAST 1.5 TIMES THE WIDTH OF THE ROOTBALL SPREAD A 3'MINIMUM DIAMETER MULCH RING (DONUT)AROUND THE PLANTING HOLE_ OSE NOT TO SCALE SI� NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT op WASH �.q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT E ENOlNEERINO DEPARTMENT �F21493 CtSTER`°� t��`t` ...... .......�_ ""V ONAL �NG�eti W .• ..NT TREE PLANTING OESIGNEO owH OftAWN BB SCALE NONE STANWO PLAN CHECKED DATE APPROVED cmax�enrJ'-24 I i i I I i i I PLACE TOP OF ROOTBALL I"ABOVE THE LEVEL OF NATIVE SOIL. BEFORE MULCH,POTTING SOIL SHOULD BE VISIBLE 3"DEPTH MULCH NOT TOUCHING STEM BACKFILL WITH TOPSOIL ONLY,COMPACT MODERATELY CUT CIRCLING ROOTS AND SPREAD BY HAND OR"BUTTERFLY"ROOTBALL , NATIVE SOIL X� /X/'/X� REST BOTTOM OF ROOTBALL ON UNDISTURBED NATIVE SOIL WIDTH OF PLANTING HOLE SHALL BE AT LEAST 1.5 TIMES THE WIDTH OF THE ROOTBALL SPREAD A 3'MINIMUM DIAMETER MULCH RING (DONUT)AROUND THE PLANTING HOLE t� NOT TO SCALE S�WEP NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT pF Ni ,q, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT { Z THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. H ' y CITY OF KENT r L� � ENGINEERING DEPARTMENT A�oF ��21493 E��� ��2 �✓ J�E 0 -r SHRUB PLANTING FONAL � W... ...e. DESIGNED OWH DRAWN BB SCALE NONE STANDARD PLAN CHECKM DATE 5-25 MPROVED etxai� NEWLY GRADED OR WIRE FABRIC DISTURBED SIDE SLOPE 2 FILTER FABRIC FLOW MATERIAL LARGE ROCK 2 OR GREATER IN DIAMETER NATIVE BACKFILL MATERIAL OR A 3/4'-1.5"WASHED GRAVEL SECTION A-A FILTER FABRIC MATERIAL 2'x2"x14 GAUGE WELDED WIRE FABRIC OR MIRAFI 10OX OR EQUIVALENT A WIRE RINGS EQUAL(IF 180# EXTRA STRENGTH FABRIC (TYPICAL) IS USED MAY ELIMINATE WIRE FABRIC) JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES,WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS. STEEL OR A 2 X 4 WOOD POSTS, 6'O.C. INSTALLATION NOTES: ELEVATION 1. FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED.THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER, 2. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY AFTER EACH NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING-DOCUMENT BUT RAINFALL AND AT LEAST DAILY 5(QSEPj AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE DURING PROLONGED RAINFALL,ANY v s ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT REQUIRED REPAIRS SHALL BE MADE THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, IMMEDIATELY. CITY OF KIE:NT z �o 3. REMOVE SEDIMENT WHEN IT REACHES ENGINEERING DEPARTMENT 1/3 FENCE HEIGHT. ooso�7�4 2149 q Q� KENT FILTER FABRIC FENCE 4. INSTALL THE SILT FENCE FIRST. ��a ........ AFTER THE SILT FENCE HAS BEEN IST De D�WN- SCALE NONE �ANDARD PLAN INSTALLED,CONSTRUCT BERM AND 0-70N AL 0\ 89 - - TRENCH. CNLCKtV�� DATE APPROVED 5-31 FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE SECTION 2.3.E 24' AX HEIGHT BURY SHEETI INTO EXI NG SOIL X0 MAk SPACING MINIMUM 4"X4"TRENCH B TIRES,SANDBAGS,OR EQUILVALENT EBNPjAs?ICS/I MAY BE USED TO WEIGHT PLASTIC MAX SPACING SHALL BE 10' CLEAR PLASTIC SHEETING BURY SHEETING SHALL HAVE A MINIMUM THICKNESS INTO EXISTING SOIL OF 6 MIL, MINIMUM 4"X4"TRENCH GENERAL NOTES: 1. PLASTIC SHEETING SHALL MEET THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-14.5. 2, MAXIMUM PERMITTED SLOPE SHALL BE 2H:SV, 3.SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE WEIGHTED OR TAPED. 4.TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY, NOTE:THIS PLAN IS NOT fENGNEER GINEERING DOCUMENT BUT S0S'Fi,'�7 AN ELECTRONIC DUPLICAIGINAL,SIGNED BY THE WAs t ENGINEER AND APPROVEDICATION IS KEPT ON FILE AT of ` N `"A, THE CITY OF KENT.A COPBTAINED UPON ftEQUE5T. OF KENT RING DEPARTMENT/���2149 �� KENT TRY STOGKPILING �NAL ` DRAWNED H SCA ESTANDARD PLAN CHECKED DATE5-35 APPROVEp agN� 12" 6" S 112" 9'.. 10" 2 1J2 5' 2 1J2" 1"R 1/2"R — .... w 5 I2°R w P ti ry o w d°. .. ° .. . p .dd ° a eH COMBINED CURB AND GUTTER CONCRETE EXTRUDED CURB EXPANSION JOINT 1� 10" 2° 3 1/r 1°/o MIN. 2%MAX, NOTES: 1%MIN, - 2%__ M=` e m 1. CONCRETE CLASS 3000 IS REQUIRED. �6 2. ROLLED CURB MAY ONLY BE USED WITHIN A C P .'" o CUL-DE-SAC, S"SIDEWALK 3, IN ROADWAY SECTIONS WITH SUPER ELEVATION, THE GUTTER PAN WILL MATCH THE ADJACENT 12" PAVEMENT SLOPE. • .2 0"__� 4._DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%, ROLLED CURB COMBINED CEMENT CONCRETE CURB AND GUTTER NOTE: FACE OF CURB SHALL NOT EXTEND TgPFR BEYOND THE FACE OF GUARDRAIL ' TOWARD THE TRAFFIC LANE 8" SCp, 1�, S/Apy'F yyNo � VARIES o, l� CONCRgN CN Al op CEMENT CONCRETE OMC �cF I PAVEMENT ROLLED CURB RFTF EXTRUDED CONCRETE TRANSITION CURB CURB UNDER GUARDRAIL r� S QSEF1 Z pp NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT pp WASy/M 'C AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �P z THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �3 CITY OF KENT ENGINEERING DEPARTMENT -o� 4 21453 O 63' �clSTeee KENT CEMENT CONCRETE fis�dNAL ��G� W, .e. . CURBS DESIGNED OWH SCAR£ NONE STANDARD PLAN DRAWN RB CHECKED.. DATE 6-33 MPROVEO 00h 15'MAX. 5' 1 S' 1 5' BROOMED FINISH EXPANSION JOINT A �9s SRy�FR EXPANSION JOINT CONTRACTION JOINT(TYP.) EXPANSION RFpro (TYP.)SEE DETAIL"A" SEE DETAIL"B" JOINT O� CURB& GUTTER is, 3/8"x FULL DEPTH L2" CONTRACTIO JOINT, TO.C. EXPANSION JOINT, {SEE NOTE2 } IT O.C.(MATERIAL SEE NOTE 0) DETAIL"A" DETAIL"B" EXPANSION JOINT CONCTRACTION JOINT 1%(MIN.) 4"CONCRETE PER WSDOT 2%(MAX.) STD,SPECIFICATION 8-14 _._---- � 3J8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE D) DRIVEWAY SIWALK 2"CRUSHED SURFACING TOP COURSE 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE n1 } 4" CURB,GUTTER&SIDEWALK y CROSS SECTION 4"MIN. tT6"CEMENT CONCRETE DRIVEWAY APRON AND 2" NOTES: GUTTER FOR RESIDENTIAL DRIVEWAYS. 1. EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT 15' 8"REINFORCED CEMENT CONCRETE APRON AND O.C. SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH GUTTER FOR COMMERCIAL DRIVEWAYS, WSDOT STD.SPECIFICATION SECTION 9-04.1 (4) AN ALTERNATE OF PLASTIC BOND BREAKER MATERIAL WILL BE ALLOWED. DRIVEWAY CROSS SECTION 2. CONTRACTION JOINT SHALL BE 1/4" WIDE BY 2"DEEP AT S'SPACING, 3. EXPANSION)DINTS SHALL BE INSTALLED OSEP IN CURB&GUTTER AND SIDEWALK AT NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT P.C.&P.T.AT ALL CURB RETURNS AND . � Qf WASly .q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ALL ANGLE POINTS. ? ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 4. FORM&SUB-GRADE INSPECTION CITY OF KENT REQUIRED BEFORE POURING CONCRETE, ENGINEERING DEPARTMENT 4, 27493 c�- � 5. EXPANSION JOINTS IN SIDEWALKS AND FGTSTE,R� �� N,r, EXPANSION AND CURBS OTHER ANDLL BE NOT OFFSET. WITH EACH F` QNAL. �NG\� CONTRACTION JOINTS DESIGNED DWH SCALE NONE STANDARD PLAN 6. DESIGN SIDEWALK CROSS GRADE SHALL DRAWN ee BE 1.5%. CHECKED _ pgiE 6-35 APPROVED °�„� V I i N�GtiNCMP�5 � °4 4 i d P CF`yF6'VI L9 4ryTFRSTRIp9 12 �4SrTNpT�RMC d . �L P`'QV'Py�� MP�GNSNo 'I GR�� ` O,iPQB TYPE I ° PERMANENT TYPE II a a° T CFM 6'M BARRICADE SEE STD, p�NjFR a dq a . 24NST7VTco PLAN 6-71 q STRIP 12, .dd- fOry A'C 4 ppAC d ° a \~� �vd 0 oo oo oOoo°000°oo o °0000000 000D000 e' °p OO°oo°Qoo 000 OO 2.0'MIN,FOR PREFORMED TRUNCATED DOME SECTION TYPE II CEMENT CONCRETE 6 MATCH EXISTING OR PROPOSED SIDEWALK AND RAMP MIN. SURFACE 12 1 ASPHALT CONCRETE SHOULDER NOTES: 1. SEE ROADWAY CROSS SECTION DETAILS ZA FOR SIDEWALK WIDTHS, CRUSHED SURFACING SECTION A-A TOP COURSE 2. SHOULDER SHALL BE SURFACED TO MATCH ADJACENT ROADWAY; PAVED SHOULDER SLOPE SHALL MATCH CROWN SLOPE OR 0.02 FT./FT, SOSEA, NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 3. SEE STANDARD PLAN 6-34 FOR CURB pF WASN� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE AND SIDEWALK JOINS. ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 4. 10'MIN.ASPHALT TAPER IF NO PAVED CITY OF KENT SHOULDER. ENGINEERING DEPARTMENT 5. RAMP SHALL UTILIZE A PREFORMED A'P0� 'PF TERtiQ �` � CEMENT CONCRETE SIDEWALK 4010.01) DETECTABLE WARNING TRUNCATEDDOT �` QNAL �N��� KEN SHOULDER T TRANSITION PATTERN SHALL BE YELLOW IN jDA' WN ONED Dwx COMPLIANCE WITH WSDOT STANDARD CKSPECIFICATIONS 8-14.3(3) ROY£D I i S SjDS�'4LkNp ter\ rtpWSRSp P�N p�yYlpl?Q VFIYp ST�;IpTpR ;'` gNS1�H�q PF�FFISnN p f�F�qYG © Mqr s- a R `�,' �NYprR�CC},ppP P pN UM�FpR �pl T�NSIpN .. rip) 6RThl Ck©RI`F�'AY 1 ,� STRlaTFR . u, z 5 3 6" VARII 1°!°MIN. 6„ 2°(o MAX. 6 L 6„ CRUSHED SURFACING TOP COURSE,4"MIN. DEPTH EXPANSION JOINT WITH%"THICK EXPANSION MATERIAL SECTION A-A NOTES; 1�. EXPANSION JOINTS SHALL BE PLACED 6. DESIGN SIDEWALK CROSS GRADE SHALL BE Y,S°lo. AT 15'MAXIMUM SPACING. ELASTOMETRIC JOINT MATERIAL SHALL ©DRIVEWAYS SHALL BE PAVED FROM THE BACK OF THE BE IN CONFORMANCE TO WSDOT SIDEWALK TO THE GARAGE OR 40' BEHIND THE STANDARD SPECIFICATION 9.04.1(4) RIGHT-OF-WAY LINE,WHICHEVER IS LESS, 2. SEE STANDARD PLAN 6-48 FOR S aSEP DRIVEWAY SLOPES. '`j NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �" pF WAS&I Iq AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3. THE DRIVEWAY APPROACH WIDTH, ����' ` ryc� (O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT AND DRIVEWAY WIDTH ARE . iP M z THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. DETERMINED U THE DESIGN VEHICLE J CITY OF KE.N7' TURNING MANUEVERS.SEE SECTION ENGINEERING DEPARTMENT 6.6.Q. � .,.. ... A�oF ��I TE¢�� �� 0 r RESIDENTIAL CEMENT CONCRETE MAXIMUM DRIVEWAY SLOPE IS Y2°In, F� ONA ��\� w, „�„o.o„ DRIVEWAY APPROACH I E DESIGNED DWH OPAWN BB SCALE NONE STANDARD PLAN CHECKED pg7E 6-42 APPROVED ��R V L 2"BRASS DISC ff 6 PLAN OF COVER FINISHED GRADE (PAVEMENT) In 10 1/ DIA. (BOTH SIDES) 9 1/4'D A.COVER 11/2" I/r UMONUMENT DETAIL T 3/4'� 8��DIA. I"MIN.OR 6"MAX. 5 3/4"R. .4 CONCRETE CLASS 3000 BASE 10"R. 6� NOTES: MONUMENT 1. MONUMENT, MONUMENT CASE AND SECTION COVER-OLYMPIC FOUNDRY WSDOT 8"x 9", PART NO. 1015 OR PRE-APPORVED EQUAL. 2. MONUMENT POST- FOG-TITE MONUMENT POST,OR PRE-APPROVED EQUAL. �c)SE'P NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING-DOCUMENT BUT 3. THE CASTINGS SHALL BE GRAY-IRON of WASyf le AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE CASTINGS,ASTM DESIGNATION A-48, ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CLASS 40.THE COVER AND SEAT SHALL wP i THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CITY OF KENT ENGINEERING DEPARTMENT CIRCUMFERENCE AND FULL WIDTH OF 110 21433 BEARING SURFACE. -po"Z" G1 KENT STANDARD MONUMENT, MONUMENT CASE AND COVER 4. WHEN THE MONUMENT,MONUMENT CASE ON AND COVER ARE PLACED IN CEMENT RRA" Sc STA�P�DPLAN CONCRETE PAVEMENT THE CONCRETE 'REC_Kff_ DATE PLAN se s: BASE WILL NOT BE NECESSARY. —f:6-72 i 42' 12' 30' ?' 0 0 0 0 0 0 0 0 0 a u 0 0 u 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 00 0 as 00 0 0 0 o a o 0 0 0 0 0 0 0 0 ❑ D 0 0 0 0 0 0 0 0 0 0 0 0 0 VARIES (300'MAK.) I 5 215' (��— TWO WAY LEFT TURN LANE 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ❑ 0 0 0 0 0 0 0 0 0 0 u 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 u C 0 0 0 0 0 0 0 0 0 0 a 0 0 0 o O C u 0 0 0 0 21' LLL 4"GAP TYPE SY RPM TYPE 2YY RPM TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21' 3-•0 � TYPE E 1 OR Y RPM ❑ o 0 0 0 0 o a o 0 o a o o a o 0 0 0 o TYPE 1W OR Y RPM o o,o o 0 a 0 0 0 0 0 0 a0000o 21' 3' TYPE 1Y RPM 4 GAF TYPE 2YY RPM 9888888 8 86880888888 NO GAP TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 42' 42' _ 12' 30 12'... 30' 3 0 0 o no 0 0 0 a o 0 o a o 0 0 TYPE 2W RPM TYPE iW RPM TYPE 1W RPM TYPE 2W RPM TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE tf TYPE 2Y RPM 6' � f TYPE o 1Y R � 91 j3 -' a e88_a ea ee 08 aoo0 oo0a 00000 0 a 000000000000a 00 o 0 o o 0 TYPE IW RPM 00 00 0 00000 0 0 00 000000 ou TYpE 2W RPM ❑ C O O o 0 0 a 0 0 0 0 0 0 a 0 0 0 0 a 0 ❑ 18"-RPM'S EQUALLY SPACED TRAFFIC DIRECTION BARRIER LINE DOTTED WIDE LINE 42' 12' 15, 3' 3' B 8 8 =-� - 0 0 0 o a0 0 0 0 0 0 0 0 0 0 N 0 0 a o 0 0 0 0 o TYPE 1W RPM TYPE 2W RPM TYPE 2W RPM TYPE YW RPM r� DROP LANE LINE TRAFFIC DIRECTION EDGE LINE �OSE {I NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WA9N �.q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y CITY DENT E-+ Crj ENGINEERINGNO DEPARTMENT q� ?14 T Ix F�� �� KENT TYPICAL RPM LANE ONAL MARKINGS DESIGNED DWH DRAWN Be SCALE NONE STANDARD PIAN CHECKED DATE - Z APPRO _VED J 9' 36' 42' TRAFFIC DIRECTION 1 ❑ a VARIES (300'MAX.) 4"GAP 5� ..�1�_ TWO WAY LEFT TURN LANE „�— TRAFFIC DIRECTION 4"YELLOW PLASTIC LINE TYPE 2YY RPM TWO WAY LEFT TURN LINES I TRAFFIC DIRECTION TRAFFIC DIRECTION 21' 21' MPLASTICLINE � �--8"WHITE PLASTIC LINERPM 4"GAP 4"YELLO TYPE 2W RPM TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 12' 30' J 1 ---� TYPE 2Y RPM ❑ o 4"YELLOW PLASTIC LINE TYPE 2W RPM TRAFFIC DIRECTION 4"WHITE PLASTIC LINE SKIP CENTER LINE TRAFFIC DIRECTION LANE LINE I-+--6 A F----- 0 � 8 �� TYPE 2W RPM 8' WHITE PLASTIC LINE DOTTED WIDE LINE 4"WHITE OR YELLOW PLASTIC LINE EDGE LINE TRAFFIC DIRECTION 21'(TYP.) 18"YELLOW PLASTIC BARRIER LINE ° n 3' 9' 18"-TYPE 2Y RPM'S EQUALLY SPACED SQSEP, TRAFFIC DIRECTION B �. QY `yAS& �,.�y BARRIER LINE 8"WHITE PLASTIC LINE + y� cz CITY DEPARTMENTAR T TYPE zw RPM �,, ,, trj ���/"��• TYPICAL THERMOPLASTIC DROP LANE LINE A ,pF 2S o T� 0° ��cr KENT LANE MARKINGS c R Ffi 0NAL �.\C�` O�WNDFMGNEO 5� SCAE NONE SANDAROPAN ''!n `'� CHECKED DATE 02-Z003 6_74 APPROVED CRY t].GiNfDI L WHITE THERMOPLASTIC EQUALLY 0 CROSSWALK BAR SPACED c�ZLL'SPACED 24' p 8' 8, 1 4'(TYP) En I'STOP BAR TIRE TRACKS(TYP.) TYP AL 4 LANE ROADWAY CONFIGURATION TES: 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER THERMOPLASTIC BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE THERMOPLASTIC, 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS, 3, GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. 3OSE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING-DOCUMENT BUT ,g, 'WAS&/ AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BYTHE W� 0 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE COY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, -3 CITY 0IF KENT ENGINECRINO DEPARTMENT 21 0�w" AL Gt,9T ir THERMOPLASTIC CROSSWALK e KENT MARKINGS 0111GNEp---TDW HDRAWN _ SCALE NONE SrMINDAMRO PLAN CHECKED- 2mE - 5 6 775- W q x S N w p > p a i07S S7 ti QO W N tll � W a w Y W ¢ > m O zJ Q0 ¢p¢ a 4 tia � � � co w G m 0 C mrV e O Z Q9 C Z OO m Q W Q ZZ ¢ _ W p o y- Z J N g N p O ¢ O N Q K p N W J > W p r w a' C Z ms w w y ¢ ate o tWn a - - o () 0 > W 0 O m O p = ,a. W C w1 Y = w0OW p N wO W E m K '+ X ZO E m w H J N J J ti m O QQ N J N U W =�N (�j m ti J zV CON Q� d ¢Qp = W o N U C V ¢ C C D N .y 0 C N J O W W p Om uF-1 . 0 O ESU ivy s �i Ur. � Q Q w, x VZDOO Z " y. q q w t~n90 Nmd \ U N O O \/ ( tn- lu Vl U N Z 0 . 00 00 00 - - - !♦ 0 0 0 0 0 0 0 ` � a .OZ. � F- M , = N m S W J M Y II Z T F W N H Z Q Q W Z\ 0 N ¢ ¢ H F m ] n O N J O p pNo w h pQ F" g NN Q 0 ¢ W W N O G] N w Ue N t'n Q S S w W N W J O J_ J W W FN- p p ti EO E"5 �O a0 tlt N ¢ 2: H N M 4 c'3 m a o CD Sosf NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT pQ VIASAyf� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, r Z CITY OF KENT ENGINEERING DEPARTMENT o o A -PO�FOMAL�EN KE NT SIGN INSTALLATION DESIGNED DWH c j pRAWN_88 SCAtE NONE STANDARD PUN CHECKED DATE - �a—q n APPROVED V C3L KeNr G pvv AVE S E pVT N O OUTLET NOTES:w 1. SEE STANDARD PLAN 6-82 FOR STREET NAME SIGN DETAILS. 0 0 2. PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE PIPE CAP MAINTAINED BY THE PROPERTY OWNERS, SQUARE O 0 3 3. SQUARE METAL POST,SEE STANDARD PLAN 6-82, METAL POST 0 0 4. "NO OUTLET"SIGNS SHALL HAVE AN ARROW SHOWING 0 0 WHICH DIRECTION DOES NOT OUTLET. O 0 w O w c O 0SIDEWALK z v= -ate, z 2'MIN,CLEARANCE FROM FACE FINISHED 0 O OF CURB(10'MIN. CLEARANCE GRADE p g, w IF NO CURB) x CEMENT CONCRETE 0 90 �o O 0 i 771 0 0 ! j 'a o j 0 0 j \! y 'p 0 0 . 4 y . NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE / ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ,Y WASf/l,I,c � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY KENT Z ENGINEERING DEPARTMENT r ,rid/i rim rr�ri„ c ��• STREET NAME SIGN 12° -CL 4P.21493 �� �� KENT INSTALLATION C1,I. ASTER \�c, `AVn&,A DESIG DRAWN SCALE OWH SCALE NDNE STANDARD PtAH -' N 88 CHECKED DATE - 6-83 APPROVED 8 BRACKET OR MAST ARM LENGTH SHOWN ON STREET LIGHTING PLANS POLE CAP ALLOY 43 WIRE HOLE WITH 0.17'N.T.S. WITH S.S.SCREWS i"I.D. RUBBER SLIP FITTER GROMMET it L MOUNTING HEIGHT �tO---. TAPERED BRACKET SHOWN ON STREET LIGHTING 0.125"WALL ALLOY 6063.T6 PLANS 4-1J2"0.p. EXTRUDED POLE PLATE ALLOY 6063.T6 WITH 1/2"-.13 NC ALUMINUM HARDWARE TAPERED ALUMINUM TUBE y/�^0.250 WALL ALLOY 6063.T6 SATIN GROUND FINISH NOTES: 1. SEE WSDOT STANDARD SPECIFICATION SEC.8-20.2(1) 2. MOUNTING HEIGHT INCREASES BY 6"WHEN BREAKAWAY COUPLINGS ARE USED. GROUND LUG WITH NO. 151 HANDHOLE(4"X6"NOMINAL)ALLOY 3S6.T6 NON-FLUSH WITH 3/8"DIAMETER COVER AND S.S. HEX. HEAD SCREWS(FRAME TAPPED 1/2".13 NC j HOLE OPPOSITE HANDHOLE FOR GROUNDING).MOUNT ON SIDEWALK SIDE � BASE FLANGE ALLOY 356.T6 WITH BOLT COVERS AND S.S. HEX. HEAD SCREW GROUT BETWEEN BASE FLANGE&FOUNDATION WA `Z p NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �r pf y' AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. l 3 CITY OF KENT 10 4 21493 4 �,r��, ,ENGINEERING DEPARTMENT 0^ F&ISTBR� 44" \.,/KENT CITY LIGHT STANDARD � ONAI BREAKAWAY COUPLER SEE Dc IGNED D" scaLE NONE STANDARD PUN SECTION 6.14.0 AND STD.PLAN DRAWN ee 6-89 FOR FOUNDATION&]-BOX CHECKED_ DATE - 6-86 APPROVED Exaxem i I fL CITY LIGHT STANDARD SEE STANDARD ROADWAY PLANS 6-86,6-87 AND 6-88 OFF-SET DISTANCE SHOWN ON THE STREET LIGHTING PLANS I TYPE I BOX tO �GROUNDD SURFACE p. d _ GROUND WIRE WITH COIL (GROUND LID TO BOX) PVC CONDUIT TO NEXT JUNCTION BOX � ft � 2"MINIMUM DIAMETER ° SCHEDULE 80 PVC CONDUIT • '". ;b #7 REBAR #4 REBAR e p CONCRETE CLASS 3000 o- PROFILE VIEW INSTALL IN UNDISTURBED SOIL BOLT PATTERN TO BE SUPPLIED BY THE LIGHT STANDARD MANUFACTURER CONCRETE CLASS 3000 6" 4 .°.04. , ° e {lYP} - �° dI o TYPE I JUNCTION BOX- "� ° a P, UNLESS OTHERWISE STATED ALL LIDS SHALL Q° CT F" o BE DIAMOND PLATE,GALVANIZED AND P ° " 4 .e 4,. I LABELED(TS,LT AND/OR COM).ALL LIDS """-----4 n SHALL BE TACK-WELDED AT TWO POINTS d, ° -�—SIDEWALK PLAN VIEW FOR SECURITY AFTER THE FINAL INSPECTION o° o AND ACCEPTANCE. OSEP�> NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT S l AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE NOTES: of WASy�M '4,q ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT F 1. ALL MATERIALS AND WORK SHALL �� O THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. O ,,v o � CONFORM TO THE CITY OF KENT " " Z -3 CITY KENT AND THE STATE OF WASHIHINGTON "-' H ENGINEERING DEPARTMENT DESIGN STANDARDS, E'" C;Y � � o R 21493 a t �� KtNT LIGHT STANDARD FOUNDATION 2. ALL LIDS SHALL BE TACK-WELDED �aic` F �� AND JUNCTION BOX AT TWO POINTS FOR SECURITY �S,QQNAL ENG�� DESIGNED own AFTER THE FINAL INSPECTION DPAwN ee scALE "°NE sr"N°uto PLAN AND ACCEPTANCE. CHECKED DAB o-rPHovEo Drowrm STREET LIGHT STANDARD WILL BE LOCATED USINGII THE OFF-SET DISTANCES SHOWN ON THE STREET LIGHTING PLANS.SEE STANDARD PLAN 6-89 FOR STREET LIGHT FOUNDATION DETAILS. I 6 SIDEWALK CURB AND GUTTER GROUND LUG/E6-38 RING TERMINAL TYPE 1 JUNCTION BOX. (SEE STANDARD PLAN 6-89) QUICK DISCONNECTS WSDOT STD,SPECS. GROUND LID TO BOX WITH 9-29.7 FNM 5 AMP FUSE GROUND WIRE OR APPROVED EQUAL 3M MOISTURE SEALANT STREET LIGHT STANDARD TAPE AND BUTT SPLICE CONNECTOR #6 OR#8 BARE GRD U.S.E./XHHN OR THW WIRE BURNDY CONNECTOR YC4C8 ( /� OR APPROVED EQUAL 2" MIN. DIAMETER PVC CONDUIT UNLESS A LARGER DIAMETER IS SHOWN ON THE STREET LIGHTING PLANS NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT .h �oF 'NA SyJ� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE INSTALL A THREE WIRE �' 'v ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON RE .a UEST. INS VOLT SYSTEM. yP S°� y Q GROUND OR NEUTRAL WILL y CITY OF KENT T - START AT THE PUGET SOUND ENGINEERING DEPARTMENT ENERGY SERVICE POINT A ,P 21493 9 � /� �p FeISTeRt F� KETIT JUNCTION BOX AND es$�NAI E��� "'°°'°" STREET LIGHT WIRE RUNS DESIGNED DWH ORAWN OR SCALE NONE STANDARD PLAN CHECKED DATE — 6-90 APPR04E0 wwn¢n � O � cy < 6 = ,< :W on Z 1' u am 0 aogU n < F- VI �O U- 0 0 CD < w o � it QSEp NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING—DOCUMENT BUT Qf WASy/ AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF ]KENT ENGINEERING DEPARTMENT 110 21 9 5 FOR STREET LIGHT GIST tio NT STREET LIGHT TRENCH FOR CONDUIT ONLY e151v AL KIE.......... CONDUIT RUNS DESIGNED 6WH DRAWN BB SCALE tLONE STANDARD PLAN CHECKED DATE -91 6 1 i FROM P.S.E.VAULTS OR SERVICE POINTS (240 VOLT.SERVICE) —CONTACT AND SERVICE CABINET PER STANDARD PLAN 6-96 AND STREET LIGHT SYSTEM 6-97 BETWEEN STREET LIGHTS j JUCTION BOX 3 #6 COPPER 2"PVC — SPIICE KITS ' 2"PVC JB(TYP.) TO STREET(TYP.) 1 CONDUIT 2 LIGHT(TYP.) NEUTRALJGND(TYP.) JUNCTION BOX GND ROD LUMINAIRE SCHEDULE FOR CONTACTOR CABINET @ STA. CABINET# LUM. O CIRCUIT STATION TYPE-DISTRIBUTION TES DESIGN POLE POLE NO. NO. (OFFSET) -WATT FILE HEIGHT TYPE COMMENTS 1 A 12+73(38 C� COBRAHEAD MC III 35' DAVIT 250 HPS 2 B 14+05(30 RT) SHOEBOX MC II 12.2 M PEDESTRIAN 250 HPS 3 NOTE:ABOVE IS AN EXAMPLE ILLUMINATION WIRE SCHEDULE RUN NO. CONDUCTORS CONDUIT NOTES: 1#8278(ILL.),E 2#8(GROUND) INT. , 1. U.S.E.WIRE SHALL BE USED UNLESS WIRE �1 (VA IES DEPENDING 0.1T SUBMITTED BY THE CONTRACTOR IS ACCEPTABLE (VARIES DEPENDING ON PROJECT) FOR USE IN UNDERGROUND SYSTEMS. ! I 2 2. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO SIZE THE BREAKER TO THE LOAD REQUIRED FOR 3 ALL STREET LIGHTS. INTC = INTERCONNECT CABLE ILL. = ILLUMINATION pSEP INT. = INTERSECTION ILLUMINATION 4r1 WAS �1 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ONIC DUPLICATE, hAN�Nc��� E ORIGINAL,SIGNED BY THE ENGINEERRAND APPROVED FOR HPUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KENT CSJ /'� ENGINEERING DEPARTMENT 21493 APO; RFGISTER�� 4� �,�/KENT STREET LIGHT SCHEDULE 0 AL DESIGNED DWH SCALE NONE STANDARD PLAN BB DRAWN CNECKED DATE - 6_9 n APPRDVED °° � L OS W aeT-�j W Y �y O £Dj 'SQ 'S �aZp ..rOZ w0 _> £w �"' p OV OrQm �¢o6 ¢s EZO �r pW O p`O O Z £w W w at� z= mw oz oo'' Oe>a2: oQ oa N �o V=i YO ¢£ wz `t� Op w W{-.OLLQ 000 Waa WDi= �0 'a{O"�� VT w Q�w� OZ Oa a7 N� m2 NLL SS ZO=W �pU' N i.�[tiV ��o ps `n5 oz Www wN 'O Nut. owow zWo mo¢ 0p wo YJ £K m0 �O OUom �Om� �rZ IttI-.11u..1- I- £r u< r0 aU Mo w QZQ O NN am O� FS-NN O-T o0 ON QOZS I2I�:W99. WOO O " wo 10 �C� owa �V �;ww `E CWts ��zd' N>2 Z 000 o) mZ JwU NW �,Fy H zyoi NV N£ � n W �O ¢v �¢� �v�i ¢�3 mQ uo mf�.D� is-i=-ao aa.Nz. :E a g o 0 0 Q o �x LL p x N 3 o r x xp rWr.. Z N W W �../ p uaj CE"S �O zm O u u x p to z E � Wa a wo- 90 m, cD yw W O T I �a g"gg(4'J wry Y W �o � _ M C7 ` 0 p s o ti a ry ld 0 Lq p � Y 'NIW N9 \] rW S 0 o O pam O_ 6 U w V r ow a Q FF > COC d4P44PP4 � w � WI z N 'NIN NS P 4 u 0 9 w £.. . G Z J �i0 w �Z •, £ �� w o£ 91 0 LL wn 0 Q ~ o SO WA p<z - NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT pP h� .q AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT y i THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT r� ENGINEERINO DEPARTMENT Q1, P�s{Te� F�4 �,/ !' STANDARD JUNCTION BOX KENT ONA� ��G�� W N'• ' N TYPES SHEET 1,OF 42 � DESIGNED DWH DRAWN BB SCALE NONE STANDARD PLAN CHECKED DATE - 6—�y JZ APPROVED MNE£R O SYSTEM IDENTIFICATION DETAIL ITS INTELLIGENT TRANSPORTATION SYSTEM KENT COMM COMMUNICATION SYSTEM LT LIGHTING SYSTEM TS TRAFFIC SIGNAL SYSTEM TEL TELEPHONE SYSTEM SYSTEM ID DETAIL FOR SHEET 1 JUNCTION BOX DIMENSION TABLE a ITEM BOX TYPE E TYPE 1 TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 22' 33" B OUTSIDE WIDTH OF JUNCTION BOX 17" C INSIDE LENGTH OF JUNCTION BOX 18'-19" 29"-30" D INSIDE WIDTH OF JUNCTION BOX 13"-14" 18 1(Y' 19 1 2" E LID LENGTH 17 5 8" 28 5 8" F LID WIDTH 12 5 8" 181 8" CAPACITY-CONDUIT DIAMETER 6" 12" JUNCTION BOX TABLE FOR SHEET 1 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, CITY' OF KENT ENGINEERING DEPARTMENT �flj STANDARD JUNCTION BOX KENT TYPES 1 & 2 SHEET 2 OF 2 DESIGNED DWN DRAWN BD SGLE NONE S(ANDARD PLAN CHECKED DATE — V-93 APPRO E n+cmrsn i COMPONENT SCHEDULE O METERBASE: 100 AMP(150 AMP IF NEEDED),4 JAW SAFETY SOCKET,AW#114TB,WITH 5TH JAW AT 9:00 POSITION(CONTRACTOR TO VERIFY III WITH SERVING UTILITY). 0 PANELBOARD: 120/240 VAC,100 AMP(150 AMP IF NEEDED), 1 PHASE, 3 WIRE,COPPER BUS, 12 CKT 100 AMP MAIN BREAKER,WESTINGHOUSE BAB2100, 2 POLE WESTINGHOUSE BAB BOLT-ON BRANCH BREAKERS: 4-20/2 ILLUMINATION BRANCH; 1-40/1 SIGNAL BRANCH; 1-20/1 GROUND FAULT RECEPTACLE&CONTROL BRANCH. O CONTACTOR: LIGHTING RATED,30 AMP,4 POLE, 120 VAC COIL, (AS REQUIRED). O 4 O4 PHOTO ELECTRIC CELL: 1800VA, 120 VAC,ALR#SST-IES(PER WSDOT SPEC). (JS PHOTO-CELL BYPASS SWITCH,SPOT, 15 AMP,277 VAC. © GROUND FAULT RECEPTACLE,120 VAC,DUPLEX,20A r = � CABINET: NEMA 3R,PADMOUNT,1/8'ALUMINUM CONSTRUCTION,2 SCREENED AND GASKETED VENTS 4 1 = M DOORS: HEAVY DUTY CONCEALED HINGES(LIFT-OFF TYPE) ' STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR BEST BLUE CONSTRUCTION LOCK ON DISTRIBUTION DOOR POLISHED WIRE GLASS WINDOW IN METER DOOR _ CLOSED CELL NEOPRENE GASKET,CARD HOLDER FINISH: POLYESTER POWDER COAT,NONE OUTSIDE,WHITE INSIDE 2 o. 120/240 VAC _ 1° 3W 5 6 METER PHOTO 3 0 BASE ELECTRIC 2" 2' 6" c 0.1T-xH I O,iT MAIN T 24' I i6" CONTROL r ob SIGNAL SERVICE CABINET TEST m _T SKYLINE CABINET SERIES 47700-KM-100 OR APPROVED EQUAL BY LTG SWITCH TESCOR BROWNFIELD. GFAULTD METERING SECTION CLEARANCES&EQUIPMENT PER PSE&EUSERC J RECEPTACLE UL LISTED PER STANDARD#508 SUITABLE FOR USE AS SERVICE ENTRANCE EQUIPMENT _ CABINET M FRONT FINISHED SIDE SURFACE D p . o' p Oe D D .A ONE-LINE DIAGRAM `O CLASS 3000 > D CONCRETE , a. BASE ...`96. CONDUITS TO BE 28° ' 1 20" INSTALLED WITHIN THE CONCRETE PEDESTAL TO CONCRETE BASE SERVE THE CABINETS (Typ) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT QSE.� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 5 S Z ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �OF WASy,N THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. O tiP `o CITY OF KENT ENGINEERINGNQ pEPAR'fMENi KE' T SERVICE CABINET, CONCRETE 214e3 wA.nix..ox BASE AND ONE LINE DIAGRAM I FGISTER DESIGNED OWN ` G�\ DMWN A5 SCAE NONE =6— ANAL �� CHECKED DATE — APPROVED ' WSDOT STANDARD PLANS TRAFFIC BARRIER i C-1 Beam Guardrail Types 1-4 (W-Beam) C-6 Beam Guardrail Anchor Type 1 i RETAINING NOISE BARRIER AND GEOSYNTHETIC WALLS i D-4 Backfill and Drainage for Retaining Walls D-10.15-01 Reinforced Concrete Retaining Wall Type 1 and 1 SW CURBS SIDEWALKS AND DRIVEWAYS F-40.16-02 Single Direction Curb Ramp F-45.10-01 Detectable Warning Surface SR 516 to 231"Way Levee South Reach/Hallock A - 2 June 19, 2014 Project Number: 09-3006.2 FACE OF GUARDRAIL FACE OF GUARDRAIL FACE OF OLIARDRAL -i NOTES I. Saab a used n t e C apide f Snow t ii, post Washer 'EX,- _- t_ y z Post be used on the baa SI aUsed pastW fieushe pfihe 1 3f4" _r T �E , Post d O Washer)andside a Snow Used Rail Washer shall 2. nl n =='-, placed Onthe few Pileof Bum Guo Installed Tye 1 and ia H Snow Load Rail Washers Poet not be tnsblted w mmlmals. O FOR FUTURE GUARD- �.. 2. Ralf Washers,also Caged'Snow Load Ral Washers"are not ��- RAIL R4ISTNG relmhad On new installation except aP piled for in No(e 1. I Unnecessary Rat washes read not be n,M,from etist. in installations V'cwthese i ( installation shall be removal on posts 2 thmugh 8 of a BCT L o HNA oYERtAv ! 3. Beam Guadfal post spacing for Types 1 through 4 Shag be ` I 1 6'-3"an Centers. TYPE 1 P1ItUl INSTALLATION RARELENEN'r RAISED 4 van¢edTrIberbnail to prevent block mOdo.ocks shelf be hie-nailedlethepost witha16d gaL TYPE 1 ALTERNATIVE 5. Far post and block tleblls,sae StandaN Plan Fib. 6. When"Beam Guardrail Type- Ft Long Post"Is spectied FACE OF GUARDFhii. FACE OF ^ FACE OF in themin.hig Me W4IengN Shallbra stamped wit numbers. 5• GUARDRAIL OF ^ GUArtORA4 FACE OF FACE OF 1 'is min,high and SS MBL DE location whefe the mps GUARDRAIL Z_ -GUARDRAIL gpa is Shown In the ASSEMBLY DETAIL Minimum WOOd post at I1CabOn$•the letter shall be$ta(np0tl tp d mlNmUm depth p( • va•CARmAGE BOLT �{•I. Post aPPI103110l i,the Keller shall be legible W.the el aoury NVra Pose -� after the post is galvanized. After post insbtation,dshall be BOLT WASHER i 1 the Contractor's(�1sisli 10 p m IN yb•HOLE ( ty ennne that the stamped numbers remain visible. ]. EdMing psis shall not be misetl. Replace posts as b I rw.pe!sary to achieve mHrrired guardra0 height CS x 82x 12-5 Pl4• 1 CP+g2 x12-5 ate• I i MIK LENGTH T\T MN.LENGTH -"'`v-'- WJHIX NUrB PoSi I BOLT WASHEj - __ _ NWe HOLE I TYPE 2 TYPE 3 TYPE 4 E $ggL SEE NOTES K�4{a�i�w y�g RAISED GUARDRAIL BLOCK t Y4'FOSTBOLT WASHER TIMBER BLOCK y Q FACE OF GUARDRALL FIELD OmLL NEWHEKD EE SEE NOTE 4 FOR TIRES 182 ONLY FOR STEEL POST 1 r FOR 518•BUTTON HEAD BOLT ITBUTI82 4 i vpe5 --—t yg x 18-BURON HEAD SEE NOTE 5 P 6 T BOLTW!]J32.OVAL GmP �p 9p a2350.00 0 iII5 v —I- a RECESSED HEX NUL X x o M-SOR d1ONAL 5)d"x •BUrTa ON HERO `,.`.. M-16 eOLTWf T/ OVALGmP 1 t ¢SZ3!SR EDWING GU 8RECESSED HIX NUr TYPES1a2 - RNL MST OR ..`.� sa•x IT BUTTON HEAD BEAM GUARDRAIL SAr ROD THREADED BOTH BOLT W 7CW OVA GR9 a �ENDSWIHIX TYPES I -4 Nums HEKNUTWCUTWASHER _ YPESM) tt4•BUTTON HEAD - STANDARD PLAN C-1 SPLICE BOLT W/]IP2.OVAL -HIM OVERLAY amp a RECESSED HEX NUT - SNEET 1 0F25HEEiG tEIGHr REQUIRED PER SPLICE) -I-�V-T TIMBER POST STEEL POST APFRDVEp FOR PUBLICATOn MWNTINGAND SPLICE PascQBakQfch10 Ob16-11 HARDWARE SAME AB FOR UMBER BEAM GUARDRAIL RAISING FOR HMA OVERLAYS POST EXCEPTAS NOTED �. 1A10b9tl1°'OX`a' °1w ASSEMBLY DETAIL �%w�-..Am.a"°•°�'O'"`OrT1O1pa1e°°" TTIB' W,SPLICE HOLES IN CHANNEL ( Y° I sB 33B" 17W RAIL AND SPLICE PLATE,FOR 59^CAARViC--BOLTS IW :. M*Bs B r S S T.. 41K'419^... attd° 4114- _� 1 W-TPOSTBOLTSLATINCHANNEL POST 3+a'=T SPLICE SLOT IN RAILANOSPUMPLF—MFOR5IV CONNECTION CIUNNEIRMBGPLICE BUTTON HERO BOLTW 7T OVAL PLAT^FOR S'B-CgRRL4GE SPLICE BOLT SLOTS `POST BOLT SLOT GRIPPNO RECESSED NUT ( BDLT,HEX XW 8 WASHER (TTP.)-2932'=i ii8° OYP)-y4-2 t2` CHANNEL RAILSPLJCE TYPICAL RAIL ELEMENT r t3-6Vr �� tili6'HOLE B-2 th" R-Y 2314" 4W 41W V{PLATE �— 41W'4VO r R SNOW LOADek° '- --_ _ POST WASHER 2 e ANAL F� i[ \ (/ —;....... SPLICE 90LT slots 1,�PO6T aOLTSLOTS POST BOLT SL SPLI CE LICE BOLT SLOTS tr BEAM GUARDRAIL TYPES1 -4 RTP.)-2915T=r -Y6"=331a' -3I4'•212" (iYP.)-29f3r'=11/5^ tVIV-Sttir SLOT (W-BEAM) EXPANSION SECTION i -T— 81 A MIN. STANDARD PLAN C-1 �� SH�T2OF25HELRS n APPROVED FOR PIIBIICATON SNOW LOAD PdSCO BakoSch 111 06.1&11 RAILWASHER n"t`oi9d4 p1p"a" a SEE NOTE5182 wmn;.,a,,,5kN My1m�4dimvpanoRm NOTES 6x8 Timber posts Anchor cable (see Oetai U 1. Anchor pla-'e may be constructed from (i/q` plates To match dean welded to equal strength and dimersfons as shown. guordroii Eno Section Dasigr G 2. rror end section cetcils see Standard Plan "'Seem CRT 'root tsee Nate Y guardrail End Sections". Ssee Note 33 ` 3. For most detciio, see Standard Plan 'Beam Guerdroll Posts Ord PLAN 4. Eight %' I/i"' machine bo1-s with hex nut Ord wanner. P:cce washer on face side of rdi I. 5. Cutside nut shell be torqued agcinst inside nut a minimum Of 100 ff-Ibs. Been Guardroll 6. Toerail bearing plate with IOd nail at corners to pay limit Anchor 1pay limit [see Note 7) prevent turning. T. Anchor pay limit does not apply when anchor, is 2" Button tech bolt or included in a Becm Guardrail Terminol. x t hez head bolt and hew nut with rail anchor x'ashern anger bolt head and nut /—Anchor plate Two l•' nuts (see details) and washers 12" 16' Anchor rail washer (see Note Bl 'B (see Detail) I ~sue Bearing plate (see TP Detail and Kate 6) standard z^ ID Pipe sleeve —� a7'fTrrrc ;2% OD) /i/ Yi/ Two S,. nu- end washersa gee Note 5) CRT Post (see Note 3) $ BEAM GUARDRAIL ANCHOR TYPE 1 Anchor post assembl ° (See Nate B} y A49 g ^ne �3:a i _ ggF c 4 SE�€i Bra"nri��cxys ��S{S TYPE 1 ANCHOR ewnes xn xwe Sseifi STANDARD PLAN C-6 APPROVED FOR PUBLICATION DonaldK Nelson 0&30J97 _,h o s,r ow.., Dare --lwrax ST.m ovwrxe11.1 `n rxaxsPOxrmox anu.vux�xmm+ Sheet I of 2 Sheets E L35 -See Note Tn; ' MIN Mgyl- Ids Hole Ieight required) 3" x 2�/4" x %y' End plate 3' ELEVATION SECTION B-B �y� y B Gage MIN ANCHOR PLATE ITI I�i t5ee Note U ANCHOR RAIL WASHER 33s X i" x a" plate tack welded to s/a" plate 8' � a asl a " Ca BEAM GUARDRAIL ANCHOR ble _ TYPE 1 Swage FK5 ee. plate o v S 63 II IIII '1' pig � Ii I'I ri BEARING PLATE s thre dad fuel JB/oxn>.b�al�` lSI� length tTYP) mvs u.r>.nse 11f�i� ANCHOR CABLE STANDARD PLAN C-6 APPROVED FOR PUBLICATION Donald K Nelson OS M7 "'.EESICN FNC(PFEi p+�a vwiNcrox srarE aEP+amtxr ov r. Nrana+ arNvu,vlsNrxcrcw Sheet 2 of 2 >heets r-i PAV3fiPARW mNagr nrn*� I 1 W 1 1 i.4FmM'PJJ.TfUR 8ll9NLLl1MfBAM1l�G61IIXtILE4f a gFy�i' � FW WaiS � ,1IDNG91£(I1LE QNwy ����"�� W.. ((� MCUAM1IESWiIMA?MY. ?�.e (am WAILS T 30I4 �yti i }§ IY:FPFbLE ..__1LL uNa3mw,wPpE 'vmmuvLLs CONDITION A OR CONDITION B . auvaawau WITH GEOTE MLE .:>:• LLBlLWJIS ' .n. ' LPLID'➢pAW PRE CONDITION A (((---tEx�ENrm�ret><ntt� w>$ae srmwN oN nari; Ascwur�u—�„�• I _L_ Granvaaacyo-�. _ _ NatMe '� r�iwais .. MAtFHAt C 3p4 AllwNT to m EMV3 - we8 tL'PWALLS I _ 6UYd.84dCrltl 9 � FAi fdYUN3 O t069q O b uvenorvsuaRE AL 88 �� butEl8ACg81 • � • '•6• o-. • E%P9iE5 JANUA4Y tt,E99 ALTERNATE DETAIL BACKFILL AND DRAINAGE Hera,waccrmmlctwwlm wo-�ow,wPmE FOR RETAINING WALLS STANDARD PLAN D-4 !AN �� wrw ea.. ,.` APPA]VED�i WJSIJCAi CONDITION B Crfwd E.Mansfield IpN 2(11/88 w ruuwv� .�uew ur �o-wnmea�.en,s are °" arwuw�.mm� Pit I BACK NOTES FACE OF MIL ( 1-An cormem shall IF,Class 4000,except as home. SPLITVIEW m LINE 2. For baddltl m requuemeMs,see Standard Plan Z PSF EOUWACI LIVE 46 WP11 SECTION �' 250 LOADSURCHARGEWHEN 46•WgLI SECTION SPECIRED IN CONTRACT (aETWEEN JOINTS) (eE1WEEN JOINTS) 3.With Wall TYPe 2SW(Boilers"Is Specified, G 1 I �'' and the total wall thitlmsteel Iran be ma Imit ssed 26 MIN.VERTICAL CURVE AT —� LONG DINTEACH V. JOINT SIDE �.S(iYPJ ALL ANGLE ORALL PEAp POWTS j IN TOP OF WALL PROFILE - CEMENT CONC.CURER S"CIA J i 4. When Wall Tree 2SW(lame'ka is al CRAIed, (CL 3000,<"THICK) I r� 1 1(Y CIA MIN. $hail be nc the table Column'Material Qlantfy' bran be increased by(o.00a><M crn F. SURFACE TREATMENT I I I 5. Conchme in the 48 foot wall sections shall be ©#4 -T- -I-- -'1-�'-�'- Paned SepalatelY baNreen eVansion lours,wMl 1 L CENTERS(MAX.) in minimum e how pedod before plating Lonaete 80Tx FACES -t---I-- -i F-�-�-1-� i111I1e adjacent SCClipn. o NCOMERS i _ �- I 6. INS wall has been designe l in a m danw with �- �� I- -�---j--'�-- the requirements of the AASNTO LRFO Bdage o -1-�-L Design SPedfcatons 4th Edition 2007 and ermines cLA -I IjI!� ' twhrz 2006. The selsmie desi n of these v,es j ' It 112• I I I' it I I has been completed using an effectve PGA o o H IS NOTE 31 �' I- -i---V- -II---T--�-- of 0s1 g. is o x EXPANSION JOINT-46 CENTERS. WI _ II I__ 7. tT2ifiC Bariiers alC+requiRd,see Standard Plans lAr PREM ILDED JOINT FILLER -i -r� J ONLY FOR HiT' D-15.10,D-1520 and D-15.30. r�-�-q DRAINI - - '� I I I I Ili I- I I 1 L-� I `�= "9 °V CONSIRUCTIQNJOINT VATH - —{ ���- - K RoucHERFo sueFac= I ( I I I � SLOPING FACE WALL DESIGN o 1 ta'cLR. (�E rrs --�--'S+--h*— (,�—fir— —f WITH A 250 PSF SURCHARGE �a _ --II-- p Ili M °NLV Foaxzz+• OR TRAFFIC BARRIER 1A� � zW ©#air-s'Max.(4YP.) E aa) aclA AND EXTENDING THRU H 3'DIAM DRNN5 ATA80UT (L �t FBFR I g CONSTRUCTION JOINT A--I t2 ENTERS AN08"ABOVEJ �� CONSTRUCTION JOINTS IN FOOTING " g 3i5 llwom FINAL GROUND LINE AT ONE ATTSr CE,rTEMMm. FRONT FACE OF WAIL SEEDP.RQO TABLE l t9¢"8 I B FRONT i BACK O� 3T6935 � Qg�6 �3 BAR(n)#4 TYPICAL SECTION PSfj08d1. tocnnon wAu OTY. OOFFSET-SET TOP OF WALL&id(' SPLIT ELEVATION VIEW HIM HEIGHT HAW..__....OFFSET=12' lLiINz 6 xE2v.._._oFFSET[6awJ=x 2 tsx°WINGPARATE RBDAR IAYERSJ REINFORCED CONCRETE TOP CYSW 6 QWHEN THE CONTRACT SPECIFIES TYPE WALL OF 1r<= r CABLE FENCE SNCXFtLLAND THE TYPE 2 AND 2SW FoonNG 23.S26 9 CEMENT CONCRETE GUFFF SHALL STANDARD PLAN D-10.15.01 9 1W 11 BE PLACED F MIN.FROM THE TOP OF THEE WALL SHEET 1 OF 2 SHEEf6 S12 5 BOTTOM 13'StF e APPROVED FOR PUBUCMON OF FOOTING1T 22 T S' Pasco Bakotch ltl 12.02-08 9 29'� S 1t ` ^6re6mdmmrm p+E T WmAi,ppn SM Oqunne!}T�ar�"FNm FOOTING REINFORCEMENT DIMENSIONSQeb BPJi� BnR� eARN S2ER7 REINFORCEMENT MATERIAL. MA%INUNSOILPRESSURE O";F} H O BARON BARQ ©#q QUANiitt B Ov O R LQiCTH h SI2E SPA LENGTH S�SPA LENGTH SIZE SPA LENGTH h b SRE SPA LENGTH h b S6E SPA LENGTH LENGTH yf°'14 �N SSE STR-NGR1 eva i bvwrz t'-6' 6-2 4'_T 8" N/A WA NIA WA WA WA WA WA 3'-1012' 0.61 pg g3p 6_4 #4 ?'- 8' N WA WA WA WA WA WA WA P-1012' 0.46 p3- 99] 1351 1360 IBIS fi' T-2' S-T' &" NlA WA WA WA WA WA WA WA s-W 1R' 0S3 p.9 t01g id]6 t543 2005 6 T-0• @_3' t'•0" 1'_T 22° r_T Y-C° k4 i'-P' 6_9^ #a t'_S' S-4' #¢ T-0" g_Y T-T e' WA WA NfA WA WA WA WA WA 6-t0 t2' 0S6 3AT 4 1'-0" 4-Y S-T @ WA WA NDl WA WA WA NIA WA T- Tr15 t6gt 16f1 2392 17 T-B @-6" t'-0" i'-i0' T-T 2-0' #4. 9" T-@' ,Y4 1'-S T-3° :4 'i'-P' 1P 2" 9'- 19 t? O.S 3].T 1315 iB33 2043 24� ii' T-4, d-6' 1'-0" i'-H ffi' 2-T £-D' #A T T_S ya T-6" T-S � fP' fl•-Y 1P T 8" WA WA WA WA WA WA N/A WA 6- 101TY 0.p 422 t493 20R pe5 2]ad T g WA WA WA WA ! WA WA WA N/A 4-tC t/Y 081 49.6 teR pot ZI30 30R tP- tg @-3" 3'-9' T-P' T-112' 2'-T Y-D' #5 T 8'-0" iW i'-6' g-P k4 e' t3'-2' tT-T H" WA WA WA WA WA N/AI WA WA ti'-it• OS9 518 R4T ZSp 3W6 apt 1" 0.4] 6L] 2C36 28p 1g 3`A$ T 6 N/A N/A WA WA WA N/A WA WA tY-iP 1A2 14.6 2190 3039 3477 3TOfi 4-S' #4 P-5" 4-3° 3a T' is-2" 14'-T 6` WA N/A WA WA WA WA WA WA 15-0' 125 Wa pS9 pt3 d200 3266 IS t0'-P' 4'-0" 1'-g' 2'-5 2'-1P 2'-3' 6' 9'-9' :4 t'-S 4-4 M ' S' i6-Y IT-T @ WA NIA WA WA WA WA WA WA 1q-g t36 98.4 2459 nu QW 3645 iT itl-6' S_p' y-6" 6' 10'-3• i4 i•-T tU-Y #4 S 1T-2 16-T g' N/A N/A N!A NlA WA WA WA WA 1S- 18' fi'-P 4-T 1'-6" 2'-T Y-T Y-6" #6 6' 10'-9° #d 1'-V iv-9' T tg_Y TO S t.55 t035 ZS'TL 36t6 dT33 395f IS 11-T S W 1•_4 T_ T IV NIA N/A N/A WA WA WA WA WA 16-5 tST 12L6 291 3]56 d951 469] 8" @-4' Y-9" #6 S 1t'-3" to —F it'-W #6 S 14-Y 16-T t0' N/A NIA WA N/A WA WA WA WA 1T-Y t6] 4G.5 2>Di 3gC0 4939 405t -9 t2' S_q• 2' 9" W S 12'-D" fA t'-0" 12'-0' l5 S 2P-Y 14-T iP' N/A WA NO, WA NiA WA WA WA 1g-T 202 i69.0 28S d0p$ Spy a186 2T 1Y-S S-6' 7-0" 2'-f0' T-T @-P' 17 T' tT-6' S6 tl" 1Y-S %6 i'-4" 1P-412' 4-T t2' m t'.-P S-Y S-d' ti" F6 t'-d` t4-4' 13'-N tlY 225 fait 2B8g 403 53p a2N 2T t3-Y S-4 Y-P 2'-11 12' S-T @-D' m S- ig-0" YA 10' 1@-0" #6 1'-f H'-S i0-T 1M 12• #6 t'-4" s-Y 4'-C t1" #6 t'-a' 2P-4' t4-tt t? 239 i5L< 298T di93 5540 4323 23' '3'-Y ,f-T 2'-3- 3-Ot2' 3'_fP ,Y-3' m 6• 1]'_6" pq t0' t3-8' %6 1'-4 t$-612' 11'-9' Y2' 96, i'-C S-S' d'-T 11' Y3 -4" 21':i- Zp.612' 26i i643 3t03 4?$6 5]� 4462 24' R-3" g-3" T-3' 3'-112' @--10' 3•_g m S' 1d'-C F4 8" ib'-0' #6 t'-d• t3-T iT•912' 12° 98' 4-4' S- y. p•, 26 1C-Y 6-6' 2-6' T_21? 6-t 3'-E' m B' t4'-6• #4 8' 14'-8' S-S d T 1P '.`6 T. 1' 2t'-S itY' 2T9 1]5.t 3202 449T f11D6 4682 2S 15-5 S-4 2'-6" 3-3 t2" a-t' g-S Se T is-3' 94 . T 1S-Y #8 T-4• t3_S t2' td'-tt' tY #e T- 8" a-10' 11' 1'-6' 2Y-?D' 2T-S t2' 3C6 iW.6 33t3 dFyD 62R 4TZ5 ?7 t6-T T-m T-8' @-4t2' 4'- 4• S-B" 4'-1P ti" ?•.T 2S_t0' p-5 t2' 3Y4 196.4 3391 4I53 R4fi CT85 2g 16-5 T- 0' %-9' #8 A 15-9" #d T 15-4' #6 1'-Y Y6-e 1K i6-P' 12" IS t'-Y S-tt• s-t" tP #6 1'-T 24'-]' 2d•-212' 353 2145 BgLB 4916 6693 a938 3' 3'-0' 3-61YP 6'_T a'-0' #8 T t6-3" 96 T t6-3' pi 10' i6-tt' i6-t t2- 12' p6 t[I 6-T 5'-d' i it" tl6 1D' 25'.a- 2C-t2 iR' 361 243.9 36$6 $DT9 6B62 3942 M 1T-tl T-6' 3-3" @-6 t2' a•_t0" 4'-3' #S T 16-4 W 6' i6-Y %8 1'-d' i@- 3P iT-6' S_ P 15-0° f'-3' #8 t'•d" 8'-/• T-2' t'-3" #8 t'-f 26_t' 25-612 4t4 247,4 Ya3 S2d3 ]092 5232 #8 1'-4' iT-011r' it 1T-4 #S g' tT-9' %e T-4' 16-1 t? tT-71. 1•- 3T 3' :.8 T-d" @J' T-512" T-Y #8 T-4' 2T-i0' 2T-S a65 303.1 3803 5a4a >319 54tt 8" 3'-8' g-9 t2' S-4` S' w #8 S 19- @ #8 1'-Y 14-212' tg- 8` 45 @' 1@_ 2' 1'-3' k6 T-Y g-10' -3' Ae 1'-2' 26-T 2@-3' S.N 330.6 3978 Sg63 ]509 5512 33• t?-3' 8'-9' 4'-0' g-10" '-I 5'-0" #8 6' 14-0• #S 6' 14-D' #8 T-P' 19'-Y tg-112' 1'-Y CB 1'-0' 4_t' T-H• 1 6-1i' S-t0' S-3 RS 6' 19-5 NS T Y5-6"3S 2P-3' 9-7 d-S 4-T S-1" NO 6 20'-4M6 T 2P-0' 1 Tt@ 1-0 -4 -@ 4_31JY Y1'-3S' 3C9B t'iPR' 3P-1'• 24- ' TT86 6g5I iT-4 t2' t'- 9' sTd 4545 4T14 3891 6012 Sm 8' k10 l'-P' t2-312' 1P-91TP r_S 310 i'-0" 3P-10" 3P-6• 6.1£ dgZS 433t BPST 8285 5928 REINFORCEMENT NOTES Q FTRAFRC BARRIER M USED.ADD 0.11a CYOFCCNCRETE CLA364000 FOR BARRIERALTQWATE 1. AM 0.152 CYAY OF CONCRETE CV35 OFORHAF6tIERALTERNATE Z.SEE STANDA PLAN 0.15.10 SLOPING FACE WALL DESIGN Q ADO 16 LSOF OF REINFORONG STEEL FOR BARRIER ALTERNATE t OR 23 tJ34.F OF MWORCING STEEL WITH A 250 PSF SURCHARGE FOR BARRIERALTERNATE2SEE 51ANDARO P[AN 0.t310 s 1 ppvvrr..11'' &' 3a h 10� h 011 A�of T36bY eQ.$l 'y i 12"R RADIUS (SEETABLq I nlqy a Jill BAR F� A�SfOmit `ONG~ #1�•I (CJ T-g'CENIEIiS BAAR RA➢IIIJ 6AR MN.SPUGE ¢dS4I f irz• *6 £-°" REINFORCED CONCRETE k6 17t8' #6 zira• z r-6• RETAINING WALL m 26/e' m z-6• TYPE 2 AND 2SW 6• "� 3'-T STANDARD PLAN D-ims-01 F ?9 3IIV 5 910 5 39" #10 s-Y SHE-T20F25HEE15 S Ytt S APPROVEO7pum8NCATON 0 Paseo eExosGn Tz-oz-os - BARS AND T wmHnpw�Fw D.wnnmlNTmperg6en NOTES BWxER 1. This plan is to be used where pedestrian voxsing in one dbodton is not MATCH SDEWALK permitted, YapTH-a d'ntw. S1Rfl SEE q!iTRPLi PtNLS 2 QPb ram IagtM Shall be MATCH SIDEWMIK - P Pia wilt Pith wbt of the s.^,sotiatoi YAOTH-a PMIK PEDESTRtAY CURS �I y� ^ C1n55wa0[.OI'255hUNn'vl Me CCM1'aCl Pl'dM1S. -SEE gNTRAGr PLANS -SEE N07M to"� Ox's RAMP ! F�ESIRIAN CURB PE PSIRwN curia S. Where`GRADE ERFAK Ls,mead plat, s entire flUo,of the grade break Ym-EXPANsaH xaxr r_sEE NnTE to MATH atoENN.K I^iQ1TH-$mMw. �, - -SMNOiEte 6etwe0n Nre tvm 9fjawni sldaoa planes shall he Xush SEEgNTRACT PLANS f1YP.)-SEE STANDARD WJDWG J PLANFamnm LANDING 1 °-tr _ 4. Co not trOntedo Of rbearp OrOr arY access Its,orb Name draw or tarn s.Irma, a2•ExPANsronr en.mfmM of the wroa orwa SIb2NA1% j//' 3 R SfANOARD PLAN F+W,Ia � mP m pan O(1he alro ramp Or landing. SIFE-NOTE 6 I r ( / ____ _ - S. See the Contract Documents for Ore card design spwfed 5 MIN. See Standard Plan F-10.12 for Curb,Curb and Gutter,Depressed Curb A ' rA, i x and Gutter and Pedeshian Curb dmals. 6. See Standard Plan F3V.10 for Cement Conaefe Sidewalk Details� p SIbemx - 1. SCE,wrb p6-in5 for Wirt and p�ea of sdewdik a>= D sE�iroTEe 1. The bid item'Cement Concrete Cerb Ramp Type_does rcd include the SuermeaRlP-SEE DETECTABLE YJARAmNG SURFACE au"M adlawm Curb or(Curb and CONSAAGT PLANS D SEE sTAHDARO RAN F-Id.18 SHIP D SSEOTABLENMWWNG FACE Culb or Sidewalkor iha GYtromressing tlCurb add GtlflBr.PedeS'Jime1 "5E srAmmARUPLANr-eslo p meng steps sing dooms, t u �LllRe s CURER ' �IIN, r -SE NOTE 5 ..-SEE NOTE 5 8 exceed 15 feet t0 svoidm 3sing toislare Sbpa shall nn[taliNVC 1M rmns ling n9fh t0 OEbE5TRIgN �--� �'qRa RAMP PEUE5MAN CROSSING \` to steel,grades,When applying the t rm foot dm==length,the Rmrdn FAL =SURE sic; ��OF curs RnAW slope of the curb ramp shall be as flat as feedba, g cure PLAN VIEW 9. Curb ram and land" PLAN YIEIIY Ps r(ga solos receive Oman finch. TYPE SINGLE DIRECTION A See Standard SpecIDeartone&ti 0_ TYPE SINGLE DIRECTION G 10. PedeSWW Curb may be anted dike ground swh is st the bark of the IIF x Curb Ramp artier lending IMII be W Ire sane ekvation as fbe Curb Ramp on Lending and there w31 be w matwfal In retain. CETEGT ARlaNG SURFACE 15•-e'idA%i SE aTAtANB IDAFlDiMNF-16.1m is,-V UAX � ]S-PMAX LEGEND y 9EE WTEa� �+ GRADE BAE0.Y GRAbE BREAK {-SEE NOTEb SEE NOTEa GRAD-aRFAK SLOPE IN EIi11ER DIRKipN 310D roRF.AK r eREAif� CVRA� COUMER SAFE AtAC BREAK gDEyJMX- SIDEWAtX j 5.e:i MAK 9D,WALK- SENOTE9 a3%MAK l�17 ' TOPOF /^_ ___/ a".,. jAMPPIAN1 %D ' - SEE STANGARb Py HFt0.tR CURB RPMP-r �� I'-SANDING LGllRa RAMP g (-� QttlT {'� tl Qi�$. /-� SECTION ( g) E��q of TAs'N r kg 15i. SECTION l A i ��-�� ��" rm. 7 3059 a. Creiriaor-Cad�.T eGNGREfE-Ra RAMP TYPE Sw(-SE DIRFCTiDN A'PAV[IIAR "CENEU E WRa -SEE NOTET TYPE SM Nrli=Oan GLE OIREGpON SEE NDiET - SSr0.5AL DETEOTAJNzvuv lm fi3u=^ R Pss;s � Fas.la 4 xHtts€ Pe°Es'RI""rA'tm I - uT E0 OURS-SFre's° SINGLE DIRECTION '—' CURD RAMP so-m� 1 STANDARD PLAN F-40.16.02 RAD US MAY YutY i SHEET t OF t SFfET APPROVED r4R PU&JCgi1ON ISOMETRIC VIEW ^ ISOMETRIC VIEW PascO BakDtich 111 620113 TYPE SINGLEPAY DIRECTION A PAY D DIRECTION a]DETAIL ID TYPE SINGLE DIR + rc m LIMIT / weae,R�su.o.Pmm.awtnw.P.e.rs, PAY LIMB T 1--T NOTES 9 (DV*shall edend th.ba wfdf4 of the f. The D mp(exclusive Wamin lurtam � DEIECTAtet>;xwnNlNc Lulb ramp CD>�lusivB of flares)or the kax6ng. CURB RAMP LANDING.Clff- SURFACE ICWST- THROUGH OR WALKWAY SEE NOTE 3 2. The DBIGG".ubfe them ail Surface SlYdll be piamd at the back of curb.and need net hbowihe ra3us. _ A item z4rr � 3. The rows of truncated dorms shall be al' A Igned to be perpendiCular to the B B a.ss — grade,break of ma back of orb. f—D� ��EELNOTE2 _ _ 2-TMIK- C BAs B. _ _ _..ash==' TYa.OF ALL 4. The r°ws of insrakd dames 51gI1 be aligned to be pary7el to the TRUNCATEp DOME PPPLICATONS direction of navel. SECTION O E at o2• 5. If Curb and guler and not present such aS a er eck se path Connection. J� the Detac able Warning Surface shall be placed Bt dive peeamera edge. SEE STANDARD SPELIFlCATONS FOR COLOR OF SURFACE '. S. See Blooded Plans for sidewalk and curl,ramp dames TRUNCATED DOME SPACING CURB AND GUTTER TANG.�[�OUGHRaanRAMP ]. If a Curb ramp(S requited,the location of the DeloL4ble Warning Surface SEE NOTE a NCATED DOME DETAILS WAtKVJAY ramp and within the required dmtanoe from o< must be at the bottom of the rc CURB RAMP w+owG DETECTABLE WARNING SURFACE DETAIL the rail. a'NOTE a 8. When the grade break bebveen the curb mmp and the landing is less than or equal to B fL from the back of curb at all pains,place the Detacws WALKWAv WIDTH of LANDING _ blaming Surface on the bol4m of the Cub nano,. _ watxwnZ WAU(WAY --{ NADTH OF CUI'TiROUGH DETECTABLE WHRNING DYP') YJIO}H OF oJl'-TiROLR.Yi SURFACE{CMS}- j .. S¢NOTE4 CURB RAMP _ .) e BACK OF CURB _ T-V xox m SINGLE DIRECTION CURB RAMP FLARE -� FLARE ?-Ir (GRADE BREAK FROMIM`rVA BACK OF C AND - _ Not LANDING s B FT.FROM BACK OF CURB) LEENOTE6) LANDING BAgK�CUR6- DETECTABLE WARApNG .- u. DIRECTON OF SEENOAS SURFACE(OWS)- DETEGTASLEVS}RlaNG TRA La -- EENOTE3 SURFACE frYP.)- BACKOFCURB- Qm LL N9DTY GF Ct1fte RAMP S¢NtlrE3 S¢NOtE1 CURBRAMP . .f//// SACKOFLURB- WALIGYAY 1 F•i VALGAmr PERPENDICULAR COTE URB RAMP SEE NOTES ) '' T-PMIN. w OF GARB RAMP ISLAND GUT-THROUGH LANDING,OR WP1KW'AY OEfECTABI.EWARNiNG SURFACE WARNING SURFA p)3 (DWS)-SEE NOTE Q*Bg ' SALKOFCrIRB- MEDIAN CUT•THROUGH F l�yaY q+sB> 7 @b SINGLE DIRECTION CURB RAMP - S DETECTA3LE WARNING M Iq IB (GRADE BREAK BEIXEEN CURB AND SURFACE IDws7- `4 T VADTi OF SHARE6 ea FNOmGrS FT.EROM BACK OF CURB) 5¢NOTES4&T m USE PATN OR f'C $@4 CURB RAMP (GEE NOTE6) CURB RAMP `-I WALKWAY(rYP-) 4F�6`pC 9TBS��G\}� 3g4Y D EEt £ WALKWAY-I (ANDING-t WAL'fWAY NAL MOTH OF CUT-THROUGH SHARE0.USE a;s l8 1 v ') PATH OR ROUNDABOUT BPLIT rR 1NAL1 AY DETECTABLE WARNING i ISLAND PAVEMENT SURFACE .—� RAIL - SHOULDER qEE mEDGE STANDARD PLAN F &IO.01 NiB- EIECTAB!E WARNING ax':i-. DETECTABLE WARNING "I' SHEET1 OF 1 SHEET NOTE2- WIDTH OF ACE(DVM SEE NOTE :_—_ PATH OR _ APPROVED FOR PUSLICATON I.ANDINWALKWAY 5¢NOTE 4&s Pasco Bakofmh/it ON2t112 ELC I PARALLEL CURB RAMP PEDESTRIAN RAILROAD CROSSING SHARE0.USE PATH CONNECTON w.d,Ir,P�sn.ayat�YelT'^AeMXm (SEE xorE sT PLACEMENT GUIDELINES i i ZLEGEND //� --————— GREEN RIVER TRAIL GREEN RIVER •••••^••. DETOUR ROUTE ENHANCEMENT PEDESTRIAN i 1f2 MILES AREA O GREEN RIVER TRAIL �� (; BRIDGE a 1 DETOUR JG".24" T 0 GREEN RIVER TRAIL 1 l DETOUR . q4 i SCALE _ - p Sato" (� •4 4u l�wf I _ _ 1�? � 14 �.' r - OPEEN RIPER TRAIL I � I I i DETouR VETERANS, 2C 24" 1 \ GREEN RIVER TRAIL CLOSED FOR LEVEE CONSTRUC71ON _ I S XX MILES AHEAD AT JAMES S7 AND RUSSELL RD AUGUST. 2"' TO JUNE 201% .�, 3j MILELI� i yy M"x3e° J� GREEN RIVER TRAIL Qfit �' Sel' © ACCESS CLOSED RUS AT JAMES ST. '\ t ((��t i r F .F) AND RUSSELL RD tytA �\l {rL �1�7 S 236TH ro J'� �iI J�+�� �y 4' � ArfBs({r�'➢�' � _�L � 1�C I I' � �<'�,'�J'r r W �i1f4 MILE61 1.��) 1 J v JAM ES ST AREA `al RUSSELL RD I J r y �I�V; PARK - I l O w sMlm s S L' r9dt RIVER BEND O,y MEEKER _ \1 e�`A•� RIVER BEND �y GOLF COURSE 1 A` I� IIr t V GOLF GGURBE p �: •� I ',' �i 1 1 ' _ ks 3 4 tiE� 1 a f 3 4 MILE l��` ll __ER 518 '-PEDESTRIAN BRIDGE a �a q_J R 'rl� •%i`::u'� t.fJa�li l., 'i l i GREEN RIVER TRAIL DETOUR PLAN SR 516 TO S. 231 ST WAY LEVEE IMPROVEMENTS — JAMES ST/RUSSELL RD REALIGNMENT e:v>mm+a�wro m+u n uwernw�w•vmav%.3mewi amx�e..v,W ieno=a>neov wi k-0 00 Qa 'M bri [p CD u:,n 9 0 t F, u om u rJS '236TH 3A m Ila NOT TO —TYPE 3 BARRICADES SCALE WITH WARNING LIGHTS 60 9sxer is JAME ST CLOSURE FI AREA Y S G '3OX24 2 TYPE 3 7 l W'�al UH RUSSELL RD C%lm 1 M BARRICADES WITH aex PARK Wnc--jr, 0 WARNING LIGHTS 7G0 10 tp a�q V) W. SMITH ST V�qgn &�__ 0 RIVER REND :P oo Obb GOLF COURSE pr ST' 00 3OX24 o M' "A SR 516 rO 17, cc) 0* 0 c'b 0 LEGEND AND NOTES-- ALL SIGNS SHALL BE BLACK ON ORANGE ON SS OTHERWISE NOTED. DETOUR LLt TO d OU [:DgET g DETOIJR M4—BA TRAFFIC CONTROL PLAN DETOUR ROUTE M4-9 48 D ETOURt ti 9 RDADB ROAD CLOSURE CLOSED 1 M4-9 R11-2 NTCP SHEET 1 OF 2 0 D 3 __j > p,uuo JAMES E__1 rmrl ST RussELL oc�t CLOSE U caT_-,El la— FrI OnIil 'Ib NouvDol Lj 03SOID OV NOT TO is f�,;vl Qn I f? �]H — - Ic-_ n SCALE is savvp N TO 6iHv I 7 IS3NVPF31 03501000V0 ET7n] I — CLOSURE 3 �INJAMES , ST 0 AREA LJ G -RIVER_� rT JAMES S 0 ok �6­Aoutti ED I H U�*�)� AHEAD" V) k_�_) , -n RIVER BEND RUSSELL RD LT0 L3 > GOLFqn, n COURSE U) PARK < V Y u W, SMITH ST PcMs 1 2 USSEL AT DATE t lailt ROAD JAME 6 Af ou LOSED STrgT @D F,ij _3,,vu_siEu RD 00 MEEKER ST ROAD CLOSED or n -._ROAD CLOSED AHEAD .� '6 SR 516 ck,, LEGEND AND OTES: 1. ALL SIGNS'AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICAfloNs. 0 2, ALL TEMPORARY TRAFFIC CONTROL SIGNS SHALL BE 48-X48- B/O UNLESS 3, THE CONTRACTOR SHALLOTHERVASE NOTIFY THESPECIFIED CITY INSPECTOR 10 CALENDAR DAYS IN ADVANCE OF PROPOSED START OF ROAD CLOSURE. 4, THE CONTRACTOR SHALL PLACE AND ACTIVATE o�j PORTABLE CHANGEABLE MESSAGE SIGNS CMS) 7 CALENDAR DAYS IN ADVANCE Or ROAD CLOSURE. 5, THE LOCATION OF PCMS SHALL 13E APPROVED BY THE TRAFFIC CONTROL PLAN CITY INSPECTOR, 6. THE PCMS SHALL BE CA PLACED AT LOCATION CALENDAR DAYS PRIOR TO THE ROAD CLOSURE. THE ADVANCE WARNING SIGNS POMS SHALL THEN BE PLACED AT LOCATION W FOR THE REMAINDER OF THE ROAD CLOSURE: 7. THE CONTRACTOR SHALL NOTIFY CITY TRAFFIC SIGNAL AND PCMS DISPLAY Cfl ENGINEER (JOHN ROSTAD) 5 CALENDAR DAYS IN ,3 PROPOSED START OF ROAD CLOSURE SRFETNANE \�cp SHEET 2 OF 2 Q -' , 31 r-VI­inMAQ.Inng)AMF9 W RFAI Tr.NmFmnnw(;IrTVTl IR TrP nlad. gnW7019 I(1-40-44 AM ail i NEW WATERMAIN CONNECTION PROCEDURES I i i i I SR 516 to 231"Way Levee South Reach/Hallock A - 4 June 19, 2014 Project Number: 09-3006.2 PUBLIC WORKS OPERATIONS STANDARD OPERATING PROCEDURES 3.21 CONNECTION TO AN EXISTING WATER MAIN A physical separation between all untested and potentially, contaminated watermains (or main extensions) and the City's existing water system shall be maintained at all times unless the connection is protected by an approved City and WSDOH backflow device. See Standard Plan 3-2. A hydrant meter and an approved backflow prevention device shall be used whenever drawing water from.the City's water system. Hydrant meters and backflow prevention devices may be obtained from the Public Works Operations Division, Water Section located at 5821 South 240th Street. The Contractor will be required to complete the billing forms for a Water Permit ' and making the required damage deposit. There will be a charge for all water• used in accordance with KCC 7.02,180 - Temporary Water Meters, Prior to the new watermain being .installed, the Contractor has the option of cutting in the connection tee on the existing watermain, or providing potable water from an existing hydrant or blowoff to provide a temporary water supply. If the contractor chooses the option of installing a new connection- tee, the contractor shall install new resilient wedge valves on all sides of the tee, or otherwise as required by the Engineer. A mechanical joint plug with a 2" minimum tap and proper blocking shall be installed on the new incoming mainline valve at the new tee with piping accessible to accommodate filling the new water main. 3.22 CUBING Foam cubes (pigs) shall be inserted into and pushed through the new water main to remove .any residue, dirt, debris, obstruction or possible foreign material in the new water main. 3.22.A Cube Usage i 1. The Water Section will supply the foam cubes to the Contractor based on the water system design as shown on the approved Engineering Plan, 2, The Contractor shall pickup the cubes at Public Works Operations and shall install two (2) foam cubes at the initial connection and two (2) foam cubes at each lateral connection 6" in diameter and larger (downstream of each connecting valve), as the new main is installed. This would include all 6" and larger diameter lateral runs to hydrants that are longer than one full pipe length, or have more than a single joint in them. � I sanitary, sewer will be at risk, the Contractor shall be responsible, for disposing of the water per all applicable regulations. Amount of chlorine needed to produce 50mg/L In 18' of pipe (one pipe length) for 5.25% household bleach (with no additives), 12.5% sodium hypochlorite solutions and 65% available dry calcium hypochlorite is shown in the following table. Table 3.7 Diameter 5.25010 (gal) 12.5% (gal) 65% 16 MEN 11(2 � 6" 0.022 ...........I 0.061 r i ANNAIR�'N 16" 0,156 tM 24" 0352 Formula: Gals Required = (Pipe Lbngth/18) x Disinfectant Amount Example: How many gallons of fresh 5,25% sodium hypochlorite will be required to disinfect 5,000' of 8" main? 5,000' + 181 = 278 lengths of 8" pipe 278 x 0.039 = 11.gallons required All Costs for re-Injecting, Including the Inspector's time to come back due to the Contractor "not being ready," will be the responsibility of the Contractor. Costs shall be the actual costs including hourly overtime rate for labor, overhead, equipment and materials and any other associated charges. The costs shall be based on the latest cost schedule prepared and approved annually by the Engineer. 3.24 BACTERIOLOGICAL PURITY SAMPLES Two (2) consecutive sets of acceptable purity samples, taken at least 24 hours apart, shall be collected from representative points of the new watermain, all appurtenances and all other connections to the new watermain(s). Water Section personnel will take the first bacteriological purity sample(s) after the chlorine is removed, flushing is completed and the chlorine level Is no greater than, or less than, the level present in the adjacent distribution system. Water services installed prior to watermain testing shall also be purity tested with the water main and all other connections to the new i 3.26 FINAL. CONNECTIONS) TO THE EXISTING WATER MAIN When both sets of purity sample results are satisfactory and received in writing from the state-certified laboratory, and all other City water system standards have been met, the Contractor shall be allowed to connect the new mains to the existing distribution system following City and AWWA Standards. It shall be the Contractor's responsibility to prevent, at all times, the contamination of the new and existing watermains with trench water, dirt, debris, or other foreign material. The .Inspector and/or Water Section representative must be present to witness the final connection(s) to the existing water system, to turn on and flush the new water system, and to place the new water system and appurtenances into service. I I I I I i ENVIRONMENTAL PERMITS SEPA - Mitigated Determination of Non-Significance i Washington Department of Fish and Wildlife - Hydraulic Project Approval City of Kent Shoreline Substantial Development City of Kent Shoreline Conditional Use US Fish and Wildlife Bald Eagle Take NPDES Construction Stormwater General �I i I i I I I i SR 516 to 231"Way Levee South Reach/Hallock A - 5 .tune 19, 2014 Project Number: 09-3006.2 ECONOMIC 8s COMMUNITY DEVELOPMENT Ben Wolters, Director PLANNING SERVICES Fred N. Satterstrom, AICP, Planning Director Charlene Anderson, AICP, Planning Manager �® Phone: 253-856-5454KENT Fax: 253-856-6454 OH Address: 220 Fourth Avenue S. Kent, WA 98032-5895 ADDENDUM TO MITIGATED DETERMINAtION OF NONSIGNIFICANCE 9NV-2012-1 SR 516 TO S 2318T WAY LEVEE IMPROVEMENTS ENV-2012-$(I4) /'RPSA-2140854 Responsible Official: Charlene Anderson, AICP Staff Contact: Erin George I. PROPOSAL The City of Kent Public Works Department proposes to revise the design of the previously permitted SR 516 to S 231st 'Way levee. The previously approved project Involves. work in several segments between State Route 516 and South 231st Way .(now called Veterans Drive); however, the proposed revision to the levee design will only affect.one segment near the, .. intersection of James Street and Russell Road. The location of the new levee berm (which has not yet been constructed) will shift approximately 30 feet farther from the river than originally designed. The new levee north of James Street and adjacent to, The;Lakes community is not proposed to change alignment. The finished elevation of there-aligned road will change to be approximately 8 feet higher`t*han;its current elevation; 2 feet higher than previously designed. The. top of the existing levee berm will be ,removed to create a planting bench between the river and the new levee, which will provide additional flood.;'stoMge and habitat for the Green River and prevent ponding of storm water runoff between the trail and the old levee. This project is part of a larger.effort to have the entire levee system within the city limits accredited by FEMA. Accreditation of this levee will remove areas behind the levee from FEMA flood maps which will reduce development restrictions.and FEMA flood insurance requirements in the Kent Valley. Associated work includes removal and relocation of existing utilities within the new levee footprint, as well as removal of all trees and vegetation within the same footprint. Disturbed areas will be hydroseeded and off-site tree mitigation will occur upstream on'the-Green River at South 261st Street and 80th Avenue South. Vegetation .will be planted on the new planting bench; I I' Addendum SR 516 to S 231't Way Levee Improvements j ENV-2012-1(M)/ RPSA-2140854 I and landscaping strips will be provided along the street and the trail. The original levee design was permitted via a Shoreline Conditional Use permit (#RPP3-2120176) and Shoreline Substantial Development permit (#RPSP- 2120135). No additional shoreline permitting is required, as the proposed change will not materially alter the project's ability to comply with the original shoreline permit conditions. The project area is located on the right (east) bank of the Green River at the corner of James Street and Russell Road, identified as King County parcel numbers 2322049027, 2322049010 and 1085670000. The property is zoned SR-1, Residential Agricultural 'and MR-G, Law Density Multifamily Residential The scope of this addendum is to provide additional analysis and to Identify any impacts associated with this development that may not have been evaluated under the original SEPA review for SR 516 to S 2315t Way Levee Improvements, ENV-2012-1. The analysis is based upon the submittal of an Environmental Checklist, ENV-2012-1 (M), KIVA 2140854. II. BACKGROUND INFORMATION Compliance with Kent's Comprehensive Plan (Ordinance 3222), the Washington State Growth Management Act (GMA), The Local Project. Review Act (ESHB 1724 and ESB 6094), Kent's Construction Standards (Ordinance 3944) and Concurrency Management (Chapter, 12.11, Kent City Code) will require concurrent improvements or the execution of binding agreements by the Applicant/Owner with Kent to mitigate identified environmental impacts. These improvements and/or agreements may Include improvements to roadways, intersections and intersection traffic signals, stormwater detention, treatment and conveyance, utilities, sanitary sewerage and domestic water systems. Compliance with Kent's Construction Standards may require the deeding/dedication of right-ofrway for identified Improvements. Compliance with Title 11.03 and 11.06 of the Kent City Code may require the conveyance of Sensitive Area Tracts to the City of Kent in order to preserve trees, regulate the location and density of development based upon known physical constraints such as steep and/or unstable slopes or proximity to lakes, or to maintain or enhance water quality. Compliance with the provisions of Chapter 6.12 of the Kent City Code may require provisions for mass transit adjacent to the site. In addition to the above, Kent follows revisions to the Washington State Environmental Policy Act, Chapter 197-11 WAC (effective November 10, 1997), which implements ESHB 1724 and ESB 6094. A. SEPA COMPLIANCE On March 9, 2012 the City of Kent issued a Mitigated Determination of Nonsignificance for the original design of the SR 516 to S 231st Way levee (ENV-2012-1), which included a setback levee berm in several segments between State Route 516 and South 231't Way. Page 2 of 6 i Addendum SR 516 to S 231st Way Levee.Improvements ENV-2012-1(M)/ RPSA-2140854 Scope of Addendum - As outlined in the SEPA rules, an addendum provides new analysis or Information about a proposal but does not substantially change the prior analysis of significant impacts (WAC- 197-11-600(4)(c)). This addendum has been prepared .to provide information regarding the revised proposal for the SR 516 to S 231s' Way Levee Improvements. This addendum does not identify new impacts' or significantly change the prior environmental analysis completed as part of ENV-2012-1. I S. STATEMENT OF CONSISTENCY This application is subject to and shall be consistent with the following; Kent City Code, International Fire Code, International Building Code, the City of Kent Design and Construction Standards, the City of Kent Surface Water Design Manual and the City of Kent Shoreline Master Program. C. ENVIRONMENTAL REVIEW - SCOPE OF DNS ADDENDUM The City of Kent has reviewed all environmental documents associated with the SR 516 to S 231st Way Levee Improvements as part of a phased review as outlined by the State Environmental Policy Act, (WAC 197-11-055). The State Environmental Policy Act (SEPA) and rules established for the act, WAC. 197-11, outline procedures for the . . use of existing environmental documents and preparing addenda to environmental decisions. Phased Review - SEPA rules allow environmental review to be phased so that review coincides with meaningful points in the planning and decision making process (WAC 197-11-055(5)). Broader environmental documents may be followed by narrower documents that incorporate general discussion by reference and concentrate solely on issues specific to that proposal. SEPA rules also clearly state that agencies shall use a variety of mechanisms, including addenda, to avoid duplication and excess paperwork: Prior Environmental Documents - The City of Kent issued a Mitigated Determination of Nonsignificance (ENV-2012-1) on March 9, 2012. Under the scope of ENV-2012-1, the City analyzed the Impacts associated with the development of a setback levee. As revised, the proposed levee is consistent with the type of development which was analyzed under MDNS #ENV-2012-1; therefore, adequate environmental analysis has been provided for the impacts associated with this development proposal. III. ENVIRONMENTAL ELEMENTS All environmental elements were adequately addressed within the parameters of the MDNS issued for the original project (ENV-2012-1); however, additional guidance for the proposed revised levee is as follows: Page 3 of 6 I Addendum SR 516 to S 2315t way levee Improvements ENV-2012-1(M) /RPSA-2140854 A. Earth Approximately 33,000 cubic yards of fill material will be used for the proposed levee, which is slightly more than the amount of fill originally Planned (30,000 cubic yards) for the prior berm design. Approximately '2,250 cubic yards of excavation will occur to create the planting bench and new road: Removed material will be disposed off-site at an approved location. B. Water A portion of the project area is located within a special flood hazard area. The revised project design includes creation of a planting bench on the waterward side of the existing levee, which will create additional flood storage for the Green River. the applicant is required to submit a completed Flood Zone Control Permit and comply with the City's flood hazard regulations in Kent City Code Chapter 14.09, C. Plants The proposed revised levee will result in 3 additional trees removed above those Identified for removal with the original design. The "planting bench" area to be excavated out of the waterward side of the existing levee berm will be planted with native trees and shrubs to replace those removed and provide wildlife habitat and shading. Off- site tree mitigation was provided with the original project design upstream along the Green River near South 261't Street and 80th Avenue South. These mitigation plantings have already been installed. Type II landscaping will be installed along Russell Road as originally required by the Shoreline Substantial Development Permit. D. Animals A Biological Assessment prepared by Shannon & Wilson, Inc., dated October 3, 2011 analyzed impacts to endangered and threatened species as a result of this levee project and three other levee projects. While it was not updated based on this revision, the analysis considered earthwork upslope of the Green River, which adequately captures the changes to this project. The Biological Assessment concludes that through avoidance of in-water work and with implementation of the TESC plan, SWPPP, and stormwater control and treatment measures, the project may affect but is not likely to adversely affect Bull trout, Puget Sound Chinook, and Puget Sound steelhead and their designated critical habitat. i E. Land and shoreline Use. The original levee design was permitted via a Shoreline Conditional Use permit (#RPP3-2120176) and Shoreline Substantial Development permit (#RPSP-2120135). Pursuant to WAC 173-27-100, a shoreline permit revision is not required, as the proposed change will not materially alter the project's ability to comply with the original shoreline permit conditions, the Shoreline Master Program or the Shoreline Management Act. Page 4 of 6 I Addendum SR 516 to S 231't Way Levee Improvements ENV-2012-1(M)/ RPSA-2140854 I F. Aesthetics The James Street/Russell Road intersection will be raised approximately 8. feet in order to accommodate the new levee berm alignment, with the road atop the levee in a portion of the intersection. To minimize impacts to the City's Public Works Operations facility, a retaining wall will be constructed to hold fill material for the new road, where it abuts the Operations site. This wall was not a part of the original design. The wall will gradually increase In height along with the road as it approaches the corner, with an average wall height of 8 feet. G. Recreation The Green River Trail currently runs atop the existing levee berm. This trail will be removed and a new trail will be constructed at the James Street/Russell Road Intersection to separate the trail from the roadway. The new.trail will connect to the existing trail to the north and south. Asphalt pathways will provide a connection to the trall for cyclists riding west on .lames Street and north on Russell Road. A raised crosswalk on Russell Road will provide a safe crossing for trail users who park in the Russell Road Park parking lot on the east side of the road. : H. Transportation Eight parking stalls will be elirbinated from the Public Works Operations facility as a result of this revised project. The applicant has . coordinated with Public Works to rearrange the parking on-site as necessary to accommodate their needs. I. Utilities Some modifications to water and stormwater lines In the Russell Road and James Street Intersection will be necessary. Gas, electric, cable, telephone and sewer lines will also be relocated as part of the project. 8V. SUMMARY AND RECOMMENDATION A. SUMMARY Per WAC 197-11-660 and RCW 43.21C.060, the City of Kent may establish conditions to mitigate any identified impacts associated with this proposal. The following supporting documents serve as possible bases for any conditions and mitigating measures: 1. City of Kent Comprehensive Plan, as prepared and adopted pursuant to the State Growth Management Act. 2. The State Shoreline Management Act and the Kent Shoreline Master Program. . 3. Kent City Code Section 7.07, Surface Water and Drainage Code, Page 5 of 6 Addendum SR 516 to S 23111 Way Levee Improvements ENV-2012-1(M)/ RPSA-2140854 4. City of Kent Transportation Plan, Green River Valley j Transportation action plan and current Six-Year Transportation Improvement Plan. S. Kent City Code Section 7.09, Wastewater Facilities Plan. 6. City of Kent Comprehensive Water Plan and Conservation Element. 7. Kent City Code Section 6.02, Required Public Improvements, 8. Kent City Code Section 6,07, Street Use Permit Requirements. 9. Kent City Code Section 14.09, Flood Hazard Protection. 10. Kent City Code Section 12.04, Subdivision Code. j 11. Kent City Code Section 12.05, Mobile Home Parks and Section 12.06, Recreation Vehicle Parks. 12. Kent City Code Section 8.05, Noise Control. 13. City of Kent International Building and Fire Codes. 14. Kent City Code Section 15, Kent Zoning Code. 15. Kent City Code Section 7.13, Water Shortage and Emergency Regulations, and Water Conservation Ordinance 2227. 16. Kent City Code Section 6.03, Improvement Plan Approval and Inspection Fees. 17. Kent City Code Section 7.05, Storm and Surface Water Drainage Utility, 18. City of Kent Comprehensive Sewer Plan. 19, City of Kent Fire Master Plan. 20. City of Kent Section 11.0'6,,Critical Areas, B. RECOMMENDATION The Mitigated Determination•:of Nonsignificance issued under ENV- 2012-1 for the SR 516 to S 2315t Way Levee Improvements provided extensive analysis. with regard to the environmental impacts associated with the construction -of a setback levee. The City has reviewed the development proposal for the proposed revised levee and has found it consistent with the scope of the original proposal as identified under ENV-2012-1; therefore, this action will not create additional or significant impacts beyond those previously identified and does not warrant separate. environmental review as outlined in the State Environmental Policy Act (SEPA), WAC 197-11, Dated: May 2, 2014 I Signature: Charlene Anderson, AICP, Responsible Official EG:pm S:\Permit\Plan\Env\2014\2140854addendum.doc Page'6 of 6 I Department HYDRAULIC PROJECT APPROVAL North Puget Sound *WILDLIFE Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-See appeal process at end of HPA Mill Creek,WA 98012-1296 (425)775A311 i Issue Date: May 13. 2014 Control Number: 126629-2 Project Expiration Date:April 08, 2017 FPA/Public Notice#: NIA I PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Kent Public Works Engineering Dept City of Kent ATTENTION: Beth Tan 220 4th Avenue South 220 Fourth Avenue South Kent,WA 98032 Kent, WA 98032 253-856-5500 253-856-5552 Fax:253-856-6500 Fax:253-856-6500 Project Name: SR 516 to S 231 st Way Levee Improvement Project Project Description: Construct a secondary levee, approximately 5 1/2 feet higher than the 100 year flood elevation of the Green River. PROVISIONS 1. The project may begin immediately and shall be completed by April 8, 2017. 2. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife (WDFW) entitled, "SR 516 TO S. 231 ST WAY LEVEE IMPROVEMENTS", dated May 9, 2014, except as modified by this Hydraulic Project Approval (HPA). A copy of these plans shall be available on site during construction. 3. NOTIFICATION REQUIREMENT: The Area Habitat Biologist (AHB) listed below(e-mail to fisheldf@dfw.wa.gov) and the Enforcement Program Officer (e-mail to richacbr@dfw.wa.gov) shall receive e-mail notification from the person to whom this HPA is issued (permittee) no less than three working days prior to start of work, and again within seven days of completion of work to arrange a compliance inspection. The notification shall include the permittee's name, project location, starting date of work or completion date of work, and the control number of this HPA. 4. Grading shall be accomplished in a manner that avoids waterward release of material. 5. Disturbance of the streambed and banks and riparian vegetation associated with the river shall be limited to that necessary to perform the project. Affected areas of vegetation shall be restored to pre-project or improved habitat configuration. Prior to December 31 of the year of project grading, the disturbed areas of vegetation shall be revegetated with native or other woody species approved by the AHB. Vegetative cuttings shall be planted at a maximum interval of three feet(on center). Plantings shall be maintained as necessary for three years to ensure 80 percent or greater survival of each species or a contingency species approved by the AHB. 6. Equipment used for this project shall be free of external petroleum-based products while working around the river and wetlands associated with the river. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working within the floodplain of the river. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the river and Page 1 of 4 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound . Department of 16018 Mill Creek Boulevard FISH and RCW 77 55.021-See appeal process at end of HPA Mill Creek,WA 98012-1296 WILDLIFE (425)775,1311 Issue Date: May 13, 2014 Control Number: 126629-2 Project Expiration Date:April 08,2017 FPA/Public Notice#: N/A I I wetlands associated with the river. I i 7. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), immediate notification shall be made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB. I 8. Erosion control methods shall be used to prevent silt-laden water from entering the river and wetlands associated with the river. These may include, but are not limited to, straw bales, filter. fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. 9. Prior to starting work, the selected erosion control methods (Provision 8) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 10. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 11. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the river or wetlands associated with the river. PROJECT LOCATIONS Location#1 SR 516 to S 231 st Way WORK START: May 13, 2014 WORK END: April 08, 2017 WRIA: Waterbody: Tributary to: 09.0001 Duwamish River/Green River Elliott Bay 114 SEC: Section: Township: Range: Latitude: FLongitucde: Coun : All 14 22 N 04 E N 47.40764 2.2707 King Location#1 Driving Directions Accessing the city from 1-5,take the State Route 516 Exit and head east on Hwy 516 towards the city center.Turn left onto Washington Avenue SW and take a left again on South 196th Street. South 196th Street turns into Russell Road and continue to head straight until you reach South 200th and 58th Place South/Three Friends Fishing Hole Park. APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW(formerly RCW 77.20). Additional authorization from other public agencies may be necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued Is responsible for applying for and obtaining any additional authorization from other public agencies (local, state and/or federal)that may be Page 2 of 4 Washington North Puget Sound HYDRAULIC PROJECT APPROVAL 16018 MITI Creek Boulevard FISH and RCW 77.55.021-See appeal process at end of HPA Mill Creek,WA 98012-1296 O Department of WLDLIFE (425)775-1311 li Issue Date: May 13,2014 Control Number: 126629-2 Project Expiration Date:April 08, 2017 FPA/Public Notice#: N/A necessary for this project. i I This Hydraulic Project Approval shall be available on the job site at all times and all Its provisions followed by the person(s)to whom this Hydraulic Project Approval is Issued and operator(s) performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s)to whom this Hydraulic Project Approval Is issued and operator(s) performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or Imprisonment. All Hydraulic Project Approvals issued under RCW 77,65,021 are subject to additional restrictions,conditions,or revocation if the Department of Fish and Wildlife determines that changed conditions require such action.The person(s)to whom this Hydraulic Project Approval is Issued has the right to appeal those decisions. Procedures for filing appeals are.11sted below. MINOR MODIFICATIONS TO THIS HPA:You may request approval of minor modifications to the required work timing or to the plans and specifications approved in this HPA.A minor modification to the required work timing means up to a one-week deviation from the timing window in the HPA when there are no spawning or Incubating fish present within the vicinity of the project.You may request subsequent minor modifications to the required work timing.A minor modification of the plans and specifications means any changes in the materials, characteristics or construction of your project that does not alter the project's impact to fish life or habitat and does not require a change in the provisions of the HPA to mitigate the impacts of the modification. Minor modifications do not require you to pay additional application fees or be issued a new HPA.To request a minor modification to your HPA,submit a written request that clearly indicates you are requesting a minor modification to an existing HPA. Include the HPA number and a description of the requested change and send by mail to:Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234,or by email to HPAapplications@dfw.wa.gov. Do not include payment with your request. You should allow up to 45 days for the department to process your request. MAJOR MODIFICATIONS TO THIS HPA:You may request approval of major modifications to any aspect of your HPA. Any approved change other than a minor modification to your HPA will require Issuance of a new HPA. If you paid an application fee for your original HPA you must include payment of$150 with your written request or request billing to an account previously established with the department. If you did not pay an application fee for the original HPA,no fee is required for a change to it.To request a major modification to your HPA, submit a written request that clearly indicates you are requesting a major modification to an existing HPA. Include the HPA number, check number or billing account number, and a description of the requested change,Send your written request and payment, if applicable, by mail to: Washington Department of Fish and Wildlife, PO Box 43234,Olympia,Washington 98504-3234. If you are charging the fee to a billing account number or you are not subject to the fee, you may email your request to HPAapplications@dfw.wa.gov.You should allow up to 45 days for the department to process your request. APPEALS INFORMATION If you wish to appeal the issuance,dental, conditioning,or modification of a Hydraulic Project Approval(HPA), Washington Department of Fish and Wildlife (WDFW) recommends that you first contact the department employee who issued or denied the HPA to discuss your concerns. Such a discussion may resolve your concerns without the need for further appeal action. If you proceed with an appeal,you may request an informal or formal appeal. WDFW encourages you to take advantage of the Informal appeal process before initiating a formal appeal.The informal appeal process includes a review by department management of the HPA or denial and often resolves Issues faster and with less legal complexity than the formal appeal process. If the informal appeal process does not resolve your concerns,you may advance your appeal to the formal process.You may contact the HPA Appeals Coordinator at(360)902-2534 for more Page 3 of 4 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard 'FISH and RCW 77.55,021-See appeal process at end of HPA Mill Creek,WA 08012-1296 WILDLIFE - (425)775.1311 I i Issue Date: May 13, 2014 Control Number: 126629-2 i Project Expiration Date:April 08,2017 FPA/Public Notice#: NIA information. A. INFORMAL APPEALS:WAC 220-110.340 is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete informal appeal procedures.The following information summarizes that rule. A person who is aggrieved by the Issuance,denial, conditioning, or modification of an HPA may request an informal appeal of that action.You must send your request to WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia,Washington 98501-1091;e-mail to HPAapplications@dfw.wa.gov;fax to(360) 902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor.WDFW must receive your request within 30 days from the date you receive notice of the decision. If you agree, and you applied for the HPA,resolution of the appeal may be facilitated through an informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution is not reached through the informal conference,or you are not the person who applied for the HPA,the HPA Appeals Coordinator or designee will conduct an informal hearing and recommend a decision to the Director or designee. If you are not satisfied with the results of the informal appeal,you may file a request for a formal appeal. B. FORMAL APPEALS:WAG 220-110-350 is the rule describing how to request a formal appeal of WDFW actions taken under Chapter 77.55 RGW. Please refer to that rule for complete formal appeal procedures.The following information summarizes that rule. A person who is aggrieved by the issuance,denial,conditioning,or modification of an HPA may request a formal appeal of that action.You must send your request for a formal appeal to the clerk of the Pollution Control Hearings Boards and serve a copy on WDFW within 30 days from the data you receive notice of the decision.You may serve WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator,600 Capitol Way North, Olympia,Washington 98501-1091;e-mail to HPAapplications@dfw.wa.gov;fax to(360)902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor.The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal,you may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in response to the informal appeal. C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS: If there is no timely request for an appeal, the WDFW action shall be final and unappealable. ENFORCEMENT: Sergeant Chandler(34) P3 Habitat Biologist Q for Director Larry Fisher 425-313-5683 4 WDFW CC: i Page 4 of 4 i R E- EC VED i i MAY 2 5 2012 y STATE UC N/ASHINGTON � ��� W- * T VFPA.F�rMIF-N'-I' 0F ECOLOGY famomEr-RIMG, OFF.` N9,'thwc I(Rice-3No '*160i Avo,4G 6 Ilelfctitte, WA 90008-51lS2-3 112s-61,0-706 71,1!nr Wa,4iiigtorl Rdia Sel*ice a Pdrs6f?Y a6th- sf6cch disabilify am ca11677 833 Q0 May 25,2012 Beth Tan City of Kent,Engimer'ing 220 41h Avenue South Kent, WA.98052 Re; City of Kent Local Permit SMA-2012-2;RPSP-2120135;RPP3-2.120176 City of Kent-Approved Beth Tan, Criy of Kent Fngnecring-Aj3plicant Shoreline Substantial Dcveloptnont Permit(S])P) 10* 0 Dear Beth Tan: On April 30,2012,the Departmput_of Ecology toceived notice that the City of Kent approved your apPliGation for an 9'DP.Your permit is for construction of additional earthen berins and road relocations for levee improvements at four loeations'between SR 516 and Sorrth 23131 Way, These improvemeO will en.ibl the City to meet FEMA certif'ieat oh requirenients'for 100-.year flood events r0iPse locations along the Green.Riyer.This is.paij of a larger effort to obtain F.EMA certification on the entire Green River levee system,in the City of Kent,VBMA certification will remove areas behind the setback levees from FEMA flood maps,which will reduce development resh`ictions and)EMA flood' requirements in fhe_Kent'Valley.,_ By law, local governments most teview all SDPs for compliance with: The Shoreline Management Act(Chapter. 90.58 RCW) Ecology's Substaniaal DeYelopment Permit approval criteria(Chapter 173-27 150 WAG) r The Vent Local'Shoreline"Master Fxograra Local governments, after reviewing SDPs for compliance, are required to submit them to Ecology. Your approved SDP has been reeeived by Ecology, I What Happens Next? Before you begin activities authorized by this permit,the law requires you wait at least 21 days from April 30,2012,the"elate of filing".'This waiting period allows anyone(including you)who disagrees with any aspect of this permit,to,appeal the decision to rho state Shorelines Hearings Board. You must wait for the conclusion of an appeal before you can begin the activities authorized by this permit: �T.� Beth Tan May 25,2012 2 of 2 What Happens Nett? Before you begin activities authorized by this porinit,the law requites you to wait at least 21 days from the May 24,2012,the"date of filing°. Thin waiting period allows anyone(including you)who:disagrees with anyaspect ofthis permit,to appeal the decision to the state Shorelines Hearings Board, You must wait for the conclusion of an appeal before you'ean begin the activities authorized by this perinit,_ The Shorelines Hearing-Board will notify you by letter if they receive an appeal. We recommend you contact the Shorelines Hearings Board before you begin peim t activities to ensure no appeal has been received. They can be reached at(360) 664-9160 or http//WWW.oho.Wa.gov, if jgM want to appeal this decision yqu can find appeal instructions(Chapter 461-68 WAC)at the Shorelines Bearings Board websito above,They are also posted 94 the wehsite of the . Washington State Legislature:at:littp;llapps,leiwa.govJwae: If you bave any question's,please contact Barbara Nightingale at(425) 6.49=4309, SinCce�rely, Geoff Tallent, Section Manager Shorelands and Envir ra ntal Assistange xogratrr cc:Erin George, City of-Kant Planiung Services I CIA RIE MAY 2 9�f� roan i°s CRY ��y �t q���{``� ulAIT OF WASHINGTON "��utl, '[f OF t1�t��N �t DEPARTMEHNT OF ECOLOGY �4�i�9f� 6t�� ���°"'} A10HIiivest RegioAal Offire -h90 760th An St 4 Gellmle', WA 98008.54 2 ^ 1125-649-7000 1 711 iqr btlashingtotfhela)^SOVIce ^,Person;with a q esd,elis�jb pity cal:call85,7 tl 3 6341 1 May 25,2012 Beth Tan City Of Dent,Etigineerling 220 4th Avenue South I.ei tj WA 98032 Re: City of Kent.Local Permit SMAA-2012-2 RPBP 2126Q3 ;RPP3-2120176 Beth Tan,:City M Kent Eiigin6dring-Applicant Approved Shoreline Conditional Use Permit 333 Dear Beth Tan: Qn Apxil .Q,2p12,the Depatlinent ofE�cology ftology)received the City of I�ent's decision on your$horelitie'Conditional Use Pezxnit for construction of additional earthen beams and road relocati6hi for levee improvements at four'locations.between$R 316 and South 231s`Way. These improvements will enable the City to inept FEMA certification requirements for 166-year . flood events at these locations along the Green River, This is part of a larger.'effort to obtain FEMA certification on the entire Green River levee system in the.City of Kent,FEMA certification'is expected to remove areas between the Green River and these setback levees from FF.MA flood maps, This will reduce development restrictions and FEMA flood insurance requirements in the Kent Valley. By law, 1 cology must review inditional Use Permits for compliance with: The Shoreline Management Act(Chapter 90.58 RC)Y) Ecology's Conditional Use Permit approval criteria(Chapter 173-27 460 WAC) The Kent Local Shoreline Master Program After reviewing Conditional Use Permits for compliance, Ecology must decide whether to approve, approve with conditions,or disapprove them. i Our Decision: Ecology approves your Conditional Use Permit rop vided your prbj ect complies with the condifions required by the City of Kern. Please note,however,that other federal,state and local permits may be required in addition to this,shoreline permit. I i Beth Tan May 25,2012 2 of 2 The Shorelines Hear'i'ngs Board will notify you by letter if they receive an appeal. We recon anend you,contaet the Shorelines Heal rugs Board before you begin permit activities to ensure n6 appeal has been received. '1 hep can be t6aoFied at(360) 664,9160 or ' tiftp;/lq�ww,eho,rya;gov,( ' 1t'you want to appeal this decision,you can turd appeal in, (Charmer 461-08-WIC)at the Shorelines Hea ings'Boardyehsite above, They.are alsq posted on the wabsite of'the Washington State 1,6gislature at:littp:/lapps:leg.wa.gov/wae, Other federalt state and local poniifs may be regt fired in addition to this shoreline permit: If you have any questions about this letter;please contact.Barbara Nightingale at(425) 649-4309• Sincerely, Barbara Nightingale,Regional Shoreline Planner Shorcland$and Environmental Assistance Program Bl� cja • cc:Erin George;City of Kent,Planning Services . .... . � it via DEPARIMENr OF THB INTERIOR ne[royVEunhme U.S.F(SHAND WILDLIFE SERVICE asnvtcs _ 2.AUTHORITYSTATUTES 16 USC 668a FEDE+12AL FISH AND WILDLIFE PEW WPM mR l ' REGULATIONS 50 CFR 13 t.PERCUTTEE 50 CPR 2226 CITY OF KENT i dba PUBLIC WORKS DEPARTMENT 400 W GROVE S'1' — { ' 3.NVhBIE[t f KENT,WA98032 _ - IYL1177540AA 3 U.S.A. --415TNgtVABLE S.NfAYCOPY YES YES No NO &EFFECTIVE I.EX?Bkss 05/152014 0813MO16 B.NAME AND TITLE OFPtUNCN'AL OFFICER (fJC1UnbtllMrf 9.TYPE OFPERh(IT TOBY IIALLOCK EAGLE TAKE ASSOCIATED WITH BUT NOT THE PURPOSE.OF AN . ENVIRONMENTALENGINEER AC=Y . 10,LOCATIONtVHERBAurUoH17.H ACTIVITYMAYBE CONDUCTED ... Records Kept at Address in Block 1 Above Physical Work Conducted on James Street as Described Below KING COUNTY 11.CONDITIONS ANDAUTHORTZATIONS: A GENERAL CITDDIONS SETOUTINSUBPAR'I'D OP 50(: 13,AND SPECIFIC CONDTTONNS CONFAMDIN FEDERALMOULATIONS CITMW BLOCK 92 ABOVE,ARE HEREBY MADEAPARTOFTHISPERh .MLAMVrMSAMIIGIZL'DHRRBINNNSTBBCAR OUT IN ACCORD WITHANDTORTIB:PURPOSES DESCRIBED IN THE APPIJCATON SUBNUTTED.CONTINUED VALIDITY,ORBENEWAL OFTIDS pMWT IS SL'BJECTTO COMPLETE ANDTIMELYCONULIANCB WITRALLAPPUCABLE CONDITIONS,INCLUDING TIM FMINOOF,%LREQUm U*ORMATIOOANDREPORTS. B.I vA MITYOFTMSPMUISALSOCONDPSIONEDUPONSTRICTGBSERVit CBOFALLAPPLICABLEFORBIGN,STASE,LOCAL,TRIBAL,OROUMFMBRALLAW. _ G VALIDFORUSBBYPERNEITEENAMEDAEOVE. I D. You are authorized to disturb 2 bald eagle(s)during the course of the following activities at the corner of Russell Road and I James Street in Kent,WA(47.386608, -122.263491): 4ameslRussell Road Intersection Relocation(2014) 1)Clear and prepare site.for utility relocation,wall construction and road relocation,(approximately 2 weeks,in June) 2) Relocate private utilities, (approximately 2 weeks in July) 3) Construct retaining wall formwork and construct concrete retaining wall, (approximately 4 weeks in July and August) 4)Grind and remove asphalt surface, (approximately 1 week In August) 5) Install new utilities on the new James/Russell Road, (approximately 1 week in August) I 6)Subsurface placement, overlay asphalt, stripe, Install guardrails and landscape planting on new James/Russel Road, (approximately 5 weeks in August and September) New Levee Construction (Levee Setback) (2015) I ADDt'11ONAL CONDTTONS AND AUTHORIZATIONS ALSOAPPLY 12.REPORTINGREQUIREMENTS ANNUAL REPORT DUE:09/30 ISSUEDBY TITLE DATE CHIBF,MIGRATORY BIRD PERMIT OFFICE-REGION 1 05/15/2014 1 s i 7) Relocate private utilities for levee construction, (approximately 3 weeks in late June and early July) i 6) Install temporary erosion controls(silt fencing), (approximately 1 week in July) 9) Clear and prepare levee construction site, (approximately 2 weeks in,July) i 10) Construct levee, (approximately 8 weeks in July-September) 11) Landscape planting on waterward side of levee and bench, (approximately 2 weeks in September) E. The authorizations granted by permits issued under this section apply only to take that results from activities conducted in accordance with the description contained In the permit application and the terms of the permit. If the permitted activity changes, you must immediately contact the Service to determine whether a permit amendment is required in order to retain take authorization. I F. This permit does not authorize Intentional take of live eagles, eggs or young. G. You must comply with the following avoidance, minimization,or other mitigation measures: 1) Pavement removal and crushing will occur outside nesting season,after August 15 and before January 1. 2) If the eagles are aggressively swooping at or attacking individuals on the ground, the work will be adjusted to minimize the disturbance causing this agitation. No hazing of eagles will occur during construction or Is authorized by this permit. 3)Trees removed for the Installation of the second levee(levee setback)will be replaced(within 660 feet of the nest)and will eventually provide visual screening between the nest and the activities on the opposite side of the levee. 4)No fertilizers, herbicides or other chemicals will be applied to the restored vegetation because of close proximity to the. water and potential for introduction into this freshwater system. 5)Work that will occur within 660 feet of the nest during nesting season, between January 1 and August 15,will not commence before 8:00 a.m.to minimize disturbance to the early morning feeding activity. 6)All personnel will be informed of the bald eagle nest location. Foot traffic near the nest site will be avoided. H.You must follow state and federal guidelines laws and label instructions If using pesticides, herbicides,or other.chemicals. 1.You remain responsible for all outstanding monitoring requirements and mitigation measures required under the terms.of. the permit for take that occurs prior to cancellation, expiration,suspension, or revocation of the permit. J. You are required to monitor eagle use of Important eagle-use areas where eagles are likely to be'affected°by your activities until one year after the expiration of the permit during the season(s)when eagles would normally be present, to the area where the take Is likely to occur, and noting whether eagles continue to nest, roost, or forage there. Monitoring must consist of: 1) Monthly observations of the nest and other activities by a qualified biologist between January 1 and August 15 In 2014, 2015, and 2016. 2) If eagles are observed at the beginning of nesting season, perform monthly presence/absence observations for 4 hours or until an observation Is made. If a"present"observation is made in less than 4 hours, the observation obligation is complete observing biologist may leave and return the following month. The nest must be observed for 4 consecutive hours before an "absence"determination can be made. The purpose of these monthly observations is presence/absence and for us to make a determination whether take has occurred from the construction/road relocation project. 3) If eagles are not observed during 4 hour observations in January, February, March, or April, then only check the nest one more time for 4 hours between June and August to confirm that there is not late nesting activity and that there are no eaglets In the nest or adults feeding young. 4) Observations are to be conducted during times when it is most likely to observe behavior, such as early mornings; maintain a distance far enough away to avoid disturbance, but close enough to observe nest and eagle activity. K. You must submit an annual report summarizing the Information you obtained through monitoring to the Service for 2W4, j 2015, and 2016 to the issuing permit office. Form 3-202-15(Eagle Non-purposeful Take Report)can be found online at I www fws aov/forms/3-202-15.pdf. L.You must immediately notify the migratory bird permit Issuing office at PermitsRl MB@fws,gov regarding any apparent injury or death occurring to any eagle, including viable eggs, during project activities.You must immediately transport any injured eagle to the nearest Federally permitted eagle rehabilitator. M. You must contact the migratory bird Issuing office immediately upon discovery of any unanticipated take. N. While the permit is valid and for up to 3 years after it expires, you must allow Service personnel, or other qualified persons designated by the Service, access to the areas where eagles are likely to be affected, at any reasonable hour, and with reasonable notice from the Service, for purposes of monitoring eagles at the site(s). O.You may delegate the authority granted In this permit to the following subpermittee(s): Matt Knox(City of Kent biologist), any City of Kent staff or employee under his direct supervision, or otherwise qualified, designated biologist. Any subpermittee who has been delegated this authority may not re-delegate to another individual/business. P. Subpermittees must be at least 18 years of age, You are responsible for ensuring that your subpermittees are qualified to perform the work and adhere to the terms of your permit.You are also responsible for maintaining current records of designated subpermittees. As the penmittee, you are ultimately legally responsible for compliance with the terms and conditions of this permit and that responsibility may not be delegated. Q.You and any subpermittees must carry a legible copy of this permit and display it upon request whenever exercising its authority. R.All of the provisions and conditions of the governing regulations at 50 CFR 13 and 50 CFR 22.26 are conditions of your permit. Failure to comply with the conditions of your permit could be cause for suspension of the permit and/or citation, For copies of the regulations,visit www fws gov/permits/mbpermits/birdbasics.htmi. S.This permit does not authorize you to conduct activities on Federal, State,Tribal, or other public or private property other than your own without additional prior written permits or permission from the agency/landowner. T.You must maintain records as required in 50 CFR 13.46,All records relating to the permitted activities must be kept at the location Indicated in writing by you to the migratory bird permit issuing office. U.Acceptance of this permit authorizes the U.S. Fish and Wildlife Service to inspect and audit or copy any permits, books or records required to be kept by the permit and governing regulations (50 CFR 13.46). V. Permittees and subpermittees operating under this permit may not take or disturb eagles contrary to the laws or regulations of any State, Tribal, or Municipal government, and none of the privileges of this authorization are valid unless the permittee possesses the appropriate State permits,or other authorizations, if required. W. The U.S. Fish and Wildlife Service is not liable for any damage or injury to person, wildlife, or property that occurs as the result of carrying out the activities associated with this permit. I I i I i suue R E C E [3- sFATE OF WASHINGFON DEPARTMENT OF ECOLOGY PO Hox J7600- Olympia,VVA 9,1T04-7600 -360-407:6000 711 for Washhrqkm Rc1pySC.rv1cP^persons j4,jjjjj specrJ>djsobfihy can ral[877-833-6341 May 7,2012 PaulKuohne City of Kent 220 4h Avenue South Kent,WA 98032 RI ; Coverage under the Construction Stormwater General Permit Permit number: WAR-125724' Site Name; SR516 to S.23V Way Levee Improvements Location: SR 516 north to S.2318t Way-Green RlyetRight llan. k Kent,WA County:Mug Disturbed Acres: 2.5 Dear Mr,Ktichlie; The Washington State Department of Ecology(Ecology)roceiveilyourNotice of Intent fox coverage unde,r Ecology's ConNtraction Stormwator General Permit(permit), This is your permit coverage letter. Your permit coverage Is effective on May 7,2012. Please retain this permit coverage letter with your permit(enclosed),stormwater pollution prevention plan(SWPPP),and site log book. These materials are the official`record of permit coverage for your site. Please take time to read the entire permit and contact Ecology if you have any questions. Appeal Process You have a right to appeal coverage under the general permit to the Pollution Control Hearing Board (PCHB)within 30 days of the date of receipt of this letter. This appeal is limited to the general permit's applicability or non-applicability to a specific discharger. The appeal process.is governed by chapter 43,21BRCW and rhapter371-08WAC. "Date of receipt"is defined inRCW. 43,21B.001(2). i Paul Kuchne May 7,2012 Page 2 To appeal,you must do the followingwithin 30 days of the date of receipt of this letter, • File your appeal and a copy of the permit cover page with the PCHB (see addresses below). Filing means actual receipt by-the PCHB during regular business hours, • Serve a copy of your appeal and the permit cover page on Ecology in paper form- by mail or in person(see addresses below), E-mail is not accepted. You must also comply with other applicable requirements in chapter 43.21B RCW and chapter 371- 08 WAC, Address and Location Information: Street Addresses: Mailing Addresses: Department of Ecology Department of Ecology i Attn:Appeals Processing Desk Attn:Appeals Processing Desk 300 Desmond Drive SE PO Box 47608 Lacey,WA 98503 Olympia,WA 98504-7608 Pollution Control Bearings Board(PCHB) Pollution Control Hearings Board 1111 Israel Road SW,Suite 301 PO Box 40903 Tumwater,WA 98501 Olympia,WA 98504-0903 Electronic Discharge Monitoring Reports(WAWebDMR) This permit requires that Permittees submit monthly discharge monitoring reports(DMRs)electronically using Ecology's secure online system,WAWebDMR, To sign up for WAWebDMR go to: www.ecy.wa.gov/programs/wq/permits/Paris/webdmr.litml. If you have questions,contact Tonya Wolfe at(360)407-7097(locally),or(800)633-6193/option 3,or email WAWebDMR@eoy.wa.gov. Ecology Field Inspector Assistance If you have questions regarding stormwater management at your construction site,please contact, Ken Waldo at(425)649-7279,or lcen.waido@ecy.wa.gov;or,for Linear Transportation projects- I WSDOT and local governments, Cynthia Walolcer at(425)649.7276,or cynthia,waleker@eoy.wa,gov;both of Ecology's Northwest Regional Office in Bellevue. Questions or Additional Information' Ecology is cormnitted to providing assistance. Please review our web page at: j www•coy.wa.gov/programs/wq/stormwater/cc,nshuotion/. If you have questions about the construction stormwater general permit,please contact Clay Keown at(360)407-6048,or clay.keown@ecy.wa.gov. Since i i I ill'Nloorc,P.E. Program Development Services,Section Manager Water Quality Program Enclosure { I i I i PRODUCT INFORMATION Security Lighting and Cameras Tideflex Technologies - Checkmate Inline Check Valve I i SR 516 to 231s`Way Levee South ReachfHallock A - 6 June 19, 2014 Project Number: 09-3006.2 i Parking Lot Lighting and Cameras Lighting A. Lights General 1. Vertical Flood type 2. Light shall be aimed toward the public works yard. 3. RAB Lighting FXLED105SF or approved equal 4. Lamp shall be pole mounted with tamper resistant fasteners S. Mounting Hardware shall be by RAB Lighting or Approved Equal B. Light Poles General 1. RAB Lighting PS4-11-15WT or approved equal C. Light Pole Anchor Bolts and Hardware General 1. RAB Lighting ABK4-11 or approved equal Cameras A. General 1. Up to Four(4)cameras will be required. 1 Camera will be mounted on a light pole set on the top of the retaining wall at the southwest corner of the site and aimed towards the northeast. 1 Camera will be mounted on a light pole set on the top of the retaining wall at the northwest corner of the site and aimed towards the southeast operations yard entrance. 2 Cameras will be mounted on a light pole set on the top of the retaining wall at the center of the western boundary of the site, with aimed towards the southeast and the other to the northeast. 2. Cameras must be color and provide low-light capabilities 3. Cameras must be network compatible 4. Cameras must provide a minimum 720p HD resolution 5. Cameras must support motion detection with alarm output contacts that will connect to a DVR device. B. Technical Specifications 1. Ethernet network compatible. Must support IPv4,TCP, HTTP, HTTPS, DHCP, and DNS protocols, 2. Minimum resolution and frame rate: HD 720p at 30 fps 3. Low Light Sensitivity:0.5 lux minimum illumination 4. Lens:Variable focus lens,with minimum 2X optical zoom capabilities capable of providing at least 40 degrees horizontal viewing angle. 5. Automatic gain control 6. CODEC Support: H.246, MPEG-4,JPEG. i I 7. Alarm output: 1x relay output for interface with DVR 8. Power: Power over Ethernet(PoE). (IEEE 802.3af-2003) j 9. Operating temperature: minus 10 degrees Celsius to plus 50 degrees Celsius j 10. Sony SNC-CH120 or approve equal Camera Enclosures and Mounting A. General Camera enclosure should be NEMA 4 or IP66 rated or better 1. Enclosure shall be equipped with defroster and thermostatically-controlled heater. Power will be supplied from operations facilities power supply(120v 3A total). 2. Sun shade shall be provided for camera housings that will be exposed to direct sunlight. 3. Tamper resistant fasteners shall be used to secure enclosure access and mounting 4. Consult site plan drawings for mounting method required for each camera 5. If Ethernet wiring will be coexisting in the same conduit as control and power supply wiring, 600V rated CAT6 shielded communications cable shall be used for camera connections. Ethernet Network Switch A. General 1. A minimum of one Ethernet network switch shall be provided for Ethernet connection to each IP camera. 2. A minimum of 4 PoE (Power over Ethernet) ports shall be provided for connections for the IP cameras, ports must be rated for the IP cameras, IEEE 802,3af-2003. 3. A minimum of non-PoE ports shall be provided for connections for the IP cameras and future devices 4. If multiple switches are used,the ports needed for interconnection of the switches should not be included in the above count. B. Technical Specifications 1. Network Speed: 100Mbps/ 10 Mbps, autosensing. 2. . Media Type: CATS, CATSe,CAT6 cabling, 8P8C connectors 3. Power Supply: 120 VAC or 24DC. Other supply voltages may be used, but the appropriate power must be provided. 4. Power over Ethernet(PoE): Must meet IEEE 802.3af-2003 standard for PoE S. Environmental:operating temperature minus 10 degrees Celsius to plus 50 degrees Celsius 6. Manufacturer/Model: N-Tron 100-POE4 or approved equal. Ir_f ri AO)h< �x f Wxx) r a c f s '� �* � _ `tea, P •.,'. � ,t+ :, 1 �j lr 7echnologl'es � i ckMare ® InIine Check Valve S t1 y Y sen }l+_. .3 r � i v .� .-fix zr+`", sF i•:� x 3 v F rT j51r y �y 4F� - i15 � W £ k � 7echn414�14s ;� � 5 rc- OxV i a fv '€ r iZ _�_ it '>— • .L— � -�_��€ �' {� F. �i .,_� 7 S RY 3 p t -R.fr, 'ate' rA—a 1 1 1 •1 }ITa� �'k"'?a� ���uY 7S'�i 7 r f � -..r�r • � _ err 'Y�° ,�.r _ r.a t s 11' r• •.mac �� 1� ..tyg,'��-iC .! �p� ! ,� 1I a. ....; \ .. �y i / r i �"''.. �� i. •£•�5.�' J t�? III � ■-�:'a 4' -� � "n. j - x a 11 / .' '♦C mod@:_ �� � i. p 3 hi • 11 1 •.r / 1' 1 4. 1 i 1 I I �� 11 1 i 1 1• 1 1 ,i1 1 i t i i 3 a. ov c � The CheckMate®Valve's unique design allows for near 100%flow,or a tight close to eliminate backflow problems cmmletofy. The CheckMate®is easy to install.Simply insert the valve Inside any size pipe and clamp from the upstream or downstream end.No modification to the pipe or structure is required to install the CheckMatee,resulting in large savings. Because the CheckMateO is recessed in the pipe, another benefit is environmental permitting for outfail may not be required as the valve does not extend out into the water body. Tideflex CheckMate®Check Valve Headloss vs.Pipe Velocity 2.0 — — u } CheckMate°: 1.8 The Lowest Headloss 1 s ' of Any Check Valve! M. 1.4 A major advantage of the GhockMateO V u �. Inline Check Valve is its extremely low � 0 1.2 i — headless.This is particularly beneficial In 1 g yk low-lying areas.CheckMate®Valves drain with very low head pressure and are 0.8 — � sensitive enough to open with as little as 0.6 1"of water. f 0.4 — — — *Red Valve will provide heedless flowcharts for your specific 0.2 — — application requirements, 0.0 =s 0 1 2 3 4 5 6 7 8 9 10 11 Pipe Velocity(fps) Check Valves � 3 t p • 4 I Odor Control Lightweight CheckMatee Inline Check Valves prevent sewer 4 systems' offending odors from escaping, while still allowing b . �' *V . water to discharge when needed. The CheckMatee Valve 3 z Fit is designed to eliminate the backflow of unwanted methane and hydrogen sulfide gases that typically result in complaints about odor from the general public. Drainage and Outfall Lines CheckMatee Inline Check Valves have become a frequently t01 specified solution for commercial and residential areas where hq, complete,dependable backflow prevention is necessary.The . CheckMatee Valve's maintenance-free, passive operation a provides years of trouble-free service-even when the valve is ' partially buried. Interceptor and Manhole Installations CheckMatee Inline Check Valves are used for Interceptor and - manhole installations because they are ideal for preventing water from backflowing into a sewage treatment plant.The £ - CheckMatee Valve's innovative Inline design allows It to be installed without modifications to structures such as interceptors, manholes and vaults. Stormwater Runoff The CheckMatee Inline Check Valve is the valve of choice for both municipalities and commercial property owners in 3 r', stormwater and general drainage applications. Because the CheckMatee Valve utilizes dissimilar elastomers and fabric In the f3 . hinge area,there are no mechanical parts to warp or corrode. It is maintenance-free! 4 f Check Valves 1 t I . .::.:. (Sep• _ > r � t 1 60"Checklifatel 18"CheckMate® Valve tieing shipped to Australia for infine application. Valve installed at county park in Seattle for parking lot drainage. This simple installation took a total of twenty minutes from start to finish. Maintenance-Free, Totally Passive Operation Flapgate valves are mechanical and have moving parts with inherent problems of corrosion,faulty function and wear.Replacing traditional fiapgate valves with the CheckMato®Inline Check Valve eliminates these issues. Like the Tideff ee Check Valve,the CheckMatoO has a 100%fabric and elastomer unibody construction that eliminates corrosion problems. Because the CheckMate®is made with a unihody construction,there are no one-piece mechanical components to catch debris,corrode or fail.The result is savings-both in time and costs. t _ CheckMatoO Inline Check Valves are tested using the same strenuous methods The ChockMatoO Valve is proven to operate 1ho Volvo can successfully withstand severe winter 4 _ I f '.. .. typhoons, it CheckMateO also minimizes damage to wetlands, I beaches1 residential areas, eliminates hydrant {� surges1 wastewater treatment plants and saves millionsmunicipalities of dollars costs.and treatment CheckValves 15 i Y Y i Sample Specification C.Slip-in style CheckMate®Valves will be furnished with a set of PART it GENERAL stainless steel expansion clamps.The clamps,which will secure the valve in place,shall be installed inside the cuff portion of the 1.01 SUBMITTALS valve,based on installation orientation,and shall expand outwards by means of a turnbuckle.Each clamp shall be pre- A.Submit product literature that includes information on the drilled allowing for the valve to be pinned and secured into performance and operation of the valve,materials of construction, position in accordance with the manufacturer's installation dimensions and weights,elastomer characteristics,headless, instructions.Flange style CheckMate®Valves will be furnished flow data and pressure ratings, with a stainless steel,ANSI 125/150 drilled,retaining ring unless specified otherwise. B.Upon request,provide shop drawings that clearly identify the valve materials of construction and dimensions. D.Manufacturer must have flow test data from an accredited hydraulics laboratory to confirm pressure drop and hydraulic 1.02 QUALITY ASSURANCE data.Company name,plant location,valve size patent number, and serial number shall be bonded to the check valve. A.-Supplier shall have at least twelve(12)years experience in the design and manufacture of"CheckMate®"style elastomeric check 2.02 FUNCTION valves. A.When line pressure exceeds the backpressure,the line B.Manufacturer shall have conducted independent hydraulic pressure forces the bill and disc of the valve open,allowing flow testing to determine headless,jet velocity and vertical opening to pass.When the backpressure exceeds the line pressure,the height characteristics on multiple sizes of CheckMate®valves bill and disc of the valve is forced closed,preventing baekilow. ranging from 4"through 72". The testing must have been conducted for free discharge(discharge to atmosphere)and 2.03 MANUFACTURER submerged conditions. A.All valves shall be of the slip-in or flanged ChockMate as PART 2:PRODUCTS manufactured byTjdeflex Technologies®,A Division of fled Valve Company,Carnegie,PA 15106. All valves shall be manufactured 2.01 "CHECKMATE®"ELASTOMERIC CHECKVALVES in the U.S.A. A.Check Valves are to be all rubber and the flow operated check PART 3:EXECUTION type with slip-in cuff or flange connection. The entire ChockMatO Valve shall be ply reinforced throughout the body, 3.01 INSTALLATION disc and bill,which is cured and vulcanized into a one-piece unibody construction.A separate valve body or pipe used as the A.Valve shall be installed in accordance with manufacturer's housing is not acceptable.The valve shalfbe manufactured with written Installation and Operation Manual and no metal,mechanical hinges or fasteners,which would be used approved submittals. to secure the.dise or bill to the valve housing.The port area of the disc shall contour down,which shall allow passage of flow in one 3.02 MANUFACTURER'S CUSTOMER SERVICE direction while preventing reverse flow.The entire valve shall fit within the pipe I.D.Once installed,the CheckMate®Valve shall not A.Manufacturer's authorized representative shall be available protrude beyond the face of the structure or end of the pipe, for customer service during installation and start-up,and to train personnel in the operation,maintenance and troubleshooting of B.The downstream end of the valve must be circumforentially in the valve. contact with the pipe while in the closed positions. B. if specified,the manufacturer shall also make customer service available directly from the factory in addition to authorized representatives for assistance during installation and start-up,and to train personnel in the operation, maintenance and troubleshooting of the valve, 6 1 Check Valws Mounting Styles and Configurations Downstream Clamp Upstream Clamp Flow flow ' Downstream Flanged Upstream Flanged Downstream Flanged Thimble Insert Upstream Flanged Thimble Insert Flow_ _' Flow F r Flange shape and bolt pattern can be customized. Flangeless thimble inserts are available. ��EOKMATEO VALVE 1n¢nhg' Yl ilmteters tnGh "s'* Or �FeeY 4 100 7.86 200 1 1.5 38 40 12 6 150 9 229 1 2 51 40 12 7 178 12.75 324 1 2 51 40 12 8 200 15.23 387 1 2 51 40 12 i 2 :`3i i•{�ti3 r� or }x' � 1' :2 t` -�� 51 10 ', 250 Irk 4Q0 2 a s 5i , g0 12 300 rr 18 450 31 787 1 4 102 20 6 20 500 42.14 1070 2 8 203 20 6 ..24. 600 47.5 1207 2 8 203 20 6 30 750 54.87 1394 2 8 203 20 6 36 900 62.25 1581 2 8 203 20 6 j 42 ., 11i5Jj ' Qj 48 �• 1200ti-_ '� r19 q�� F 20DZ �' � ` .� i� I ��$ � �� �� _203`` �, 13 `; �4 I � F $ 9t ..11 '. 3s ,Y,3 12 'Larger sizes available upon request. "Shorter lengths available, checkvaives 17 4 p USED 't f _ rr T1C oif- ME,. Te t h e of o a t e's. 600 N'. Bell Ave. 1 1 1 1• 1 •1 1 . 1•1 1 . 1 1• ``•. Carnegie, PA 15106 ' ' ' Mt ' " PHONE; r / 1• 1 . a • 1 1 F 41k79.004A FAX: 1 f 411=194878 V , vI tideflex q y„ IE{�h�a�l�iaYlfiaUafi�e`4eorda i��d�ca'ial�g`t��,��' taro dd811a�aaq e(m niid atT,e 6b�,u'�r4�,"�, � tl�c�nl�Tid§flgk"Tdchfiolyg�sYasets�'a§ffia k� s dti � ae Wtulaut aaila`�aPll�does`epf:awl -= ' � �t �I��airy��ant"cf``ar�adt��¢fa��a(Jlsn;Vr; _ prLd� Yid etia]Ia�bButl�ne I�](p ad�a t 'g 5�'aofijat��d` Teri Vyx Aff'ttlyd��s,84r�t�u�¢`oPtq�,� r r r c find ai !ia 00=e§ fi�ati ar lermsapw rfng`,,., rT naald d4{+ "2 ,`i5�3!t'Ss y,x•i Y'} { C i 1 1 1 1 ji Y V�tia s (�ylsiamditr ddm it 6llt10fiiw`�} 1 1 , b ., oQGElids aa7gt`s.��Hayiiayd�r is ;5adjrggleiw (t dents fif dtN ,e aft el( a t: P t¢ Tltlaiir€t $q+lave mev �4- Iid!-' ph�g7i,ai$Ir$glsiot t.`�fcc ' �flGs�����ap��Y$�Rd�-[i�} 1• ,1 1 •r i � � i^ iNE $ ngl�2Ift tfk}$n. k�� �p`q�E�''h�1�•3' �2 z§':5tii€ as 2chhNi( AV f})r j Construction SeqlitMilestones I I I i i SR 516 to 231"Way Levee South Reach(Nallock A - 7 - June 19, 2014 Project Number: 09-3006.2 Russell Road Upper Levee-James St/Russell Rd Intersection South Reach Levee Construction Sequencing,Milestones and Schedule Rev 6(18J2014 The following construction sequencing,milestones and schedule assumes a construction notice to proceed of Mon 8118/14.Construction activities for the project are limited by schedule restrictions from the bald eagle permit,work in an active operations and maintenance facility,seasonal weather conditions,sequencing of work,and the cftys eommittment to limit road ancitrail Closure impacts tothecommunity. The construction activities outlined below are phased over a three-year construction period. Per construction contract,the Contractor is allowed M working days to complete the project.To meet this construction schedule,the following sequence of work and construction milestones shall be met to limit construction Impacts and meet our project goals. I I Assumed Construction Notice to Proceed:Mon 8/18/14 Bald Eagle Take Permit 2015 Construction Start:B/15/15 I I ConstmctionSeason 1-Begin 8/18/14 and End 12/31d14 Anticipated � Estimated Expected ; Additional I. Work item Start Date Work Days completion comments' Notifypwoperagonsto relocatevelisks and equipment 08/04f14 OB/O4J14st provide two weeks notice to woperations Requeconstruction staking for wall alignment 08/04J14 09104114 Instalitemporary,;2Li ityfencmg atpwoperations 08/18/14 3 08121/14 Tempsecudty fencingto be offset about 15-ft awayfrom wall foundation Concretewaliconstrucdon Oftirand grub,remove ow operations parking areas 08(18/14 5 08/22/14 Between temp securityfencing and exat roadway shoulder Excavate Wall Foundatlooandinstall Foundation Bedding 08/25114 5 O8/29/14 Construct wall-Steel,Fomrvvork,Concrete I 09/02/14 20 09/26/14 Allow concrete wail to setup and cure 09/29/14 20 10/31/14 28 days minimum to full strength j Allow concrete wall to settle until next year 11/03/04 Allow wall to settle until August 2015 Remove temporary security fencing for pw operations 1 09/26/14 1 09/27/14 1 Provide two weeks notice to pw operations j Install permanent fencing and conned fencing to wall 09/26/14 1 ' 09J27(14 Pm,operations site shall be fully enclosed and secure Improvements at pw operations Work shall be done ex editiouslyto Gmitimpacts to pw operations Notify pwoperationsto relocate vehicles and equipment OS/25J14 08/25/14 Pro videtwoweeksnoticetopwoperations Complete sanitary sewer improvement 09/15/14 5 09/19/14 Temporary sewer diversions as needed Complete water main improvements 09(22(14 5 09(26J14 Notify and coordinate water service disruptions Complete parking lot paving 09/29/14 5 10/03114 Asphalt paving to be completed by early Oct 2014 Complete parking lot channelization,curb stops,lighting,cameras 10/06/14 5 10(SOJ14 Complete improvements along North Reach Levee Notify Lakes community of ramp and drainage improvements 08/18(14 /1818/14 Provide two weeks notice to Lakes community Complete yard drainage improvements to Lakes 09/02/14 10 09/12/14 Concrete pave levee ramp connection to Lakes 09/15/34 2 09(17/14 install handrail on levee rump connection to Lakes 09/22/14 2 09/24(14 Complete remainder of water main work along James/Russell 10(13J14 3 10/17/14 Notify and coordinate water service disruptions Connect water main services 10/13/14 1 SOJ17f14 ',' Abandon water main along trail to Nealy Ssames 10/13f14 1 10/17/14 Wimer5butdown ! ,� Install BMPs to impeded areas and ailowroadwaytoremainopen 05/29114 3 10/03/14 Work items securing after this date to have minimal offste impacts I I 1 of6 i i Russell Road Upper Levee-James St/Russell Rd Intersection South Reach Levee Construction Sequencing,Milestones and Schedule Rev 6/18/2914 Construction season 2-Begin 8/15/15 and End 12/31/15 1 Anticipated Estimated Expected Additional Work Item '. Start Date Work Days,Completion Comments Notifcaton of road and trail closures Place variable message signs for upcoming road closure 08103/15 03/03/15 1 Allow two weeks notification prior to closure Notify green river trail users of pending trail closure and detour 08/03/15 08/03/15 Notify golf course of upcoming work near tee-box 08/03/15 08/03(15 Implement traffic control plan and close lames St/Russell Road 08/17/15 1 o8/i7/15 i f Implement green rivertrail closure and detour plan 08/17/15 1 08/17/15 Notify Parks,Kent bicycle advisory board and others Clearing,grubbing,and removal Remove BM Ps In-place overthe winter shutdown 09/17115 1 08/17/25 Remove road pavement,trail pavement,sidewalk,curb,guardrail 08(17/15 3 08/19/15 Earliest pavement removal date as allowed by the bald eagle permit 8/15115 Clear and grub existing trail,riverbank vegetation 09107/15 3 09/09/15 Provide wood straw along riverbankto mitigate erosion impacts 09/09115 1 09/09/15 Road,levee,and trall construction Install large storm manhole structure and valves 08/24/15 5 08/28/15 Grade levee prism and road prism 08/3U15 10 09/11/15 Install fencing and handrail on top of wall 09114115 3 09/16/15 1 i _ Install fencing atong golf coursetenbox 09114/15 2 09115J15 1 Place W=Uand hydroseed to restore golf course impacts 09/21115 2 09/22115 Useseedand topsoil mixspedflcto golf course requirements Utilities:storm,power,gas,tale hone.cable Install storm drain system along road 09114115 8 09123/15 Install joint trench for utifnies(power,gas,cable„telephone) 09128115 5 10102/15 Install vaults and transformer pads for underground utilities 16/05115 5 ! 10109M Underground overhead power for no,operations and parks trailer Notify pw operations and parks of upcoming work 09/2811S 09128/15 Provide two weeks notice W pwoperationanand parks I Install conduits,wires,vaults and transformers 10/12/15 5 10/16/15 j Energke system and complete service 10/19/15 5 10/23/15 j Al(owubiitimtotempararyrelocateoverhead)inesvertically 10/26/15 — 10126/15 Century Unkand Comcastto adjusttheir overhead Ones Complete remaining road,levee,andtrail improvements Install curb,gutter,sidewalk,and Parks trailer driveway 10/19/15 8 10/28/15 Allow work window her mimes to pull cable and wire through conduits 10/26/15 10/26/15 Allow two weeks for PSE,ComcaSt'and CeMu ink Install street lights,junction boxes,and service cabinets 10/26/15 3 10128/15 Install guardrail along roadway 10/26/15 3 10/28/15 Pave new roadway withouttmil 2-inch lift of pavement 11/02/15 5 11/06/15 Final paving to otter in June 2016 afer initial settlement of road/levee embankment Pavenewgreen rivertrail 11/09/15 3 11/11/15 Open roadwayforvehiculartraffic and trail for recreational use _ Removetrail closure signs and open newiraii 11/16/15 1 11/16/15 I install temporarychanne@ation and open new road ll/16/15 1 2 21117/15 1 Allow roadway/leveeembankmeutto settle it/16/1.5 I ! Allow 6 ones to settle.Final paving not to occur until June 2016 I I I 2of3 Russell Road Upper Levee-James St/Russell Rd Intersection South Reach Levee Construction Sequencing,Milestones and Schedule Rev 6/18l2014 Construction Season 3-Begin 6/2.0116 and End 718116 Anticipated Estimated Expected Additional Work Item Start Date Work Days Completion Comments I Complete vegetation plantings along riverbank Remove BMps in-placefrom riverbank gn(fingin Sept2015 06120/16 1 06/20/16 Eardeststandateas allowed bythebaid eagle permk-6/15/16 Install riparian plantings along riverbank 06/20/16 10 07101/16 Allowseparate contractor to complete irrigation and road plantings 06/20/16 10 07/01/16 Com lete final paving and remaining improvements Adjust curb/gutter and sidewalk as needed 06/20116 2 06/21/16 ' Adjustments could be needed depending on embankment settling Place final Lift of asphalt pavement aver roadway 06/27116 5 07/01/16 Adjust utility castings and rims to grade 07/05/16 z 07106/16 Install channeGxation,pedestrian crossing,and road signs 07J07/16 2 07/08/16 3 Of Pg TV NZ, �AA tot S ,tYjv,,� K t Git�POW Mot M,b—NRRF 9494��f �I.; wY's r -6g, 00,MOO J, efR668i 3"E pi,z mwg-, 4f r« 9 Fs •--x4r � 3- "i �� ku�i 2 '✓:.c^y`+���d �i�r�' 2'33�tty�" .,u`-ram \.,�ti� "'�{'d 3*'+- �a s. -y a r s -" sf"^.�,a-. & ••�j v�r-v a kty�7�'F.�r,� `5�,� ar'�'r�f'ru 4 tom"'-�- � ,�"aij �y��'�y&'f� l:&ISfi� � `", hr -'�§,�#�4-��`r`a+.,.arb �+a 7. x � �c�J � �•yiq�`lz"i`•N•�^sa�rr"`IG..,�.,>i�0.'� �e�YA���u�s W'�+r�� N�'t�1 a� � t •v'''-a,4€ vN r` nN r, a 'r?�>s,'tis�° §y...*,� t` �ar�t r rzr"tf 4'r``V' -'`�"'F�fl�f`r � �„ �C 3t r�A:.�-Lx 1 t � zteS s � UT`_4 q,.rs.�P,3'T-' wx�a@��� -v-ra��.�s?�,.,6 �,-rf�'�•etJ�+�,"ji'^ r .rY ri`�[ z;�rt4J l�� z� 5'imj6£r �..��q�=s-s aw"v§��' �� ,*�+.s �° � �e�."i t' x5'ec�r s• 4 a"�' '�� v% 45 . "1 t r+-. ASS+ t �.=�ak"a'.- .P `•rc.., 'a.,-,.'. `�� r���'�N5`� � i�xx,+ ,��^"� -r � 1, `�r"�ri��e�S::•� � y.r. un�N uF` �iL�•--^�� �-��- �' '.� r •.zsi+t�[^'3k .� x,S Y '"y']y M; L.ar" �^-+, °, ;r 1 u. '-=ro. �� �k���,�r��v`�+1�`�rr�l s�,ax ry "xa.4-x,:'+ y, `"�r"��teF�-�Z�f1th�Y �•.`K`s'"' ''".ru+ r'jtt t y-r� tk:.,r sc r_,.3�`fi�*'...5 S' »� � �* n x,� '4& � a S^+"� '�*r+�,-"a'"tn `wait' { •xc;.�,v s ,, $.J >q -'t 'tie '3•"� `^� �.r, r ���"i � �"'-� 4. 'f �f-i-�v,t"'r5'==s x `, a'�.t"4''z k3�.2-'��IF{'" sy'2t7 tk.+." � �`p" n3 `�.."s-ra,`s�ea` + � �#r � W✓`-}i p 'y'.'� � "}-t cLr '1A.3 a'y °"S..,S z u{ry �"+ x 3 + �t ix7ya � II� -"T c`�3 �"� �--��� "'f�J� �': ��,2`^.i }..-� rsefi. "^C.^,ems cs�,.T,W`_ x �•-z _ ,}u'�'ajNr� " q '"1 i ��`v�9 1Xy. '�, s�Jx.Q-aJ ��,, ��?t�-�, f.�r"£}`U' 'r �z€ *' .•r '-t1,s ,� �'.. '-i 'r 'may ""e" 61jY.'2`t �+J�aPTk,. �.i 'i:s r ""J9rl�' °t.r .,.-�..� -ky$ 3iq�'r+� ",+tti.•=...r'� �ya.'�`ht� ir,�}x+'�Y' 'T fi,� �d rt"+w a tea`+ -u + `. ,>+e4 :� +. a .E r� Ax '"j'-?kt3k �a;C.:'r�V kx 7N N'Yr• F,�hti",.".t47�s�,,,�a",>y,3' J 'GSas' c"'xr 'SV t'c'. 4n � ,�;,. 5.�,.�a'� �nww" c'i'� f'>r r ?". '��� ✓ +, '.,� 5c i�"l. y, i } � aa�. a t �K k. ,*y,< b �`' t i, v r•'�. . .?,a-�,1as�r M1 '•...�,ar-ra'cr'�r -ywW�""�`wP°N�'T"�� '""r' �}t i2 v'1�z<P S � �iL' { '2 a ,m`"`xn d�k{s�� r ^EUW wl'['�^Ar as v" � �✓Y.41�� ta�'2. l�s^C5r � �"'.ar<' �'.0 ' +:.. $ tv,sxS"xu3' xr+�i +r '<"� "�""S.arA .rx++'� "ex""Y � Said q't E lS il� �,�- '� c S ,qy P -M x`"ck?P '�+ Yr 3 ✓�.,1 e '° n. � � r tk`�+G,a :A,v'nra ^�^a:-.3� �,�" ".•"' 'm,tr``ro- yr ""�i� ��ir't rr!' +q "� s � to "1 r? '><r<`-e i� -'`3q..va'y F s ✓ �^-�.•s„� ,taw "< { a3 z7P5T J+��` - x ''S s "` ltd_:�5^ r „�'"i t'b r ra + v €r,T r ra. r t] •'• ke`s-a+n �F,- r `44, Rt r ,x.x'�5+�' 'tf 'rl' cy r a§,f "n36ttl SjA + '� d.� r ��a`�y-�•� w"^f/y-� Su`cuy",��3+�ti € rs v �"3:i}.-.yrv'�v r SJ(j �J(A� R•`- y"a 4 ti� rr� "7"-i -,.�- w J�•e+�, ham,.-��'„"_�s> �a'`��� ia'�'���i.�' �� �. e ys � sF` a. : ,f 1sL f� W r�-u^�✓r a u x �.{� .wa v q } �'`m��?' hl"t�� ,�ti,.a ��"1 q •itv�.�- t ..-a, � ,.. r•+r v-+Lr � i t r 3 `ws f 2¢ '«.m.-L+_{ C,q � f h -n� -"�." rxr"�Y�D =d.-,� `"3, J 5 u r ..! hy�--� 'k' ��•^-"'. �.�i"F d i S5 �x s(`.A +u'`.lri�vt �",r. '4 x �� ,,.._,,.� 3-r &�+ls. x .^r<' .phi i j.� }h, 7i+J:-� r � *�Y � 2 •� a'€ s x, .�+ +- .r is i i C ,�a �•�k'- "�-":1'�k 4 C .� Sys. *�- r � ti c r � �; }�� C r �-a x k'fi+��"�' ed�.'z,s �,�''�-r�4-r> "Ci({ct5�t�}, ,�.�•��i.��.,p%E'w^r*"F,3Zi .4t.�v � -*>, -s,� r ..� "y'�rA'fi.2rxm7 [ .ax tS'' `Y<. fr y+v ff a. Fir rr�x� Ri�'r yti-.r,€ �" •q�T=€r "� 'r. fY t+t.•^�:La--n•,C""'� -K� '�'�z �•�'rwryr"�,t1,a- ,-�'.,a.Gw ^f } i �y, .x 2.�.., ;.c f.?'t '`,�'c.� ''�s''A 'u"�,n �•.' '��tzlt��l z^A`�`` •rn� '� iefd r�`ws r"�'�+� t{ �...-sx-��;^''""`� "S,`^ 'rt`us. aws e "'-' `4c � -f 4 �.Av "^a;.S"^+.,ne 1 3.,ie•rf�'ti�A��*n'�i�rv-r.3>,�,a�',n-�; ��'f54"z `x�c x`J,a,�a''h�^q,�s� 4 ""ss}.y �^�NY "„s � � y `�' w,. w�` ,Rr�„i,,e�� �. i, a-y,o '^-�—..'h;f {saw "•T"#. F �''Za.,rr" �„ w�'+....��.-"f-€,,n. �f *' � ,'.. a•.a- Y�w�r-..�� uS�� -.A.� t�r, F�sj.l•��+.t"'t,. t1'.y"' ,c� ..��4'.a-�'� i„R']^a"��'iw''."�5:'x.S.� `^ugy�"�-ws �' rxz„'�.{�`� y na 1,v�3-1 €v r'f.,}7v ��'"s'S'r=�yS x' �'�'..ki4" }'vc� `� rve>,.-:5;vats � . 'r Crv�'"L w+'�" ,1t'r-c•t yXi , � �.. x .� '.� s� �k- �T�'"` � �`a try # "i, r '„ti +< ,te � '` wUN'. q .r .,�-'n 3.c�•" '?"'r'�`>u` �✓�+ .; xss�...fc:�-.�,��,il' �: JL'�a,�"�..5 sY`'4 �h Y�Xn f 4 � v ri � n�; t' .ti�' € ^.-r vim- � F' w t n i i PREVAILING WAGE RATES i SR 516 to 231n Way Levee South ReachJNallock A- 8 June 19, 2014 Project Number: 09-3006.2 i State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 i Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/19/2014 County Trade Job Classification Wa a Holiday Overtime Note King Asbestos Abatement Journey Level $41.69 5D 1H Workers King Boilermakers Journey Level $64.44 5N 1C King Brick Mason Brick And Block Finisher $43.26 5A 1M King Brick Mason Journey Level $50.12 5A 1M King Brick Mason Pointer-Caulker-Cleaner $50.12 5A 1M King Building Service Employees Janitor $20.59 5S 2F King Building Service Employees Traveling $21.00 5S 2F Waxer/Shampooer King Building Service Employees Window Cleaner (Non- $24.29 5S 2F Scaffold) King Building Service Employees Window Cleaner $25.15 5S 2F (Scaffold) King Cabinet Makers tin Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $50.82 5D 1M King Carpenters Bridge, Dock And Wharf $50.82 5D iM Carpenters King Carpenters Carpenter $50.82 5D iM King Carpenters Carpenters on Stationary $50.95 5D iM Tools King Carpenters Creosoted Material $50.92 5D 1M King Carpenters Floor Finisher $50.82 5D iM King Carpenters Floor Layer $50.82 5D 1M King Carpenters Scaffold Erector $50.82 5D iM King Cement Masons Journey Level $51.18 7A 1M King Divers a Tenders Diver $105.37 5D 1M 8A King Divers & Tenders Diver On Standby $59.50 5D iM King Divers & Tenders Diver Tender $54.82 5D 1M King Divers & Tenders Surface Rcv Et Rov $54.82 5D iM Operator King Divers & Tenders Surface Rcv Et Rov $51.07 5A 1B Operator Tender King Dredge Workers Assistant Engineer $53.00 SD 3F King Dredge Workers Assistant Mate $52.58 5D 3F (Deckhand) King Dredge Workers Boatmen $52.30 5D 3F King Dredge Workers Engineer Welder $54.04 5D 3F King Dredge Workers Leverman, Hydraulic $55.17 5D 3F King Dredge Workers Mates $52.30 5D 3F King Dredge Workers Oiler $52.58 5D 3F King DrywallApplicator Journey Level $50.82 5D 1H King Drywall Tapers Journey Level $50.87 5P 1E King Electrical Fixture Journey Level $25.84 5L 1E Maintenance Workers i King Electricians - Inside Cable Splicer $65.69 7C 2W King Electricians - Inside Cable Splicer (tunnel) $70.52 7C 2W King Electricians - Inside Certified Welder $63.49 7C 2W King Electricians - Inside Certified Welder (tunnel) $68.10 7C 2W King Electricians - Inside Construction Stock $35.69 7C 2W Person King Electricians - Inside Journey Level $61.30 7C 2W King Electricians - Inside Journey Level (tunnel) $65.69 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $68.33 5A 4A Construction King Electricians - Powerline Certified Line Welder $62.50 5A 4A Construction King Electricians - Powerline Groundperson $42.56 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $62.50 5A 4A Construction Operator King Electricians - Powerline Journey Level Lineperson $62.50 5A 4A Construction King Electricians - Powerline Line Equipment Operator $52.47 5A 4A Construction King Electricians - Powerline Pole Sprayer $62.50 5A 4A Construction King Electricians - Powerline Powderperson $46.55 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 i King Elevator Constructors Mechanic $80.14 7D 4A King Elevator Constructors Mechanic In Charge $86.77 7D 4A King Fabricated Precast All Classifications - In- $15.25 56 1 R Concrete Products Factory Work Only King Fence Erectors Fence Erector $15.18 1 King El-aggers Journey Level $35.34 7A 31 King Glaziers Journey Level $53.76 7L 1Y King Heat B Frost Insulators And Journeyman $58.93 5J 15 Asbestos Workers I i King Heating Equipment Journey Level $69.37 7F I Mechanics King Hod Carriers Et Mason Journey Level $42.99 7A 31 Tenders King Industrial Power Vacuum Journey Level $9.32 1 Cleaner King Inland Boatmen Boat Operator $54.57 58 1 K i King Inland Boatmen Cook $50.95 5B 1K King Inland Boatmen Deckhand $51.19 5B 1K King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, $31.49 1 Of Sewer Et Water Systems Foamer Operator By Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $50.82 5D 1M King Ironworkers Journeyman $59.77 7N 10 King Laborers Air, Gas Or Electric $41.69 7A 31 Vibrating Screed King Laborers Airtrac Drill Operator $42.991 7A 31 King Laborers Ballast Regular Machine $41.69 7A 31 King Laborers Batch Weighman $35.34 7A 31 King Laborers Brick Pavers $41.69 7A 31 King Laborers Brush Cutter $41.69 7A 31 King Laborers Brush Hog Feeder $41.69 7A 31 King Laborers Burner $41.69 7A 31 King Laborers Caisson Worker $42.99 7A 31 King Laborers Carpenter Tender $41.69 7A 31 King Laborers Caulker $41.69 7A 31 King Laborers Cement Dumper-paving $42.46 7A 31 King Laborers Cement Finisher Tender $41.69 7A 31 King Laborers Change House Or Dry $41.69 7A 31 Shack King Laborers Chipping Gun (under30 $41.69 7A 31 Lbs.) King Laborers Chipping Gun(30 Lbs. $42.46 7A 31 And Over) King Laborers Choker Setter $41.69 7A 31 III I King Laborers Chuck Tender $41.69 7A 31 King Laborers Clary Power Spreader $42.46 7A 31 King Laborers Clean-up Laborer $41.69 7A 31 King Laborers Concrete Dumper/chute $42.46 7A 31 Operator King Laborers Concre Form Stripper $41.69 7A 31 te King Laborers Concrete Placement $42.46 7A 31 Crew King Laborers Concrete Saw $42.46 7A 31 Operator/core Driller King Laborers Crusher Feeder $35.34 7A 31 King Laborers Curing Laborer $41.69 7A 31 King Laborers Demolition: Wrecking 8 $41.69 7A 31 Moving (inct. Charred Material) King Laborers Ditch Digger $41.69 7A 31 King Laborers Diver $42.99 7A 31 King Laborers Dritt Operator $42.46 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $41.69 7A 31 King Laborers Dump Person $41.69 7A 31 King Laborers Epoxy Technician $41.69 7A 31 King Laborers Erosion Control Worker $41.69 7A 31 King Laborers Faller £t Bucker Chain $42.46 7A 31 Saw King Laborers Fine Graders $41.69 7A 31 King Laborers Firewatch $35.34 7A 31 King Laborers Form Setter $41.69 7A 31 King Laborers Gabian Basket Builders $41.69 7A 31 King Laborers General Laborer $41.69 7A 31 King Laborers Grade Checker & Transit $42.99 7A 31 Person King Laborers Grinders $41.69 7A 31 King Laborers Grout Machine Tender $41.69 7A 3I King Laborers Groutmen $42.46 7A 31 (pressure)inctuding Post Tension Beams King Laborers Guardrail Erector $41.69 7A 31 King Laborers Hazardous Waste Worker $42.99 7A 31 (level A) King Laborers Hazardous Waste Worker $42.46 7A 31 (level B) King Laborers Hazardous Waste Worker $41.69 7A 31 (level C) King Laborers High Scaler $42.99 7A 31 King Laborers Jackhammer $42.46 7A 31 King Laborers Laserbeam Operator $42.46 7A 31 King Laborers Maintenance Person $41.69 7A 31 King ILaborers IManhote Builder-mudman $42.46 7A 3I i King Laborers Material Yard Person $41.69 7A 31 King Laborers Motorman-dinky $42.46 7A 31 Locomotive King Laborers Nozzleman (concrete $42.46 7A 31 Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete,Water Bla King Laborers Pavement Breaker $42.46 7A 31 King Laborers Pilot Car $35.34 7A 31 King Laborers Pipe Layer Lead $42.99 7A 31 King Laborers Pipe Layer/tailor $42.46 7A 31 King Laborers Pipe Pot Tender $42.46 7A 31 King Laborers Pipe Refiner $42.46 7A 31 King Laborers Pipe Wrapper $42.46 7A 31 King Laborers Pot Tender $41.69 7A 31 King Laborers Powderman $42.99 7A 31 King Laborers Powderman's Helper $41.69 7A 31 King Laborers Power Jacks $42.46 7A 31 King Laborers Railroad Spike Puller - $42.46 7A 31 Power King Laborers Raker -Asphalt $42.99 7A 31 King Laborers Re-timberman $42.99 7A 31 King Laborers Remote Equipment $42.46 7A 31 Operator King Laborers Rigger/signal Person $42.46 7A 31 King Laborers Rip Rap Person $41.69 7A 31 King Laborers Rivet Buster $42.46 7A 31 King Laborers Rodder $42.46 7A 31 King Laborers Scaffold Erector $41.69 7A 31 King Laborers Scale Person $41.69 7A 31 King Laborers Sloper (over 20") $42.46 7A 31 King Laborers Sloper Sprayer $41.69 7A 31 King Laborers Spreader (concrete) $42.46 7A 31 King Laborers Stake Hopper $41.69 7A 31 King Laborers Stock Pifer $41.69 7A 31 King Laborers Tamper ft Similar $42.46 7A 31 Electric, Air Et Gas Operated Tools King Laborers Tamper (multiple tt Self- $42.46 7A 31 propelled) King Laborers Timber Person - Sewer $42.46 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at $41.691 7A 31 Jobsite) King Laborers ITopper $41.69 7A 31 I King Laborers Track Laborer $41.69 7A 31 King Laborers Track Liner (power) $42.46 7A 31 King Laborers `Traffic Control Laborer $37.79 7A 31 8R King Laborers Traffic Control $37.79 7A 31 811 Supervisor King Laborers Truck Spotter $41.69 7A 31 King Laborers Tugger Operator $42.46 7A 31 King Laborers Tunnel Work-Compressed $60.06 7A 31 K Air Worker 0.30 psi King Laborers Tunnel Work-Compressed $65.09 7A 31 Air Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed $68.77 7A 31 Air Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed $74.47 7A 31 Air Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed $76.59 7A 31 Air Worker 60.01.64.00 psi King Laborers Tunnel Work-Compressed $81.69 7A 31 88Q Air Worker 64.01.68.00 psi King Laborers Tunnel Work-Compressed $83.59 7A 31 8�( Air Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed $85.59 7A 31 8�C Air Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed $87.59 7A 31 Air Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and $43.09 7A 31 8�C Lock Tender King Laborers Tunnel Work-Miner $43.09 7A 31 King Laborers Vibrator $42.46 7A 31 King Laborers Vinyl Seamer $41.69 7A 31 King Laborers Watchman $32.12 7A 31 . King Laborers Welder $42.46 7A 31 King Laborers Well Point Laborer $42.46 7A 31 King Laborers Window Washer/cleaner $32.12 7A 31 King Laborers - Underground General Laborer Et $41.69 7A 31 Sewer 8 Water Topman King Laborers - Underground Pipe Layer $42.46 7A 31 Sewer Ft Water King Landscape Construction Irrigation Or Lawn $13.56 1 Sprinkler Installers King Landscape Construction Landscape Equipment $28,17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $50.82 5D 1H King Marble Setters Journey Level $50.12 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (in Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In 5hop) Welder $15.48 1 King Millwright Journey Level $51.92 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 � King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $51.07 5D 1M King Plasterers Journey Level $49.29 1R King Playground Et Park Journey Level $9.32 1 Equipment Installers King Plumbers Ft Pipefitters Journey Level $73.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P King Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $53.00 7A 3C 8P Concrete King Power Equipment Operators Bobcat $50.22 7A 3C 8P King Power Equipment Operators Brokk - Remote $50.22 7A 3C 8P Demolition Equipment King Power Equipment Operators Brooms $50.22 7A 3C 8P King Power Equipment Operators Bump Cutter $53.00 7A 3C ' 8P King Power Equipment Operators Cableways $53.49 7A 3C 8P King Power Equipment Operators Chipper $53.00 7A 3C 8P King Power Equipment Operators Compressor $50.22 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck $53.49 7A 3C 8P Mount With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine $50.22 7A 3C 8P -laser Screed King Power Equipment Operators Concrete Pump $52.58 7A 3C 8P Mounted Or Trailer High ! Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck $53.00 7A 3C 8P Mount With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $52.58 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through $53.00 7A 3C 8P 44 Tons With Attachments King Power Equipment Operators Cranes: 100 Tons $54.04 7A 3C 8P Through 199 Tons, Or 150'Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 $54.61 7A 3C 8P Tons, Or 250'Of Boom (including Jib With Attachments) j King Power Equipment Operators Cranes: 45 Tons Through $53.49 7A 3C 8P 99 Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame • 10 $50.22 7A 3C 8P Tons And Under King Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 $55.17 7A 3C 8P Tons King Power Equipment Operators Cranes: Over 300 Tons Or $55.17 7A 3C 8P 300' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons $52.58 7A 3C 8P With Attachments A- frame Over 10 Tons King Power Equipment Operators Crusher $53.00 7A 3C 8P King Power Equipment Operators Deck Engineerldeck $53.00 7A 3C 8P Winches (power) King Power Equipment Operators Derricks, On Building $5349 7A 3C 8P Work King Power Equipment Operators Dozers D-9 Et Under $52.58 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, $52.58 7A 3C 8P Truck Or Crane Mount King Power Equipment Operators Drilling Machine $53.00 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $50.22 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, $53.00 7A 3C SP Bidwell And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And $52.58 7A 3C 813 Over With Attachments King Power Equipment Operators Forklifts: Under 3000 $50.22 7A 3C 8P Lbs. With Attachments King Power Equipment Operators Grade Engineer: Using $53.00 7A 3C 8P Blue Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P King Power Equipment Operators Guardrail Punch $53.00 7A I 3C 8P King Power Equipment Operators Hard Tail End Dump $53.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $53.00 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional $52.58 7A 3C 8P Drill Locator King Power Equipment Operators Horizontal/directional $53.00 7A 3C 8P Drill Operator King Power Equipment Operators Hydralifts/boom Trucks $52.58 7A 3C 8P Over 10 Tons King Power Equipment Operators Hydratiftstboom Trucks, $50.22 7A 3C 8P 10 Tons And Under King Power Equipment Operators Loader, Overhead 8 $54.04 7A 3C 8P Yards. Et Over King Power Equipment Operators Loader, Overhead, 6 $53.49 7A 3C 8P Yards. But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under $53.00 7A 3C 8P 6 Yards King Power Equipment Operators Loaders, Plant Feed $53.001 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type $52.58 7A 3C 8P Belt King Power Equipment Operators Locomotives, All $53.00 7A 3C 8P King Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen $54.04 7A 3C 8P - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - $52.58 7A 3C 8P Non-finishing King Power Equipment Operators Motor Patrol Graders, $53.49 7A 3C 8P Finishing King Power Equipment Operators Mucking Machine, Mote, $53.49 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $50.22 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators $52.58 7A 3C 813 And Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type $53.00 7A 3C 8P Crane: 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: $54.04 7A 3C 8P 100 Tons And Over King Power Equipment Operators Overhead, Bridge Type: $53.49 7A 3C 8P 45 Tons.Through 99 Tons King Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P King iPower Equipment Operators IPile Driver (other Than $53.00 7A 3C 8P Crane Mount) King Power Equipment Operators Plant Oiler -Asphalt, $52.58 7A 3C 8P Crusher King Power Equipment Operators Posthole Digger, $50.22 7A 3C 8P Mechanical King Power Equipment Operators Power Plant $50.22 7A 3C 8P King Power Equipment Operators Pumps - Water $50.22 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And $53.49 7A 3C 8P Over King Power Equipment Operators Quick Tower - No Cab, $50.22 7A 3C 8P j Under 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator $53.49 7A 3C 8P On Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Gellman $50.22 7A 3C 8P King Power Equipment Operators Rollagon $53.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant $50.22 7A 3C 8P Mix King Power Equipment Operators Roller, Plant Mix Or $52.58 7A 3C 8P Multi-lift Materials King Power Equipment Operators Roto-milt, Roto-grinder $53.00 7A 3C 8P King Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled $53.60 7A 3C 8P Under 45 Yards King Power Equipment Operators Scrapers - Concrete Et $52.58 7A 3C 8P Carry All King Power Equipment Operators Scrapers, Self-propelled: $53.49 7A 3C 8P 45 Yards And Over King Power Equipment Operators Service Engineers - $52.58 7A 3C 8P Equipment King Power Equipment Operators Shotcretelgunite $50.22 7A 3C 8P Equipment King Power Equipment Operators Shovel , Excavator, $52.58 7A 3C 8P Backhoe, Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, $53.49 7A 3C 8P Backhoe: Over 30 Metric Tons To 50 Metric Tons i King Power Equipment Operators Shovel, Excavator, $53.00 7A 3C 8P Backhoes, Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, $54.04 7A 3C 8P Backhoes: Over 50 Metric Tons To 90 Metric Tons j King Power Equipment Operators Shovel, Excavator, $54.61 7A 3C 8P Backhoes: Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $53.49 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer 1 $53.00 7A 3C 8P Sewer it Water Attachment Over 42 M King Power Equipment Concrete Finish Machine $50.22 7A 3C 8P Operators- Underground -laser Screed Sewer 8 Water King Power Equipment Concrete Pump - $52.58 7A 3C 8P Operators- Underground Mounted Or Trailer High Sewer & Water Pressure Line Pump, Pump High Pressure. King Power Equipment Concrete Pump: Truck $53.00 7A 3C 8P Operators- Underground Mount With Boom Sewer Ft Water Attachment Up To 42m King Power Equipment Conveyors $52.58 7A 3C 8P Operators- Underground Sewer &Water King Power Equipment Cranes: 20 Tons Through $53.00 7A 3C 8P Operators- Underground 44 Tons With Sewer Et Water Attachments King Power Equipment Cranes: 100 Tons $54.04 7A 3C 8P Operators- Underground Through 199 Tons, Or Sewer @ Water 150' Of Boom (Including Jib With Attachments) King Power Equipment Cranes: 200 Tons To 300 $54.61 7A 3C 8P Operators- Underground Tons, Or 250' Of Boom Sewer Et Water (including Jib With Attachments) King Power Equipment Cranes: 45 Tons Through $53.49 7A 3C 8P Operators- Underground 99 Tons, Under 150'Of Sewer @ Water Boom (including Jib With Attachments) King Power Equipment Cranes: A-frame - 10 $50.22 7A 3C 8P Operators- Underground Tons And Under Sewer 8 Water King Power Equipment Cranes: Friction 100 Tons $54.61 7A 3C 8P Operators• Underground Through 199 Tons Sewer £t Water King Power Equipment Cranes: Friction Over 200 $55.17 7A 3C 8P Operators- Underground Tons Sewer 8 Water King Power Equipment Cranes: Over 300 Tons Or $55.17 7A 3C 8P Operators- Underground 300'Of Boom (including Sewer $ Water, Jib With Attachments) King Power Equipment Cranes: Through 19 Tons $52.58 7A 3C 8P Operators- Underground With Attachments A- Sewer 8 Water frame Over 10 Tons King Power Equipment Crusher $53.00 7A 3C 8P Operators- Underground Sewer Ft Water King Power Equipment Deck Engineer/deck $53.00 7A 3C 8P Operators- Underground Winches (power) Sewer Et Water King Power Equipment Derricks, On Building $53.49 7A 3C 8P Operators- Underground Work Sewer Et Water King Power Equipment Dozers D-9 i Under $52.58 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Drill Oilers: Auger Type, $52.58 7A 3C 8P Operators- Underground Truck Or Crane Mount Sewer a Water King Power Equipment Drilling Machine $53.00 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Elevator And Man-lift: $50.22 7A 3C 8P Operators- Underground Permanent And Shaft Sewer a Water Type King Power Equipment Finishing Machine, $53.00 7A 3C 8P Operators- Underground Bidwell And Gamaco a Sewer a Water Similar Equipment King Power Equipment Forklift: 3000 Lbs And $52.58 7A 3C 8P Operators- Underground Over With Attachments Sewer a Water King Power Equipment Forklifts: Under 3000 $50.22 7A 3C 8P Operators- Underground Lbs. With Attachments Sewer a Water King Power Equipment Grade Engineer: Using $53.00 7A 3C 8P Operators- Underground Blue Prints, Cut Sheets, Sewer a Water Etc King Power Equipment Gradechecker/stakeman $50.22 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Guardrail Punch $53.00 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Hard Tail End Dump $53.49 7A 3C 8P Operators- Underground Articulating Off- Road Sewer a Water Equipment 45 Yards. a Over King Power Equipment Hard Tail End Dump $53.00 7A 3C 8P Operators- Underground Articulating Off-road Sewer a Water Equipment Under 45 Yards King Power Equipment Horizontal/directional $52.58 7A 3C 8P Operators- Underground Drill Locator Sewer a Water King Power Equipment Horizontal/directional $53.00 7A 3C 8P Operators- Underground Drill Operator Sewer a Water King Power Equipment Hydraliftstboom Trucks $52.58 7A 3C 8P Operators- Underground Over10 Tons Sewer a Water King Power Equipment Hydraliftstboom Trucks, $50.22 7A 3C BP Operators- Underground 10 Tons And Under Sewer a Water King Power Equipment Loader, Overhead 8 $54.04 7A 3C 8P Operators- Underground Yards. a Over Sewer a Water King Power Equipment Loader, Overhead, 6 $53.49 7A 3C 8P Operators- Underground Yards. But Not Including Sewer a Water 8 Yards King Power Equipment ILoaders, Overhead Under $53.00 7A 3C 8P Operators- Underground 6 Yards Sewer Et Water King Power Equipment Loaders, Plant Feed $53.00 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment loaders: Elevating Type $52.58 7A 3C 8P Operators- Underground Belt Sewer Et Water King Power Equipment Locomotives, All $53.00 7A 3C 8P j Operators- Underground Sewer Et Water j King Power Equipment Material Transfer Device $53.00 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Mechanics, All (leadmen $54.04 7A 3C 8P Operators- Underground - $0.50 Per Hour Over Sewer Et Water Mechanic) King Power Equipment Motor Patrol Grader- $52.58 7A 3C 8P Operators- Underground Non-finishing Sewer Et Water King Power Equipment Motor Patrol Graders, $53.49 7A 3C 8P Operators- Underground Finishing Sewer Et Water King Power Equipment Mucking Machine, Mole, $53.49 7A 3C 8P Operators- Underground Tunnel Drill, Boring, Sewer Et Water Road Header And/or Shield King Power Equipment Oil Distributors, Blower $50.22 7A 3C 8P Operators- Underground Distribution Et Mulch Sewer Et Water Seeding Operator King Power Equipment Outside Hoists (elevators $52.58 7A 3C 8P Operators- Underground And Mantifts), Air Sewer Et Water Tuggers,strato King Power Equipment Overhead, Bridge Type $53.00 7A 3C 8P Operators- Underground Crane: 20 Tons Through Sewer Et Water 44 Tans King Power Equipment Overhead, Bridge Type: $54.04 7A 3C 8P Operators- Underground 100 Tons And Over Sewer Ft Water King Power Equipment Overhead, Bridge Type: $53.49 7A 3C 8P Operators- Underground 45 Tons Through 99 Tons Sewer &Water � King Power Equipment Pavement Breaker $50.22 7A 3C 81) Operators- Underground Sewer Et Water King Power Equipment Pile Driver (other Than $53.00 7A 3C 8P Operators- Underground Crane Mount) Sewer Et Water King Power Equipment Plant Oiter -Asphalt, $52.58 7A 3C 8P j Operators- Underground Crusher Sewer Et Water King Power Equipment Posthote Digger, $50.22 7A 3C 8P Operators- Underground Mechanical Sewer &Water King , Power Equipment Power Plant $50.22 7A 3C 8P i Operators- Underground Sewer Et Water King Power Equipment Pumps -Water $50.22 7A 3C 8P Operators- Underground Sewer &Water King Power Equipment Quad 9, Hd 41, DI And $53.49 7A 3C 8P Operators Underground Over Sewer &Water King Power Equipment Quick Tower - No Cab, $50.22 7A 3C 8P Operators- Underground Under100 Feet In Height Sewer Et Water Based To Boom i King Power Equipment Remote Control Operator $53.49 7A 3C 8P Operators- Underground On Rubber Tired Earth Sewer Et Water. Moving Equipment I King Power Equipment Rigger And Bellman $50.22 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Rollagon $53.49 7A 3C 8P Operators- Underground Sewer £t Water King Power Equipment Roller, Other Than Plant $50.22 7A 3C 8P Operators- Underground Mix Sewer &Water King Power Equipment Roller, Plant Mix Or $52.58 7A 3C 8P Operators- Underground Multi-lift Materials Sewer & Water King Power Equipment Roto-milt, Roto-grinder $53.00 7A 3C 8P Operators- Underground Sewer &Water King Power Equipment Saws - Concrete $52.58 7A 3C 8P Operators- Underground Sewer & Water King Power Equipment Scraper, Self Propelled $53.00 7A 3C 8P Operators- Underground Under45 Yards Sewer &Water King Power Equipment Scrapers - Concrete Et $52.58 7A 3C 8P Operators- Underground Carry All Sewer &Water King Power Equipment Scrapers, Self-propelled: $53.49 7A 3C 8P Operators- Underground 45 Yards And Over Sewer Et Water King Power Equipment Service Engineers - $52.58 7A 3C 8P Operators- Underground Equipment Sewer & Water King Power Equipment Shotcretefgunite $50.22 7A 3C 8P Operators- Underground Equipment Sewer & Water King Power Equipment Shovel , Excavator, $52.58 7A 3C 8P Operators- Underground Backhoe, Tractors Under Sewer& Water 15 Metric Tons. King Power Equipment Shovel, Excavator, $53.49 7A 3C 8P Operators- Underground Backhoe: Over30 Metric Sewer & Water Tons To 50 Metric Tons King Power Equipment Shovel, Excavator, $53.00 7A 3C BID Operators.- Underground Backhoes, Tractors: 15 Sewer 8 Water To 30 Metric Tons King Power Equipment Shovel, Excavator, $54.04 7A 3C 8P Operators- Underground Backhoes: Over 50 Metric Sewer Et Water Tons To 90 Metric Tons i King Power Equipment Shovel, Excavator, $54.61 7A 3C> 8P Operators- Underground Backhoes: Over 90 Metric Sewer Et Water Tons King Power Equipment Slipform Pavers $53.49 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Spreader, Topsider it $53.49 7A 3C 8P Operators- Underground Screedman Sewer Et Water King Power Equipment Subgrader Trimmer $53.00 7A 3C 8P Operators- Underground Sewer it Water King Power Equipment Tower Bucket Elevators $52.58 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Tower Crane Over 175'in $54.61 7A 3C 8P Operators- Underground Height, Base To Boom Sewer Et Water King Power Equipment Tower Crane Up To 175' $54..04 7A 3C 8P Operators- Underground In Height Base To Boom Sewer Et Water King Power Equipment Transporters, All Track $53.49 7A 3C 8P Operators- Underground Or Truck Type Sewer Et Water King Power Equipment Trenching Machines $52.58 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Truck Crane Oiler/driver $53.00 7A 3C 8P Operators- Underground - 100 Tons And Over Sewer Et Water King Power Equipment Truck Crane Oiler/driver $52.58 7A 3C 8P Operators- Underground Under 100 Tons Sewer Et Water King Power Equipment Truck Mount Portable $53.00 7A 3C 8P Operators- Underground Conveyor Sewer Et Water King Power Eauipment Welder $53.49 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Wheel Tractors, Farmall $50.22 7A 3C 8P Operators- Underground Type Sewer Et Water King Power Equipment Yo Yo Pay Dozer $53.00 7A 3C 8P Operators- Underground Sewer 8 Water King Power Line Clearance Tree Journey Level In Charge $44.86 5A 4A Trimmers King Power Line Clearance Tree Spray Person $42.58 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment $44.86 5A 4A Trimmers Operator King Power Line Clearance Tree Tree Trimmer $40.08 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $30.20 5A 4A Trimmers Groundperson King Refrigeration & Air Journey Level $72.46 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $50.12 5A 1M King Residential.Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $39.62 5D 1M Applicators King Residential Drywall Tapers Journey Level $50.87 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $36.20 7L I King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Journey Level $72.46 6Z 1G Air Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or $41.84 7F 1R Workers Shop) King Residential Soft Floor Journey Level $42.15 5A 3D Lavers king Residential Sprinkler Fitters Journey Level $42.48 5C 211 jFire Protectionj King Residential Stone Masons Journey Level $50.12 5A 1M King Residential Terrazzo Journey Level $46.96 5A 1M Workers King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters ' Journey Level $25.17 1 King Roofers Journey Level $44.71 5A 3H King Roofers Using Irritable $47.71 5A 3H Bituminous Materials King Sheet Metal Workers Journey Level (Field or $69.37 7F 1 E Shop) King Shipbuilding Et Ship Repair Boilermaker $40.12 7M 1H King Shipbuilding Et Ship Repair Carpenter $38.24 70 3B King Shipbuilding Et Ship Repair Electrician $37.80 70 3B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $58.93 5J 15 King Shipbuilding 8 Ship Repair ' Laborer $36.78 70 3B King Shipbuilding Et Ship Repair Machinist $37.81 70 3B King Shipbuilding Et Ship Repair Operator $40.15 70 3B King Shipbuilding Et Ship Repair Painter $37.79 70 3B King Shipbuilding & Ship Repai Pipefitter $37.77 70 3B King Shipbuilding Et Ship Repair Rigger $37.74 70 3B King Shipbuilding Ft Ship Rfp2k Sandblaster $36.78 70 3B King Shipbuilding 8t Ship Repair Sheet Metal $37.74 70 3B King Shipbuilding 8: Ship Repair Shipfitter $37.74 70 3B King Shipbuilding 8: Ship Rep6r Trucker $37.59 70 3B King ShipbuRding, Et Ship Repair Warehouse $37.64 70 �B King Shipbuilding 8: Ship Repair Welder/Burner $37.74 70 3B King Sign Makers Et Installers Sign Installer $22.92 -(9 tectrical King S_gn Makers Et Installers Sign Maker $21.36 1 JELec ctrica I King Sign Makers Et Installers Sign Installer $27.28 1 (Non-Etectricat) King Sign Makers Et Installers Sign Maker $33.25 1 KIlon-Etectricat I King Soft Floor Layers Journey Level $42.15 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler FittersfFine Journey Level $69.59 5C ix Protection I King Stage uig�inq Mechanics Journey Level $13.23 1 (Non Structural) King Stone Masons Journey Level $50.12 5A 1M King Street And Parking Lo Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction $52.58 7A 3C 8P Site Surveyor King Surveyors Chairman $52.06 7A X P L King Surveyors Construction Site $53.49 7A 3C 8P Surveyor King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Cable Splicer $36.01 5A 2B Construction - Outside King Telephone Line Hote Digger/Ground $20.05 5A 2B Construction - Outside Person King Telephone Line Installer (Repairer) $34.50 5A 2B Construction - Outside King Telephone Line Special Aparatus Installer $36.01 5A 2B Construction - Outside I King Telephone Line Special Apparatus $35.27 5A 2B Construction - Outside Installer 11 King Telephone Line Telephone Equipment $36.01 5A 2B Construction - Outside Operator (Heavy) King Telephone Line Telephone Equipment $33.47 5A 2B Construction - Outside Operator (Light) King Telephone Line Telephone Lineperson $33.47 5A 2B ,Construction - Outside King Telephone Line Television Groundperson $19.04 5A 2B lConstruction - Outside I King Telephone Line Television $25.27 5A 2B Construction - Outside Linepersontlnstaller King Telephone Line Television System $30.20 5A 2B Construction - Outside Technician King Telephone Line Television Technician $27.09 5A 2B Construction - Outside King Telephone Line Tree Trimmer $33.47 5A 2B Construction - Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $37.79 5A 1 B Finishers King Traffic Control Stripers Journey Level $42.33 7A 1K King Truck Drivers Asphalt Mix Over 16 $48.87 5D 3A 8L Yards (W. WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards $48.03 5D 3A 8L (W. WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $48.87 5D 3A 8L King Truck Drivers Dump Truck (W. WA- $48.03 5D 3A 8L Joint Council 28) King Truck Drivers Other Trucks (W. WA- $48.87 5D 3A 8L Joint Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Ft Irrigation Irrigation Pump Installer $17.71 1 Pump Installers King Well Drillers Et Irrigation Oiler $12.97 1 Pump Installers King Well Drillers Et Irrigation Well Driller $18.00 1 Pump Installers I i I i Benefit Code Itey—Effective 3-5-2014 thru 8-30-2014 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) IIOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE,AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. I B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. i C. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the fast eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half Ernes the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage, G. The first ten (10) hours worked on Saturdays and the first ten (10)hours worked on a fifth calendar weekday in a four-ten hour schedule,shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown)shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. i 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first tell (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 i Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve (12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All horns worked on Saturdays(except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, All horns worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Chrismias day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. 'the first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday,Friday,and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 i 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. I C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage.All other hours worked on the fifth,sixth,and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift.The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. I B. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve(12)hours Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 3 i Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 I 3. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 15%over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays,shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shalt be paid at one and one-half times the hourly rate of wage.All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two(2)times the regular rate of pay.Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES TILE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. i Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after 'thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). 4 i Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 5. H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). i j J. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After'Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, hndependence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). I Holiday Codes Continued i 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, 'Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christmas Eve Day. (9 1/2). G. Paid Holidays:New Year's Day,Martin Luther King Jr.Day,Presidents'Day,Memorial Day,Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). 5 i Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 ( 6. I. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). I T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. i i Holiday Codes Continued 7. A. Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. if any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, the Last Working,Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 6 i Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 i I i 7. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. i I. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day j 6 . An holiday which falls on a Sunda shall be observed as a holiday on the following Monday. An holiday O Y Y Y Y g Y Y Y which falls on a Saturday shall be observed as a holiday on the preceding Friday. j K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day,Memorial Day,Labor Day,Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday, Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day alter or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. O. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day,the day after or before New Year's Day,President's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday.If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(9).If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 7 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 Note Codes 8. A. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $0.75,Level B: $0.50,And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A&B:$L00,Levels C&D: $0,50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1,00,Level B: $0,75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50, Class C Suit: $1.00,And Class D Suit$0,50, Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid, R. Effective August 31,2012--A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All tuggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho,This classification is only effective on or after August 31,2012. 8